17.01.2015 Views

Download - DVC :: Consumer Login

Download - DVC :: Consumer Login

Download - DVC :: Consumer Login

SHOW MORE
SHOW LESS

Create successful ePaper yourself

Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.

(VERSION-III)<br />

DAMODAR VALLEY CORPORATION (ESTABLISHED<br />

BY THE ACT XIV OF 1948)<strong>DVC</strong> TOWERS : VIP<br />

ROAD : KOLKATA – 700 054<br />

W& P Manual – 2012


Damodar Valley Corporation<br />

Materials Management Department<br />

<strong>DVC</strong> Towers, VIP Road<br />

Kolkata – 700 054<br />

Works & Procurement Manual - 12 (Version-2)<br />

The draft copy of the W&PM – 12 (say Version-Zero) appears to have been<br />

revised (to say Version -1) and taken to the Board.<br />

The Board while approving the proposal, empowered Chairman <strong>DVC</strong> for<br />

approving minor changes.<br />

Based on the recommendations of the Standing Committee and approval of<br />

the Chairman, Version-2 of the W&PM-12 is being issued.<br />

The Standing Committee will meet every three months to review clauses of<br />

this manual.<br />

In case further changes are formulated and approved, the same would be<br />

updated over the current version and the updated Manual named as Version-3,<br />

Version-4 and so on. Information on revisions made would also be posted in the<br />

<strong>DVC</strong> website.<br />

Users of the manual may kindly ensure that they consult the latest version<br />

of the W&PM-12 at all times of use.<br />

Dated:18 th April 2013<br />

(Amitava Dasgupta)<br />

Chief Engineer (C&M)


Damodar Valley Corporation<br />

Materials Management Department<br />

<strong>DVC</strong> Towers, VIP Road<br />

Kolkata – 700 054<br />

Works & Procurement Manual – 2012<br />

A soft copy of the Works and Procurement Manual, revised in 2012 and<br />

approved by the <strong>DVC</strong> Board is forwarded for circulation. Hard copy of the same<br />

would also be forwarded subsequently in form of a Book.<br />

Dated: 09.01.2013<br />

(Amitava Dasgupta)<br />

Chief Materials Manager


Fundamental Canons<br />

1. Executives shall hold paramount the safety, health and welfare of the<br />

public and shall strive to comply with the principles of sustainable<br />

development in the performance of their professional duties.<br />

2. Executives shall refrain from issuing public statements. If imperative,<br />

statements be made only in an objective and truthful manner.<br />

3. Executives shall build their professional reputation on the merit of their<br />

services and shall not compete unfairly with others.<br />

4. Executives shall act in professional matters avoiding any conflicts of<br />

interest.<br />

5. Executives shall act in such a manner as to uphold and enhance the<br />

honour, integrity, and dignity of the organization and shall act with zerotolerance<br />

for bribery, fraud, and corruption.<br />

6. Executives shall continue their professional development throughout their<br />

careers, and shall provide opportunities for the professional development of<br />

juniors under their supervision.<br />

Page-1


INDEX<br />

Sl.No Particulars Page<br />

Part-I : General<br />

1 Objectives 11<br />

2 Power for interpretations, modification and<br />

deviations<br />

3 Clarification of works & procurement manual 12<br />

4 Processing of indent & placement of order 12<br />

5 Procedure for indenting 12<br />

I) Indent 12<br />

II) Last purchase price/ work order value 12<br />

III) Estimate 13<br />

6 Purchase procedure 15<br />

I) E-procurement 15<br />

II) Processes for e-tendering 16<br />

III) E-Procurement Help Desk 22<br />

7 Governing laws & general principles 22<br />

8 Pre-enquiry activities 22<br />

9 Checklist for preparation of tender enquiries 23<br />

10 Qualifying requirements 25<br />

I) Financial capability 26<br />

II) Technical capability 27<br />

11 Formation of qr committee 28<br />

12 Tender methodology 30<br />

13 Selection of bidding process 31<br />

a) Single stage bidding 31<br />

b) Single Stage Bidding with 4 envelopes 31<br />

c) Single Stage Bidding with 3 envelopes 32<br />

W& P Manual – 2012 Page 2<br />

11


d) Single Stage Bidding with 2 envelopes 33<br />

e) Single stage bidding with 1 envelope 33<br />

f) Invitation for bids 33<br />

g) Pre-bid conference 33<br />

h) Receipt and Opening of Single Stage Bids 34<br />

i) Evaluation process 34<br />

j) Verification of Documents 36<br />

k) Splitting of order between two or more<br />

suppliers<br />

14 Mode of tendering 38<br />

a) Open tendering 39<br />

b) Limited tendering 40<br />

c) Single tendering 41<br />

d) Spot/ committee purchase 41<br />

e) Tender due to urgency 41<br />

15 Source standardization procedure 41<br />

16 Integrity pact 43<br />

17 Cost of Tender documents 44<br />

18 Earnest money deposit for tenders 45<br />

19 Permanent earnest money deposit 47<br />

20 Time frame for submission of bids for different<br />

type of tender<br />

21 Tender documents 49<br />

22 Pre-bid conference for single stage bidding 50<br />

23 Amendment of bidding documents 50<br />

24 Tender receipt (except e-tender) 51<br />

25 Tender opening 52<br />

26 Comparative statement preparation 53<br />

27 Bid evaluation procedure 54<br />

28 Ranking statement 56<br />

W& P Manual – 2012 Page 3<br />

38<br />

48


29 Procedure for processing the tenders received 56<br />

30 Level of tender committee 56<br />

31 Scope of work of TC 57<br />

32 Clarification through e-mail 58<br />

33 The following tenders may be rejected<br />

outrightly<br />

34 Offers with shorter validity 59<br />

35 Offers with discounts for quick<br />

inspection/payment<br />

36 Post tender revision / revised price bids<br />

/supplementary price bids<br />

37 Tenders from agents of Indian manufacturers 60<br />

38 Delivery period consideration 61<br />

39 Liquidated damage 61<br />

40 Risk purchase 63<br />

41 Reasonability of prices 64<br />

42 Lack of competition 65<br />

43 Purchase proposal coverage 65<br />

44 Coverage of demand in indent 66<br />

45 Consideration of purchase proposal/work order<br />

proposal<br />

46 Post tender negotiations 68<br />

47 Process route post tender opening 68<br />

48 Extension of validity of offers 69<br />

49 Proposal for contracts & purchase order/ work<br />

order<br />

50 Estimated time for conclusion of purchase order 70<br />

51 Agreement 72<br />

52 Follow-up/expediting of orders and payment<br />

process<br />

53 Tolerance in purchase order quantity 77<br />

W& P Manual – 2012 Page 4<br />

59<br />

59<br />

60<br />

67<br />

70<br />

72


54 Pre-dispatch inspection (PDI), receipt of<br />

material, etc<br />

77<br />

55 Payment term 78<br />

a) General payment term 78<br />

b) Payment for Turnkey contracts 78<br />

c) Advance payment 79<br />

56 Adoption procedure of vendors for purchase of<br />

medicine<br />

57 On imports 80<br />

58 Annual maintenance/ rate contracts (AMC/<br />

ARC) for Civil/Electrical/ Mechanical / C & I<br />

works and rate contracts<br />

59 Award of Contract on nomination basis 86<br />

60 Acceptance of tender committee<br />

recommendation of other organization<br />

61 Publishing of summary on awards of contracts/<br />

purchase order<br />

Part-II : Vendor Registration<br />

1 Vendor registration 90<br />

1.0 Introduction 90<br />

1.1 Objective 90<br />

1.2 Identification of items and classification of<br />

different works/ services for registration<br />

1.3 Screening of application 90<br />

1.4 Approval of registration 91<br />

1.5 Registration & renewal 91<br />

1.6 Guidance to domestic suppliers for filling up<br />

vendors’ registration form<br />

1.7 Registration form 93<br />

Part-III : Contractor’s Performance<br />

Evaluation<br />

1 Contractors’ performance evaluation 123<br />

80<br />

83<br />

88<br />

89<br />

90<br />

91<br />

W& P Manual – 2012 Page 5


2 Format 123<br />

3 Removal from the list of approved/ known<br />

vendors/ enlisted co tractors, suspension and<br />

banning of business dealings with firms &<br />

contractors<br />

4 Suspension of Business Dealings with the<br />

Firm/Contractor<br />

5 Banning of Business Dealings 134<br />

6 Appeal against Banning Order 136<br />

Part-IV: NIT & GCC<br />

1 Format 138<br />

2 Notice inviting tender 138<br />

3 General conditions of contract 146<br />

132<br />

133<br />

1 Definition 146<br />

2 Reference 146<br />

3 Specifications and drawings 147<br />

4 General information 147<br />

5 Bidding documents 148<br />

6 Earnest money deposit (if applicable) 149<br />

7 Conditions for forfeiture of EMD 150<br />

8 Price basis 151<br />

9 Taxes, levies and duties 151<br />

10 Discrepancies in the bid &treatment thereof 153<br />

11 Offer validity 153<br />

12 Clarifications on bid document 153<br />

13 Amendment of bidding documents 154<br />

14 Cost compensations for deviations 154<br />

15 Price bid evaluation procedure 155<br />

16 Inspection / checking / testing 156<br />

17 Access to vendor’s premises 157<br />

W& P Manual – 2012 Page 6


18 Transit insurance & removal of rejected goods<br />

and replacement<br />

157<br />

19 Terms of payment 158<br />

20 Additions / alterations / modifications 160<br />

21 Delivery schedule / completion period 160<br />

22 Liquidated damages for delay in delivery<br />

/completion of works<br />

160<br />

23 Security deposit-cum-performance guarantee 161<br />

24 Purchase preference 162<br />

25 Source of supply 162<br />

26 Patent rights 162<br />

27 Force majeure 163<br />

28 Cancellation/short closure 163<br />

29 Owner supplied materials (OSM) 164<br />

30 Recovery of excess consumption 164<br />

31 Eligibility criteria of joint venture/associates in<br />

turnkey contract<br />

164<br />

32 Changes in constitution of business 166<br />

33 Waiver 166<br />

34 Compliance of regulations 166<br />

35 Sub-letting & assignment 166<br />

36 Vendors drawing & data 167<br />

37 Information provided by the purchaser /owner 167<br />

38 Spare parts, oils & lubricants 167<br />

39 Vendors liability 167<br />

40 Packing and marking 168<br />

41 Modifications 168<br />

42 Guarantee / warranty 168<br />

43 Mode of dispatch 169<br />

44 Demurrage / Wharfage 169<br />

W& P Manual – 2012 Page 7


45 Grafts / commission 169<br />

46 Acceptances 169<br />

47 Governing Law 170<br />

48 Settlement of disputes & arbitration 170<br />

49 Safety aspects to be complied 172<br />

50 Work Program 174<br />

51 Transfer of ownership 176<br />

52 Changes in the facilities 176<br />

53 Termination 178<br />

54 Confidential information 182<br />

55 Representatives 183<br />

56 Site Works 184<br />

Part-V : Annexure<br />

ANNEXURE - A Commercial terms & conditions 188<br />

ANNEXURE - B Price Bid 191<br />

ANNEXURE - C Techno-commercial Deviation Schedule 193<br />

ANNEXURE - D Cost of withdrawal of deviations 194<br />

ANNEXURE - E<br />

Details of Banker for making payment through<br />

RTGS/NEFT<br />

ANNEXURE - F Purchase Order Format 196<br />

ANNEXURE - G Certificate of OEM/OES/ Proprietary/<br />

Standardised articles<br />

ANNEXURE - H Bid opening statement 201<br />

ANNEXURE - I Release of Earnest Money Deposit 203<br />

195<br />

199<br />

ANNEXURE - J<br />

Request to Indenting Officer for No Demand<br />

Certificate to release BG<br />

204<br />

W& P Manual – 2012 Page 8


ANNEXURE - K No Demand Certificate to release BG 205<br />

ANNEXURE - L Release of Security Deposit – Bank Guarantee 206<br />

ANNEXURE - M Bank Guarantee verification check list 207<br />

ANNEXURE - N Form of extension of Bank Guarantee 209<br />

ANNEXURE - O Proforma of Bank Guarantee for advance 210<br />

ANNEXURE - P<br />

ANNEXURE - Q<br />

ANNEXURE - R<br />

Proforma of Bank Guarantee in lieu of Earnest<br />

Money Deposit<br />

Proforma of Bank Guarantee for Security<br />

Deposit-cum-Performance Guarantee<br />

Checklist to be sent by Tender Committee to<br />

TAA<br />

ANNEXURE - S Materials Dispatch Clearance Certificate 225<br />

ANNEXURE -T Inspection Report 226<br />

ANNEXURE - U<br />

Summary sheet of proposal placed at TC (at<br />

HQ) by Field TC<br />

ANNEXURE - V Agreement for Annual Maintenance Contract 233<br />

ANNEXURE - W Scope of Tender Committee (TC) 246<br />

ANNEXURE - X<br />

List of Commercial Banks as per RBI (Source<br />

RBI Website dt. 08-06-2012<br />

ANNEXURE - Y Proforma BG for additional Contract Guarantee 253<br />

ANNEXURE - Z Proforma of Integrity Pact 257<br />

Part-VI : Closing of Contracts<br />

213<br />

216<br />

223<br />

227<br />

250<br />

Closing of contracts 266<br />

1 Purpose 266<br />

2 Scope 266<br />

3 Process 266<br />

4 Approval for closing of contract 267<br />

W& P Manual – 2012 Page 9


5 Monitoring of contract closing 268<br />

Annexure - I.1 Certificate of final amendment to the contract 270<br />

Annexure – I.2 Drawing Receipt Certificate 271<br />

Annexure – I.3 QA documents Receipt Certificate 272<br />

Annexure – I.4 O&M manual Receipt Certificate (where<br />

applicable)<br />

Annexure – I.5 Scope Completion Certificate 274<br />

Annexure – I.6 Liquidated Damages for delay certificate 275<br />

Annexure – I.7<br />

Shortfall in equipment performance certificate<br />

(where applicable)<br />

Annexure – I.8 Material reconciliation certificate 278<br />

Annexure – I.9 Payment reconciliation certificate 279<br />

Annexure - I.10 Certificate regarding labour payments and<br />

statutory requirements to be furnished by<br />

contractor.<br />

Annexure-I.11 No Demand Certificate by contractor 282<br />

Annexure-I.12 Certificate for completion of Warranty Period 283<br />

Annexure – I.13<br />

Certificate for return of BGs/ Indemnity Bonds<br />

etc.<br />

PART-VII<br />

Annexure 285 – I.1 Letter of Bid 285<br />

Annexure – I.2 Proforma for Affidavit 286<br />

Annexure – I.3 Technical Parameter Sheet 287<br />

Annexure – I.4 Price Schedule (for procurement) 288<br />

Annexure – I.5 Price Schedule of Works 289<br />

273<br />

276<br />

281<br />

284<br />

List of relevant O.M./Circulars 290<br />

W& P Manual – 2012 Page 10


Part – I<br />

1. OBJECTIVES:<br />

<br />

<br />

<br />

To ensure procurement of equipment, materials, works and services of right quantity,<br />

of right quality from right source at right price and at right place and time,<br />

keeping transparency in contractual process.<br />

To keep pace with the changed scenario under the dynamic market conditions, liberalized<br />

economy, new technology/process/product for procurement.<br />

To create competitive environment by providing opportunity to all qualified eligible<br />

bidders to participate in the tendering process.<br />

To bring out economy and efficiency in implementation of the<br />

purchase/project/works contract within given time schedule.<br />

To m a i n t a i n p r o p e r c o -ordination amongst c o n t r a c t o r s /suppliers/service<br />

providers and Indenting Departments.<br />

<br />

To prepare vendors profile as well as updating of vendor list depending upon the<br />

performance of the vendor and explore new entries in the field.<br />

To encourage the development of local vendors/agencies and domestic<br />

manufacturing industries.<br />

<br />

To explore import substitute without compromising quality and price.<br />

2. POWER FOR INTERPRETATIONS, MODIFICATION AND DEVIATIONS:<br />

The procedure laid down in this manual are required to be strictly followed. In case of<br />

additional need to interpret/ modification/ addition/ deletion of any of the clauses<br />

mentioned in this manual be referred to Standing Committee (W&P manual) constituted<br />

under chairmanship of CMM. The standing committee will submit their recommendation<br />

to Chairman who will be the final Authority for giving such interpretation/ minor<br />

modification/minor addition/ minor deletion after vetting of Finance.<br />

The standing committee will meet every three months to review the clauses of W& P manual<br />

to update it and submit a report to Board once in a year. However approval of Board<br />

will be obtained before any major changes in W&P manual.<br />

In exceptional circumstances if contract is to be finalised in deviation of the provisions,<br />

clauses, terms & conditions of the Works & Procurement Manual, then condonation of<br />

deviation are required to be approved by Member (Technical) / Member (Secretary) as the<br />

case may be if not specifically empowered otherwise.<br />

Further in case there is a deviation to CVC guidelines, the same is required to be approved<br />

by the Chairman under intimation to Board in due course and information to CVC & MOP.<br />

W& P Manual – 2012 Page 11


3. CLARIFICATION OF WORKS & PROCUREMENT MANUAL:<br />

Any executive seeking clarification of the Works and Procurement Manual will send mail<br />

furnishing, clause ref, page ref and the point on which clarification is sought to Chief<br />

Materials Manager (CMM), <strong>DVC</strong> Head Quarters. CMM should reply within 15 days of<br />

the receipt of the mail after obtaining clarification/interpretation from Chairman where ever<br />

required.<br />

4. PROCESSING OF INDENT & PLACEMENT OF ORDER:<br />

All Indents for procurement of materials including medicine and proposal for works (except civil)<br />

should be sent to respective Contract & Material department or Technical Section for processing<br />

and placement of order, after obtaining the approval of the competent authority as per concerned<br />

DFP. No other Department will place order to any Party. Where Technical section is not available,<br />

procurement functionaries will act as C & M department. All post tendering correspondence with<br />

the Vendors/ Contractors will be made by the respective Contract & Material (C&M) department<br />

only.<br />

For all meetings at scrutiny committee, QR Committee & Tender Committee, convener will<br />

be from the respective C&M department at concerned level.<br />

NOTE: In case of TAA is Board/ Chairman for placement of order, approval of member<br />

shall be obtained for any related activities unless specified otherwise.<br />

5. PROCEDURE FOR INDENTING:<br />

I INDENT:-<br />

(a) Indent will be raised, using the indent preparation screen/ format furnishing all particulars<br />

and submit the same for administrative approval. Indents for capital plant & machinery and<br />

other assets should be placed separately.<br />

(b) In case of works / service, proposal with scope of work to be placed to respective C & M<br />

backed by all information wherever available like last work order issued mode of tender, no.<br />

of techno-commercial acceptable offers, estimated cost along with basis, accepted rate etc.<br />

II. LAST PURCHASE PRICE/ WORK ORDER VALUE:-<br />

To prepare the estimate LPP may be considered on the following lines:<br />

i) The last purchase price (LPP) / last work order value will be the price paid in the<br />

latest contract of a similar magnitude, which is not more than three years old from the<br />

date of tender estimate. When similar item of same magnitude is not available, alternative<br />

methodologies may be resorted to.<br />

ii) Where the firm holding the LPP / last work order value contract has defaulted, the fact<br />

should be highlighted in the contract proposal and the price paid against the latest contract<br />

placed prior to the defaulting LPP / last work order value, where supplies / works<br />

have been completed, should be indicated but not more than three years old from the date of<br />

estimate.<br />

W& P Manual – 2012 Page 12


iii) Where the price indicated in the LPP / last work order value is subject to variation,<br />

besides indicating the original price of the LPP / last work order value, the updated<br />

price as computed in terms of the price variation clause, should also be indicated.<br />

iv) Where the supply/work order against the LPP / last work order value is yet to<br />

commence, i.e., delivery / completion schedule is not yet due, it should be indicated in the<br />

contract proposal, whether the contract holder is a past supplier/registered vendor/new vendor.<br />

In case of a new vendor, the price paid against the previous contract as in the case of (ii)<br />

above should be indicated.<br />

v) In the case of wholly imported stores, the comparison of the LPP should be made with the<br />

net C.I.F. value in foreign currency only.<br />

Indication of the percentage of increase over LPP/ last work order value should invariably be<br />

given in the contract proposals. For this purpose, a LPP / last work order value register will be<br />

maintained by all contract departments after sharing information among all the plants and HQ by<br />

sending copies of PO/WO for items/ works common to them.<br />

3.ESTIMATE :-<br />

As the estimated rate is a vital element in establishing the reasonableness of prices, it is important<br />

that the same is worked out in a realistic and objective manner on the basis of prevailing market<br />

rates, last purchase prices rate (not older than three years), economic indices (In absence of related<br />

indices, inflation @ 6% p. a or part there off. may be considered) for the raw material/labour (the same<br />

may be obtained from Labour Bureau, Shimla, RBI, or other Govt. published bulletin), other<br />

input costs, IEEMA formula, published data in paper/journals, wherever applicable and<br />

assessment based on intrinsic value etc. To take care of annual inflation last purchase rate if older<br />

than one year, @ 6% or change in related indices against basic material can be escalated per year.<br />

In case of preparation of estimate for AMC/ARC/one time job, due consideration should be given<br />

to the prevalent market rate for deployment of different category of workers/supervisors &<br />

engineers for the job based on minimum wages of Central govt. adopted by corporation.<br />

For civil works, latest published schedule rate of DSR has to be consulted. Items related to civil<br />

works of power plant reference of similar items of other organization like NTPC, BHEL & Govt.<br />

PSU may be referred if the item is not available in DSR.<br />

Budgetary offers from the reputed manufacturers for procurement may also be considered as a<br />

basis of estimate. Multiple budgetary quotations is preferable to be obtained and the 90% of<br />

lowest budgetary offer should be considered.<br />

Every indent for procurement must be forwarded with estimated cost along with the basis for the<br />

same, wherever possible.<br />

4. Indent should be forwarded through system by the Plant Chief/Chief Engineers to the Chief<br />

W& P Manual – 2012 Page 13


Purchase Officer, C&M Deptt. Kolkata for initiating purchase action, where it is required to be<br />

processed by the Chief Materials Manager.<br />

5. Proposal for capital procurement/ works/services should be forwarded by concerned user’s<br />

section with detailed specification, drawing, scope of work, estimated cost, delivery &<br />

completion schedule etc. to the appropriate authority as per DFP for obtaining administrative<br />

W& P Manual – 2012 Page 14


approval to undertake the proposed procurement/works/services prior to allocation of budget<br />

and floating of enquiry by C &M Deptt . No separate sanction order is required to be issued.<br />

However, budget may please be ensured before floating of enquiry.<br />

However in case of proposal for procurement/ works/services under revenue head should be<br />

forwarded by concerned user’s section with detailed specification, drawing, scope of work,<br />

estimated cost, delivery & completion schedule etc. to the appropriate authority as per DFP for<br />

obtaining administrative approval to undertake the proposed procurement/works/services<br />

against provision in the budget head prior to floating of enquiry.<br />

However, if indent is complete in all respect, Contract Cell will constituted QR committee. QR<br />

committee should endorse the estimated cost as submitted by the indenter and the NIT document.<br />

In case of tender accepting authority is Board/ Chairman, administrative approval to be<br />

obtained from concerned Member.<br />

6. Indent should be placed well in advance considering the average lead-time for finalization of<br />

contract so that material/ works/ service is available when it is required.<br />

7. Indents for spares, consumables, capital plant & machinery and other assets should be placed<br />

separately.<br />

8. Specifications of materials should clearly be mentioned. Relevant drawing should also be<br />

enclosed. If drawing is not available, dimensions with material composition should be<br />

indicated.<br />

9. Relevant IS/BIS or any other acceptable standard should be mentioned wherever applicable.<br />

10. Justification of procurement along with the quantity to be procured should be given based on<br />

back up sheet for last 3 years. If it is more than the moving average, the reason for the same<br />

should be recorded along with utilization programme and to be approved by one step superior<br />

of Tender accepting authority (TAA) before floating of enquiry. If TAA is CE and above, no<br />

approval of superior is required.<br />

11. In case of item to be procured as new or for new project, Utilization programme should be<br />

clearly indicated.<br />

12. Back-up sheet furnished by store officers should be enclosed with the indent. The back-up<br />

sheet should contain the details of consumption during the last three financial years,<br />

consumption during the current financial year, moving average & present stock, Pending<br />

indent, pending ordered quantity, quantity to be ordered, rate as per last Purchase Order,<br />

Reference No. and the name of the last supplier. If the last P.O. had been issued from<br />

Indenters end, copy of the same to be enclosed with the indent while forwarding the same to<br />

HQ for initiating purchase action.<br />

13. Wherever applicable, PAC/OEM or source standardization certificate issued by the competent<br />

authority (CE/Sr. CE/HOD) in the prescribed format as given in this manual (Annexure-G)<br />

should be enclosed with the indent in original.<br />

For works and services, approval of not below the rank of CE/Project Head shall be obtained<br />

with proper justification duly recorded.<br />

W& P Manual – 2012 Page 15


14. First time procurement for replacement of any item, already in use should not be termed as<br />

“New Item”. It should only be stated as “First Time Procurement” and justification for the<br />

same should be recorded.<br />

15. Those items, which have never been used, will be termed as “New Items”. Justification for<br />

such procurement should be elaborately recorded. The same is also to be approved by one<br />

step superior of Tender accepting authority (TAA) before floating of enquiry. IF TAA is CE<br />

and above, no approval of superior is required.<br />

16. (i) Indent for items requiring import should be raised separately.<br />

(ii) Importation will only be resorted to when there is no effective<br />

indigenous substitute.<br />

17. Indents for which approval of Board/Chairman is required before placement of PO should<br />

have the recommendation for processing of concerned Director at HQ.<br />

18. Proposal for procurement of improved version over the existing one should be properly<br />

justified along with cost benefit analysis and obsolesce certificate from concerned Director/Sr.<br />

CE to be obtained prior to enquiry. For items related to computer and associate accessories<br />

certification from IT department shall be obtained.<br />

6. PURCHASE PROCEDURE:<br />

I) E-PROCUREMENT:-<br />

E-procurement/ e-tendering is carrying out the traditional tendering process in an electronic<br />

form, using the internet. <strong>DVC</strong> ha s implemented t h e procurement/works/service<br />

activities through e-tendering in line with Central Vigilance Commission (CVC) guidelines.<br />

<strong>DVC</strong> has engaged a Service Provider for implementation as well as to carry on day to day<br />

activities of e-tendering in respect of all sorts of tendering i.e., OTE, & LTE whose estimated<br />

value will be equal to or greater than Rs. 02 (two) lakhs for all cases. However, threshold value may<br />

be relaxed up to Rs. 5 lacs considering the nature of work/supply/services at the discretion of TAA with<br />

proper justification.<br />

In case of non-conventional item like Bamboo, cow dung etc., e-tender may not be feasible.<br />

offline system will continue till infrastructure of online is available.<br />

Registration of Bidder in LTE.<br />

However,<br />

Concerned member is empowered to grant exemption from e-procurement only in exceptional<br />

circumstances after recording justification.<br />

Digital Signature Certificate (DSC) is required to be provided for all officers concerned for the<br />

tenders to be floated for e-procurement. Number and name of executives for DSCs shall be<br />

finalized by the head at concerned project.<br />

Service Provider shall provide Class-III DSC as per requirement of <strong>DVC</strong> on chargeable basis.<br />

<strong>DVC</strong> may obtain Digital Signature from any other sources also.<br />

<br />

W& P Manual – 2012 Page 16


To log in the website of service Provider, the authorised persons shall be given user ID and<br />

Password by the System Administrator of Service Provider.<br />

System audit is to be done as per statutory requirement.<br />

<br />

For getting login ID and Password, name of authorised executive shall be given by <strong>DVC</strong> Coordinator<br />

of the respective locations to Service Provider on their e-mail ID who shall provide<br />

the ID and system generated password.<br />

for Vendor/Contractors<br />

Digital Signature certificate (DSC)<br />

Vendor Registration<br />

Digital Signature Certificate<br />

To participate in the tender, vendors should have a Digital Signature certificate (DSC) as it<br />

shall be required during uploading the bids.<br />

The fees for obtaining DSC are to be borne by vendors/contractors.<br />

In case the bidder loses his DSC because of any problem (virus attack, misplacement etc.), the<br />

bidder may not be able to submit his bid online.<br />

Vendor Registration<br />

To participate in the tender, they will have to register with the Service Provider.<br />

Registration fee is Rs.2, 000/- plus Service Tax will be paid by <strong>DVC</strong> for the first time.<br />

II) Processes for e-tendering: –<br />

Tender will be floated on-line by the C&M department indicating all the salient details such as<br />

description of items, indent value, delivery period, bid validity period, date of pre-bid meeting,<br />

start date and last date & time of submission of bid, period for seeking clarifications online by the<br />

bidder, date and time of opening of Techno-commercial bid etc. by uploading Notice Inviting<br />

Tender (NIT) and Terms & Conditions of supply/works/service contract.<br />

After creation of tender a unique Tender Id is automatically generated by the system.<br />

Pre-bid meeting may take place, if required, after publication of Tender which should be spelt out<br />

in NIT. The pre-bid meeting shall be held on the scheduled date & time, if specified in the NIT.<br />

The purpose of the pre-bid meeting is to clarify the issues and to answer the questions on any<br />

matter that may be raised at that stage. Non-attendance at the pre-bid meeting will not be a cause<br />

for disqualification of bidder and it shall be presumed that the bidder does not require any<br />

clarification.<br />

The bid submission will start from the next day of e-publication of NIT, but if there is a pre-bid<br />

meeting, it will start after uploading the resolution or amendment if any of pre-bid meeting and<br />

shall continue for minimum 15 (fifteen) days for the procurement of domestic tender. For the<br />

Global tenders this period will be minimum 30 days.<br />

The Tender can be downloaded by any prospective bidder from the website free of cost and<br />

cost of tender documents to be submitted at the time of bid submission.<br />

W& P Manual – 2012 Page 17


In order to submit the Bid, the bidders have to get themselves registered with the portal and<br />

should possess valid Digital Signature Certificate. The Registration of the Bidders on the portal<br />

will be on-line and one time activity. The system will assign a unique user ID for each Bidder<br />

which will be valid till for 1 or 2 year as the case may be.<br />

The bidder will have to accept the Commercial and General Terms & Conditions of the NIT<br />

except which are spelt out in deviation sheet and cost thereof along with on-line undertaking in<br />

support of the authenticity of the declarations regarding the facts, figures, information and<br />

documents furnished by the Bidder on-line. No conditional bid shall be accepted.<br />

In the undertaking given by the bidder on-line, there will be provision for forfeiture of EMD<br />

and/or banning for participating in future tenders in <strong>DVC</strong> for one year wherever applicable, if any<br />

information given by the bidder on-line is found to be false at any stage which changes the<br />

eligibility status of the bidder.<br />

The bidder may seek clarification on-line within the specified period. His identity will not be<br />

disclosed by the system. The department will clarify as far as possible the relevant queries of<br />

bidders. The clarifications given by department will be visible to all the bidders intending to<br />

participate in that tender. The clarifications may be asked from the next day of e-publication of<br />

tender. The last date for seeking clarification will be up to be 7 (seven) before the last date of<br />

submission of bid and the last date of giving clarification on-line will be up to 5 (five) days before<br />

the last date of bid submission. The Creator of Tender will apprise the Publisher regarding the<br />

sought clarifications on a regular basis and will submit a report to the Publisher on the end date of<br />

seeking clarification regarding unanswered sought clarifications of the bidders. This will be<br />

mandatory for the Creator and the final compliance report will be placed in file. The Tender<br />

Inviting Authority will be responsible for giving the clarifications on-line within the prescribed<br />

time frame.<br />

Corrigendum should be issued only in exceptional cases with the due approval of TIA. However,<br />

corrigendum to NIT will be possible on-line with respect to extension of date (start & submission<br />

date). However, the extension of date for an event will be possible only before the expiry of<br />

earlier specified date and time for that particular event. Pre-ponement of date for any event is not<br />

permitted unless otherwise specified elsewhere. The scanned copy of corrigendum notice is to be<br />

uploaded on the e-Procurement Portal. The corrigendum notice should be hosted in both the<br />

websites i.e.1) http://portal.dvc.gov.in/ 2) www.tenderwizard.com/<strong>DVC</strong> where the original<br />

NIT has been hosted.<br />

The bidder will submit Techno commercial Bid and Price bid online. No off-line bid shall be<br />

accepted.<br />

The bidder will have an option for submitting cost of tender document and EMD in off-line<br />

mode other than electronic mode in the specified form as mentioned in NIT either in person or by<br />

post which must be received in the office of tender inviting authority on any working day after e-<br />

publication of NIT and upto last date & time of submission of bid. <strong>DVC</strong> shall not be<br />

responsible for any postal delay in receipt of cost of tender document and EMD. In case the cost<br />

of tender document and EMD are not received within the aforesaid period, the bid will be<br />

outrightly rejected. The bidder will furnish all the information as sought on-line regarding cost of<br />

tender document and EMD besides submission of Hard Copy before opening the tender cost of tender<br />

W& P Manual – 2012 Page 18


document will be mandatory in all OTE cases. In case of exemption of EMD the scanned<br />

copy of document in support of exemption will have to be uploaded by the bidder besides<br />

submission of Hard Copy before opening the tender. (Documentary evidence like valid registration<br />

certificate from appropriate government authority giving details such as, validity, stores etc.). After<br />

opening of Part I (cost of tender document & EMD), the Tender Opening Committee will<br />

validate the receipt of cost of tender document and EMD based on the information furnished by<br />

the bidders online and their submitted instruments and the scanned copy of document in support<br />

of exemption of EMD, if any. If the information furnished by bidder online are in agreement<br />

with the submitted instruments then the bidder will be evaluated as eligible for next step. The<br />

qualification in Techno commercial bid will be subject to the receipt and acceptance of cost of<br />

tender document and EMD.<br />

The bidder will download the Letter of Bid, Techno- commercial Evaluation Sheet and the Price<br />

bid from the e-Procurement portal.<br />

Letter of Bid: The format of Letter of Bid will be uploaded during creation of tender in pdf<br />

format as a NIT document. This will be downloaded by the bidder and will be printed/ typed on<br />

his letter head. This document will be signed by the bidder and the scanned copy of the same will<br />

be uploaded during bid submission in Part-I. This will be the covering letter of the bidder for his<br />

submitted bid. The content of the “Letter of Bid” uploaded by the bidder must be the same as per<br />

format given in the NIT and it should not contain any other information.<br />

Techno- commercial Parameter Sheet: The Techno- commercial Parameter Sheet containing<br />

the technical specification parameters for each tendered item along with commercial terms will be<br />

in Excel format (password protected) and will be uploaded during tender creation. This will be<br />

downloaded by the bidder and he will furnish all the required information on this Excel file.<br />

Thereafter, the bidder will upload the same Excel file during bid submission in Part-I. The<br />

Technical Parameter Sheet which is incomplete and not submitted as per instruction given above<br />

will be rejected.<br />

Price bid: The Price bid containing the bill of quantity will be in Excel format (password<br />

protected) and will be uploaded during tender creation. This will be downloaded by the bidder<br />

and he will quote the rates, taxes & duties etc. for his offered items on this Excel file as per<br />

instruction of NIT. Thereafter, the bidder will upload the same Excel file during bid submission in<br />

Part-II. The Price Bid which is incomplete and / or not submitted as per instruction given above<br />

will be rejected out rightly.<br />

Modification of the submitted bid shall be allowed on-line only before the deadline of submission<br />

of tender and the bidder may modify and resubmit the bid on-line as many times as he may wish.<br />

The bidder may withdraw his bid on-line at any time before the last date and time of submission of bid at<br />

his discretion without losing his EMD. No bidder will be allowed to withdraw or modify the bid after<br />

deadline of submission. The bidder may withdraw his bid on-line at any time before the last date<br />

and time of submission of bid at his discretion without losing his EMD. The actions which shall<br />

be taken in case of withdrawal of bids at different stages of tender are as indicated below:<br />

i. If the withdrawal is on-line within the deadline of bid submission, the EMD will be refunded.<br />

W& P Manual – 2012 Page 19


ii.<br />

iii.<br />

If the request of withdrawal is received after deadline of bid submission and before opening<br />

of Techno Commercial bid, the bidder will be disqualified and his EMD will be forfeited and<br />

the techno commercial bids of remaining bidders will be opened.<br />

If the L-1 bidder withdraws his bid after issue of Purchase Order then his EMD will<br />

be forfeited, other penal action may be taken and re-tender shall be done for the items<br />

awarded to him. In this re-tender such defaulting Bidder will not be allowed to participate<br />

and other i.e. one year debarment penal actions may be taken.<br />

On the pre-scheduled date and time of tender opening, the received Techno Commercial bids<br />

(Cover-I) will be decrypted on-line and will be opened by the 3 member Tender opening<br />

committee constituted with one member from indenting department, material management<br />

department & finance with their Digital Signature Certificates. The Techno Commercial bid may<br />

be opened on the date and time of submission of bid on the pre-scheduled date.<br />

The e-Procurement System will evaluate the Techno Commercial bids automatically with least<br />

human intervention. For this purpose all the required parameters will be obtained from the<br />

Bidders in an objective and structured manner. Bidders will not be required to upload scanned<br />

copy of any document or to submit hard copy of any document for the techno-commercial<br />

evaluation process except the scanned copy of Letter of Bid, cost of tender document, EMD,<br />

document in support of exemption of EMD (if applicable) besides submission of Hard Copy0f cost of<br />

document and EMD before opening the tender. The information furnished by the bidders on-line<br />

along with on-line undertaking with Digital Signature Certificate in support of the authenticity of<br />

the facts, figures, information and documents furnished by them online will be accepted for the<br />

Techno- commercial evaluation of the bids.<br />

All the Commercial terms and conditions of contract like Delivery Schedule, Payment Terms,<br />

Price Fall Clause, Liquidated Damage Clause, Basis of Pricing (FOR/FOB Terms), Risk Purchase<br />

Clause, Guarantee/Warranty Conditions, Performance Guarantee Clause, Inspection Clause etc.<br />

will be specifically mentioned in the NIT. The bidder has to accept those terms and conditions<br />

unconditionally in order to participate in the tender which are to be stipulated as mandatory<br />

condition of NIT.<br />

The Indenting Technical department will furnish the details of Delivery Schedule,<br />

Guarantee/Warranty Conditions, Applicability of Performance Guarantee Clause and Inspection<br />

Clause. The other Clauses like Payment Terms, Price Fall Clause, Liquidated Damage Clause,<br />

Basis of Pricing (FOR/FOB Terms), Risk Purchase Clause etc. will be mentioned in the NIT as<br />

per the provisions of Works & Purchase Manual of <strong>DVC</strong>. The rate of Entry Tax applicable for the<br />

tendered items is to be mentioned in the NIT with source of origin. The applicability of CST (full<br />

or concessional) for the tendered items is also to be mentioned in the NIT. The General Terms<br />

and Condition will be as per Works & Purchase Manual of <strong>DVC</strong> and shall form part of the NIT.<br />

W& P Manual – 2012 Page 20


Technical Specification: The Indenting Technical department will furnish the technical<br />

specification for each specification parameter of each item to be procured, in an objective format<br />

with the required evaluation criteria to the Contract & Material department. The format will<br />

contain the specification parameters of the items in a very specific and objective manner which<br />

will facilitate automatic Technical evaluation of the Bids. Based on the above information<br />

received from the technical department, the Technical Parameter Sheet in Excel format (password<br />

protected) will be prepared by the official of C&M department (Creator of Tender) and the same<br />

will be uploaded during tender creation.<br />

The bidders will download this Technical Parameter Sheet and will furnish their values against<br />

each specification parameter and will upload the same Excel file during submission of bid. Based<br />

on the evaluation criteria indicated in the Technical Parameter Excel Sheet, the technical<br />

evaluation of the bid will be done by the system with least human intervention and the compliance<br />

report will be displayed to the bidders on-line. Any item may have any number of specification<br />

parameters and any indent may have any number of items but the technical specification<br />

parameters have to be brought out essentially in the above format. The technical specification<br />

parameters to be mentioned in the Technical Parameter sheet shall contain only those<br />

specification parameters, compliance of which are mandatory in nature for the purpose of<br />

procurement and non compliance of which are not acceptable. Non compliance of any one<br />

specification parameter of any item will disqualify the bidder in that item.<br />

The Technical evaluation of Tenders will be done on-line by the software as per respective<br />

Evaluation Criteria specified in the Technical Evaluation Excel File specially designed for<br />

obtaining specific information from the bidders and evaluating the same in a transparent manner<br />

so that Bidders will be able to know, whether they comply to the Technical specification<br />

parameters of the NIT.<br />

Verification of Documents:<br />

A. L1 Bidder/s for each item will have to produce the documents (original/self authenticated and<br />

attested by Public Notary), as specified in the NIT, in support of the information furnished by<br />

him/them on-line, for verification by Tender Committee on any working day within 10 days in<br />

case of domestic tenders and 15 days in case of global tenders from the date of opening of<br />

Price bid. The L1 bidder/s will also submit an affidavit (original) on a non-judicial stamp paper<br />

of Rs.10 regarding genuineness of the information furnished by him/them online and<br />

authenticity of the documents being produced by him/them, within the same time frame. No<br />

additional time will be allowed to the bidder for producing the required documents.<br />

B. In case the L1 bidder for any item fails to produce the documents within the specified period of<br />

10 days in case of domestic tenders and 15 days in case of global tenders, or if any of the<br />

information furnished by L1 bidder on-line is found to be false by the Tender<br />

Committee during verification of documents, which changes the eligibility status of the<br />

bidder then snap bidding/revise price bid/reverse auction at the discretion of TAA or<br />

Concerned Member ( in case of TAA is Board/chairman) will be resorted to within the<br />

remaining bidders instead of re-tender for the items/ contract in which the bidder was L-1<br />

W& P Manual – 2012 Page 21


with forfeiture of EMD with caution letter to refrain in future and in event of 2 nd instances<br />

EMD will be forfeited and banning of L 1 bidder for one year from participating in<br />

future tenders considering time essence to finalise the tender.<br />

The participating bidders may view the opening of the Techno Commercial bids remotely on-line.<br />

After opening of the techno-commercial bid, the acceptance of cost of tender document and<br />

EMD by Tender Committee will be entered on-line by the Bid Opener of MM/Purchase<br />

department (Evaluator of Tender). Evaluation sheets generated by the system on-line shall be<br />

downloaded during opening of Part-I and shall be placed before the Tender Committee for<br />

validation. The Tender Committee will validate the on-line evaluation of Techno Commercial bid<br />

based on the information furnished by bidder on-line after seeking clarification if necessary on QR<br />

/ Techno- commercial information as the case may be. The revised system generated evaluation<br />

sheets shall be authenticated by Tender Committee and shall be kept in the file. The brief Tender<br />

Committee Recommendation based on the revised on-line evaluation will be made for opening of<br />

Price bid of eligible bidders. The Part I - TCR will require approval of the inviting authority of the<br />

tender. The summary of techno- commercial evaluation (Part-I - TCR) with the names of eligible<br />

bidders and the brief reasons for disqualification of unsuccessful bidders (if any) alongwith the<br />

date of Price- bid opening will be uploaded by the TIA. Date of Price-bid opening shall be kept<br />

minimum one day after the date of uploading of the summary of technical evaluation. All the<br />

bidders will get this information on their personalized dash-board and also by system generated e-<br />

mail or TIA may also intimate in other documentary mode.<br />

The Price bid of the successful bidders (qualified in Techno commercial bid will be decrypted and<br />

opened on the scheduled date and after the pre-scheduled time by the Bid Openers with their<br />

Digital Signature Certificates. The Bidders may view the price bid opening online remotely. The<br />

Price bids and system generated Comparative Statement will be downloaded and will be signed<br />

by the Tender Committee. This will be kept in the TCR file.<br />

The EMD of unsuccessful bidders will be refunded through e-Payment, immediately after<br />

finalization of tender. The provision should be kept in the NIT that “the bidders should submit<br />

MANDATE FORM for e-Payment along with EMD, if not submitted earlier, as per the format<br />

given in the bid document”.<br />

After opening of Price-bid the Comparative Statement of Prices indicating the rates quoted by all<br />

the bidders and selection of L-1 ( depend on evaluation procedure stipulated in NIT) rank will be<br />

generated by the system which will be visible to all the participating bidders on-line.<br />

It will be the bidder’s responsibility to check the status of their Bid online at least once daily, after<br />

the opening of Techno-commercial bid till opening of the Price-bid. No separate communication<br />

will be made to the bidder in this regard and this will be specifically mentioned in the NIT.<br />

The system will preserve the details of Techno Commercial bid and Price bid in the archives for<br />

auditing purposes and the same can be accessed with special authorization.<br />

The Tender Committee will recommend for issue of Purchase Order to the successful bidder/s<br />

after evaluating their technical eligibility based on the computer generated evaluation sheets<br />

followed by verification of the documents submitted by L-1 bidder/s in support of the information<br />

furnished by them on line and after evaluation of the reasonableness of L-1 rates. The<br />

reasonableness of rates will be evaluated as per the provisions of Works & Purchase Manual of<br />

W& P Manual – 2012 Page 22


<strong>DVC</strong> and other guidelines issued from time to time. The approval for issue of Purchase Order to<br />

W& P Manual – 2012 Page 23


L-1 bidder/s will be accorded by the competent authority as per Delegation of Power based on the<br />

TC recommendation.<br />

After competent approval of TCR, the Purchase order to the successful bidder/s will be issued and<br />

the scanned copy of the Purchase Order will be uploaded on the e-Procurement portal and the<br />

original copy will be sent to the bidder/s through registered/speed post.<br />

Any tender hosted on the e-Procurement site must be logically concluded i.e. either Award of<br />

work is issued or the tender is cancelled.<br />

Security Features<br />

The security features incorporated in the application ensures that all activities are logged, no<br />

unauthorised person has access to data, all sensitive data is encrypted and system can be restored<br />

in minimal possible time in case of a disaster or system crash.<br />

III) e-Procurement Help Desk<br />

For hand holding in the initial phase, the Service Provider will operate a HELP DESK in each<br />

project/location desired, till such time the <strong>DVC</strong> Engineers and vendors become experienced.<br />

7. GOVERNING LAWS & GENERAL PRINCIPLES:<br />

All contracts for purchase of goods, execution of works and services entered into by <strong>DVC</strong> are<br />

governed by the Sale of Goods Act, Indian Contract Act, Negotiable Instrument Act, Information<br />

& Technology Act, Common Goods Carrier Act, Excise & Service Tax Act, Sales Tax Act and<br />

Income Tax Act, Insurance Act etc.<br />

The Purchase Order/Contract shall in all respect be deemed to be and shall be constructed and<br />

shall operate as an Indian Contract as defined in the Indian Contract Act 1872 and all payments<br />

there under shall be made in Rupees, unless otherwise specified.<br />

8. PRE-ENQUIRY ACTIVITIES:<br />

Pre-enquiry activities would only start after the receipt of indent / proposal of work, complete in<br />

all respects.<br />

Following steps are to be taken or settled before tendering:-<br />

a. On receipt of the approved indent/ proposal, the Dealing officer will scrutinize the details of<br />

the indent and if it is found that there is any deficiency, in the proposal, he will send back to<br />

the indenter to set right of any deficiency .<br />

b. Creation of a file with the Indent/proposal documents.<br />

c. Approval for selecting the mode of tendering, in case of departure from normal procedure by<br />

TIA.<br />

d. Finalizing the qualifying requirement for the indent if required alongwith NIT estimate by the<br />

appropriate QR committee and approval from TAA. In case of TAA is Board/ Chairman,<br />

approval of concerned member shall be obtained.<br />

W& P Manual – 2012 Page 24


e. The cost of tender documents will be firm up based on the estimated cost.<br />

f. The amount of Earnest Money will be firm up based on the estimated cost.<br />

g. After approval of TIA, prepare the Tender Document sets.<br />

h. Finalising the enquiry details for advertisement in Newspaper and Website, for open tendering<br />

by C&M Deptt. and put up to TIA for approval.<br />

9. CHECKLIST FOR PREPARATION OF TENDER ENQUIRIES:<br />

The following points are to be taken care of by dealing Officer of material/contracts department<br />

before issuing of any tender enquiry:-<br />

a) Time and date for receipt and opening of tenders is indicated as per the guidelines.<br />

b) The prescribed time has been allowed to the tenderers to submit their quotations depending on<br />

the type of enquiry being issued i.e., Single Tender Enquiry, Limited Tender Enquiry, Open<br />

Tender Enquiry, Global Tender Enquiry, etc. However in case of any departure, approval of<br />

TIA has to be taken.<br />

c) The amount to be furnished against EMD as per provision in this manual has been calculated<br />

correctly and indicated including mode of submission of the same.<br />

d) Description of stores including specifications / drawing is correctly indicated. (Specifications<br />

are to be finalized keeping the End use in mind). Description of works/services with detailed<br />

scope of work, list of statutory requirements, scope on the part of <strong>DVC</strong> etc. are to be indicated.<br />

e) Relevant drawing / specification is to be enclosed with the enquiry, wherever possible.<br />

f) A Clause for pre-dispatch inspection shall be incorporated in case stage inspection is required<br />

at supplier’s works.<br />

PDI may be incorporated as a special condition of contract when payment will be released<br />

against dispatch document through bank subject to approval of Project Head/ CE/ Sr. CE/ HOD<br />

on recording the justification before issuance of NIT except in case of PAC, OEM, OES.<br />

However, in case of PAC, OEM, OES, inspection at site will be done.<br />

g) Where sample is required to be furnished along with the tender, the authority to whom it<br />

should be sent for testing/approval and the time within which the sample should be submitted<br />

are indicated correctly in the enquiry.<br />

h) Quality Assurance Authority (<strong>DVC</strong>/3 rd party) is correctly indicated along with address.<br />

i) Conditions of contract are correctly indicated in the enquiry.<br />

j) The General and Special Conditions of contract, if any, are not to be reproduced in the tender<br />

enquiry published. They are the part of the bid document.<br />

k) Delivery schedule for supply items / completion schedule for works/turnkey contacts/ service<br />

are clearly indicated.<br />

W& P Manual – 2012 Page 25


l) Insertion of Liquidated Damages Clause in tender enquiry for claim against the delay in<br />

supplies /delay in completion of works/services.<br />

m) Insertion of clause for the cancellation of contract and effecting risk purchase.<br />

n) In case of purchase of imported stores, the appropriate shipping clauses are to be<br />

incorporated. Other special conditions viz. payment terms for Free on Board (FOB)/Free<br />

alongside Ship (FAS) basis, etc., should also be indicated in the enquiry.<br />

o) Any other special clauses, as felt necessary by TIA to be incorporated in the bid document.<br />

p) Value and Period of validity of performance guarantee (whether to cover warranty period)<br />

should also be mentioned.<br />

q) The correct quantity and unit with consignee-wise distribution should be mentioned.<br />

r) The Indenting Technical department will furnish the details of Delivery Schedule,<br />

Guarantee/Warranty Conditions, Applicability of Performance Guarantee Clause and<br />

Inspection Clause. The other Clauses like Payment Terms, Price Fall Clause, Liquidated<br />

Damage Clause, Basis of Pricing (FOR/FOB Terms), Risk Purchase Clause etc. will be<br />

mentioned in the NIT as per the provisions of Works & Purchase Manual of <strong>DVC</strong>. The rate<br />

of Entry Tax applicable for the tendered items is to be mentioned in the NIT. The<br />

applicability of CST (full or concessional) for the tendered items is also to be mentioned in<br />

the NIT. The General Terms and Condition will be as per Works & Purchase Manual of<br />

<strong>DVC</strong> and shall form part of the NIT.<br />

s) It should be ensured in the NIT that any deviation taken by the bidder without cost of<br />

withdrawal in specified form will make the bid unresponsive if the same is not withdrawn<br />

by the bidder unconditionally without any price implication.<br />

t) Technical Specification: The Indenting Technical department will furnish the technical<br />

specification for each specification parameter of each item to be procured, in an objective<br />

format with the required evaluation criteria to the C&M department. The format will contain<br />

the specification parameters of the items in a very specific and objective manner which will<br />

facilitate automatic Technical evaluation of the Bids. Based on the above information<br />

received from the technical department, the Technical Parameter Sheet in Excel format<br />

(password protected) will be prepared by the official of C&M department and the same will<br />

be uploaded during tender creation or part of the NIT document.<br />

Any item may have any number of specification parameters and any indent may have any<br />

number of items but the technical specification parameters have to be brought out<br />

essentially in the above format. The technical specification parameters to be mentioned in<br />

the Technical Parameter sheet shall contain only those specification parameters, compliance<br />

of which are mandatory in nature for the purpose of procurement and non compliance of<br />

which are not acceptable. Non compliance of any one of such specification parameter of any<br />

item will disqualify the bidder in that item. The same is to be clearly spelt out in the NIT.<br />

u) Condition for Verification of Documents to be included in the NIT as follows:-<br />

W& P Manual – 2012 Page 26


a) L1 Bidder/s for each item will have to produce the documents (original/self<br />

authenticated and attested by Public Notary), as specified in the NIT, in support of the<br />

information furnished by him/them on-line, for verification by Tender Committee on<br />

any working day within 10 days in case of domestic tenders and 15 days in case of global<br />

tenders from the date of opening of Price bid. The L1 bidder/s will also submit an<br />

affidavit (original) on a non-judicial stamp paper of Rs.10 regarding genuineness of<br />

the information furnished by him/them online and authenticity of the documents<br />

being produced by him/them, within the same time frame. No additional time will be<br />

allowed to the bidder for producing the required documents.<br />

b) In case the L1 bidder for any item fails to produce the documents within the specified<br />

period of 10 days in case of domestic tenders and 15 days in case of global tenders, or if<br />

any of the information furnished by L1 bidder on-line is found to be false by the Tender<br />

Committee during verification of documents, which changes the eligibility status of the<br />

bidder, then EMD of the L1 bidder will be forfeited with caution letter to refrain in future<br />

and in event of 2 nd instances EMD will be forfeited and banning of L1 bidder for one<br />

year from participating in future tenders.<br />

10. QUALIFYING REQUIREMENTS:<br />

The qualifying requirements framed shall not be restrictive in nature and shall be widened to the<br />

extent possible and should be consistent and in consonance with quality requirements of goods/<br />

works and services to ensure maximum participation of the prospective bidders.<br />

The purpose of QR is to identify the qualified bidders who are capable of delivering<br />

goods/services as per the Specifications/Requirements. QR shall generally be drawn in such a<br />

manner so as to enable adequate participation of bidders to the extent possible. The QR shall<br />

normally include Technical Requirements (both specific to the package and general) and the<br />

Financial Requirements. Qualifying requirement for technical and financial parameters should be<br />

clearly spelt out.<br />

The qualifying requirement (QR) is to be prepared on case to case basis by QR committee at<br />

appropriate level, depending on various factors like cost of the package, Technical importance,<br />

Time frame for implementation, Quality plan requirements etc. The primary purpose of QR is to<br />

assess the Financial & Technical capability of the bidders who can deliver the goods/services as<br />

per the requirements. QR is required for those contracts, which are to be finalised through OTE.<br />

QR is not required for LTE amongst ALS / vendor with proven credential and for Single Tender<br />

Enquiry. However in case of poor vendor base (less than 4) QR may be considered for LT<br />

through wide publication in e-tendering portal .The vendor with proven credential in respect<br />

of both procurement and works contract is defined as below:<br />

A. For Procurement :-<br />

W& P Manual – 2012 Page 27


i) Vendors whose offers were techno-commercially approved/NIT complaint for supply of the<br />

specified item(s) / spares against open tendering in <strong>DVC</strong> during last three years or satisfactory<br />

execution of any order.<br />

OR<br />

ii) Suppliers to power utilities in PSUs, other power plant and transmission system equipment<br />

manufacturers in PSUs for similar items(s)/spares.<br />

B. For Works Contract:-<br />

i) Vendors whose offers were techno-commercially approved/NIT compliant for the specified<br />

work(s) against open tendering in <strong>DVC</strong> during last three years or satisfactory execution of any<br />

order.<br />

ii) Contractors who have successfully completed works in power utilities in PSUs, other power<br />

plant and transmission system for similar work(s).<br />

TAA is empowered to approve QR for procurement /works packages/ service on recommendation<br />

of QR committee. However In case of TAA is Board/ Chairman, approval of concerned Member<br />

shall be obtained.<br />

I) Financial capability:-<br />

The following point may be considered for assessing the financial capacity of a bidder based on<br />

their audited accounts in QR for turn-key project tenders (involving supply, erection and<br />

commissioning of equipment) having estimated value above Rs. 5 crores.<br />

1) Determine Working Capital position,<br />

2) Average annual turnover (AAT)<br />

3) Net worth.<br />

Working capital should be considered for the last financial year. Net working capital or access to<br />

credit facilities = 3 x Cost Estimate<br />

Completion period in months<br />

Net worth of the bidder as on the last day of the preceding financial year shall not be less than<br />

100 % of the paid up share capital.<br />

Net worth means the sum total of the paid up share capital and free reserves. Free reserve means<br />

all reserves credited out of the profits and share premium account but does not include reserves<br />

credited out of the revaluation of the assets, write back of depreciation provision and<br />

amalgamation. Further any debit balance of Profit and Loss account and miscellaneous expenses<br />

to the extent not adjusted or written off, if any, shall be reduced from reserves and surplus.<br />

Average annual turnover is to be determined taking into consideration turnover of best 3 financial<br />

years out of last 5 financial years. Other income shall not be considered for arriving at annual<br />

turnover.<br />

W& P Manual – 2012 Page 28


Minimum average annual turnover (MAT) for the best 3 years out of last 5 financial years<br />

= 1.5 x Cost Estimate<br />

Completion period in year<br />

In other cases, average annual financial turnover during last three financial years should be at least<br />

30% of the estimated cost as financial QR.<br />

Note- Completion period less than one year to be considered as one year.<br />

In case where audited results for the preceding financial year are not available, certification of<br />

financial statements from a practicing Chartered Accountant shall also be considered acceptable.<br />

Other Physical parameter to be considered:-<br />

II) Technical capability:-<br />

For procurement & EPC: As set by QR committee based on orders executed in past and<br />

experience alongwith past performance on similar contract for a minimum period of 2(Two) years<br />

thereof. One year performance may be considered for new technology.<br />

For works up to Departmental estimate (DE) of Rs.25 Lacs: To be decided by<br />

TAA. For works with DE above Rs.25 Lacs up to Rs.50 Lacs:<br />

Experience of having completed similar works during last 7 years ending last day of month<br />

previous to the one in which offers are invited shall be either of the following:<br />

(a) Three similar completed works each costing not less than the amount equal to 30% of the<br />

estimated cost.<br />

or<br />

(b) Two similar completed works each costing not less than the amount equal to 40% of the<br />

estimated cost.<br />

or<br />

(c) One similar completed work costing not less than the amount equal to 70% of the estimated<br />

cost.<br />

For works with DE above Rs.50 Lacs:<br />

Experience of having completed similar works during last 7 years ending last day of month<br />

previous to the one in which offers are invited should be either of the following:<br />

(a) Three similar completed works each costing not less than the amount equal to 40% of<br />

estimated cost.<br />

or<br />

(b) Two similar completed works each costing not less than the amount equal to 50% of the<br />

estimated cost.<br />

or<br />

(c) One similar completed work costing not less than the amount equal to 80% of the estimated<br />

cost.<br />

the<br />

W& P Manual – 2012 Page 29


Completed Work means the executed/completed portion of Work Order/AMC/RC, Payment<br />

receipt documents with ref. to WO No. and date or execution certificate with executed value and<br />

referred order no. be also considered as a proof of execution even if the work has not been completed<br />

in totality (subject to furnishing proof of executed value of work in the form of certified copies of<br />

RA Bills) or any relevant documents, which is sufficient to proof the works completed or to be<br />

completed.<br />

“Similar work” should be clearly defined in the bid document having due regard to the work so as<br />

to generate adequate competition. Similar nature of work, sought for to qualify for a certain work,<br />

incorporated in the NIT shall be clear, unambiguous and specific and there shall not be any room<br />

for divergent interpretation at any stage.<br />

Any explanation /elaboration added to qualify similar nature of work shall not be supplant but<br />

supplement the same.<br />

To maintain equity, consistency and better transparency in the tendering process for the services/<br />

works / procurement which are common for individual projects, a QR committee at HQ level to<br />

be formed.<br />

However, QR as mentioned above is an illustrative one and may not be suitable for all<br />

AMC/Works/Services/ procurement. TAA is authorised to formulate QR (through QR<br />

Committee) to meet his requirements for case-to-case basis so that adequate bidding response is<br />

achieved.<br />

QR should be carefully formulated so that capable contractors are not restricted from participation<br />

in the tender. However, a tolerance limit (say 5%) on the quantum of QR may be provided to take<br />

care of marginal shortfall and this shall be mentioned in NIT.<br />

11. FORMATION OF QR COMMITTEE:<br />

In order to finalise the QR of prospective bidders, a QR committee at appropriate level has to be<br />

formed at Projects/Stations/Field depending on the estimated cost (without taxes, duties and<br />

freight) as follows:<br />

W& P Manual – 2012 Page 30


CONSTITUTION AND APPROVAL OF QR COMMITTEE<br />

Sl.<br />

No.<br />

Level of<br />

Approval<br />

Level of QR committee<br />

Nomination of QR<br />

committee<br />

At HQ At Project At HQ At Project At HQ<br />

Approval of QR<br />

Committee<br />

At<br />

Project<br />

(1) (2) (3) (4) (5) (6) (7) (8)<br />

1. EE/SDE/SE M-3/M-4 M-3/M-4 M-3/M-5 M-3/M-5 M-5 M-5<br />

2. Dy. CE M-5 M-5 M-6 M-6 M-6 M-6<br />

3.<br />

Chief<br />

Engineer<br />

4. Director M-7/M-8<br />

5. Member(T)<br />

6. Chairman<br />

M-6 Head of<br />

Section/M<br />

-6<br />

M-7/<br />

above<br />

M-<br />

7/above<br />

7. Board Director<br />

Head of<br />

Section/M-6<br />

Head of<br />

Section/M-6<br />

Head of<br />

Section/M-6<br />

Head of<br />

Section/M-6<br />

M-7 M-7 M-7 M-7<br />

M-7/<br />

Above<br />

M-7/above<br />

M-8/above<br />

M-7 M-7 Director<br />

Director M-7 Member(T)<br />

Member<br />

(T)/(F)/(S)<br />

NOTES:-<br />

1. The members of QR Committee at appropriate level shall consist of one<br />

representative each from Indenting, Procurement / Contracts Deptt. and<br />

Finance/Accounts Deptt.<br />

2. Where requisite level of officers is not available, in that case higher level<br />

officers will be nominated in the committee.<br />

M-7 Chairman<br />

3. Where requisite level of officers is not available for recommendation of name in QR<br />

committee, TIA may nominate the same.<br />

4. In case of DFP(OE), QR will represent by minimum M-5 and M-4 officers where approving<br />

authority is HOD and HOO respectively.<br />

M-7/<br />

above<br />

M-7<br />

M-7/<br />

Above<br />

M-7<br />

M-7/<br />

Above<br />

M-7<br />

M-7/<br />

Above<br />

M-7<br />

W& P Manual – 2012 Page 31


The Committee will consider various other factors, like Indenting Officer’s comments<br />

on QR in respect of the particular Indent, if any, guidelines issued by Corporation/CVC<br />

from time to time. Availability of testing facilities and availability of statutory<br />

documents like company/society registration certificate, STRC/VAT Registration<br />

Certificate, financial documents as stated above. QR Committee should also endorse<br />

the estimated cost as submitted by the indenter and the NIT document.<br />

The Qualifying Requirement of bidders intending to take part for any contract for works related<br />

to<br />

Civil/Mechanical/Electrical through tendering may be considered as detailed<br />

below:<br />

The QR should be decided before the NIT is issued for advertisement. Once the QR is fixed and<br />

advertised, it cannot be altered / relaxed. However, in case of poor response, against<br />

stipulated QR, the same may be reviewed and revised by the QR committee at appropriate level<br />

for the purpose of re-tendering with the objective of getting better response and to maintain<br />

transparency.<br />

The QR committee will be recommending body and QR as recommended by the Committee<br />

has to be approved by the tender accepting authority before floating of enquiry. If TAA is Board<br />

or Chairman, approval of concerned member shall be obtained.<br />

Identification of qualified bidders can be done through following methodology<br />

:<br />

i) Pre-qualification methodology<br />

(EOI). ii) Post-qualification<br />

methodology.<br />

i) Pre-qualification methodology (EOI):<br />

Expression of Interest (EOI) may be resorted to in case of packages for specialized, expensive or<br />

technically complex contract, where details scope of work, appropriate financial involvement,<br />

modality and execution period to be required cannot be finalized due to lack of internal<br />

expertisation.<br />

EOI will be issued to prepare a panel of Agency who are capable to accomplish the desired<br />

work<br />

EOI to be invited through press advertisement.<br />

EOI may be issued covering of following<br />

12.TENDER METHODOLOGY:-<br />

areas:-<br />

1. Nature of work to be executed with specifying the objective of work.<br />

2. Desired timeframe which may be allowed to complete the work.<br />

3. Expected investment, if any.<br />

4. Evaluation process for short listing of vendors.<br />

W& P Manual – 2012 Page 32


5. Other information which may affect the schedule of work during execution, if<br />

any.<br />

Interested bidders should offer their views on methodology with available latest technical data<br />

for execution of such work along with the following documents:<br />

1. Experience and performance certificate within the last 7 yrs. for similar work. In case, subject<br />

work falls within an area of rapid changes in technology, experience and performance<br />

certificate of similar works within the 2 yrs., if decided by TAA.<br />

2. Available manpower with the Agency to execute such<br />

work.<br />

3. Last 3 yrs. Audited Annual<br />

Accounts.<br />

Based on the technical discussion with the expected bidders individually or jointly, the<br />

scope and specification of work to be finalized and qualified bidders to be short listed based on<br />

the evaluation process already notified in EOI and based on the available financial documents by<br />

an appropriate QR committee based on the expected investment decision. However, considering<br />

the technical complexity of work, TAA may include any outside expert on the subject area in the<br />

QR committee.<br />

In such case, NIT will be issued to short listed bidders only but will be considered as open<br />

tender so far DFP is concerned.<br />

Also for participation against EOI, the bidder shall not be required to furnish EMD/Bid security,<br />

but EMD/Bid security in appropriate form to be asked at the time of issuance of NIT.<br />

ii)Post-qualification methodology:<br />

In case of Post Qualification Methodology, as detailed in previous paras, the QR for bidders for a<br />

specific package shall be brought out explicitly in the bidding documents and may also be<br />

spelt out clearly in the NIT published in Website.<br />

The intending bidders must furnish the information in support of fulfilment of qualifying<br />

requirement, as fixed for the tender along with their offer, failing which their offer will not be<br />

considered. This is also to be clearly spelt out in the bid documents of NIT. In case of<br />

essential requirement, clarification on the information already submitted by the bidder only<br />

sought for but no new information / document will be entertained. TC may ask to submit further<br />

clarification for determining of the compliancy of the bidder with the approval of TIA within a<br />

specified period. Noncompliance of the same from the bidders’ side, bid may be considered as<br />

nonresponsive.<br />

13. SELECTION OF BIDDING PROCESS:<br />

W& P Manual – 2012 Page 33


a) Single Stage Bidding :- The single Stage Bidding , in general, to be adopted for all types<br />

of tendering and may be done in the following way:<br />

i. Single Stage Bidding with 4 envelopes. ii. Single Stage Bidding with 3 envelopes. iii.<br />

Single Stage Bidding with 2 envelopes. iv. Single Stage Bidding with 1 envelope.<br />

These are elaborated as below:-<br />

b) Single Stage Bidding with 4 envelopes:<br />

All turnkey projects/ packages for thermal generations and transmission projects (Extension and<br />

Greenfield) including Rural Electrification Projects and any Civil projects like Housing,<br />

Water pipe line, mining etc. shall adopt the bidding process under this stage at the discretion of<br />

TIA.<br />

Tenders will be received in one stage consisting of separate four sealed envelopes<br />

comprising a) Earnest Money and Cost of Tender Documents, if the same is downloaded<br />

from Website.<br />

b) Information in support of QR, as mentioned in<br />

NIT. c) Information in support of Techno-commercial<br />

Bid. d) Price bid.<br />

After pre-bid discussion with bidders, a consolidated NIT amendment document, if<br />

required, will be issued to all parties who have purchased tender papers.<br />

Offers failing to comply (a) will be rejected<br />

outrightly.<br />

Normally extension of time for submission of bids and/ or compliance of Technocommercial<br />

stipulation shall not be granted. In the absence of adequate response within<br />

the time limit, TIA may extend for submission of bids up to 14 days.<br />

There shall be no scope for submission of supplementary price bid after bid opening<br />

date. However revised price bid/ Original price bid/ discount if any, as submitted<br />

before the bid opening date will be considered. In case of submission of more than<br />

one bid by any bidder before opening the bid the last submitted bid will be<br />

considered for evaluation.<br />

Bidders should submit an undertaking that they have not taken any deviation other than<br />

deviation taken in prescribed form of deviation sheet and cost of withdrawal has been<br />

recorded in price bid and also undertake that any deviation elsewhere except above<br />

will be withdrawn unconditionally without any price implication.<br />

Bidders who have not complied all the terms & conditions of NIT and taken deviation<br />

elsewhere than deviation sheet ,will be asked to withdraw the deviation without any price<br />

implication within the specific time frame failing which their offers will not be<br />

W& P Manual – 2012 Page 34


considered for opening of price bids.<br />

c) Single Stage Bidding with 3 envelopes:- For any procurement works/services, may<br />

be adopted at the discretion of TIA.<br />

For Single Stage, 3 - envelope tendering, the main envelope containing the offer should contain<br />

three envelopes - A, B & C with proper superscribing.<br />

A envelope: Earnest money (if applicable) and cost of tender paper (if down loaded<br />

from Website)<br />

B envelope : Information on credentials and techno-Commercial part filled up in Excel<br />

Sheet alongwith necessary deviation schedule.<br />

C envelope: Price part as per format enclosed in the Bid Document along with the cost of<br />

withdrawal prices for declared deviations.<br />

On the tender opening day, the tender opening committee would open the ‘A’ envelope to<br />

check the contents<br />

If ‘A’ envelope is as per requirement, then the Techno-commercial part envelope ‘B’ would be<br />

opened. The Techno-commercial offers will be scrutinized as per NIT terms by a 3-<br />

member<br />

Tender Committee. Price Bids to be opened on the recommendation of Tender Committee and the<br />

same to be approved by Tender Inviting Authority without further reference to Finance.<br />

The price-part, i.e, envelope ‘C’ would be opened for the techno-commercially accepted bidders<br />

only based on their submitted information , after approval of the competent authority. Price<br />

Bids to be opened on the recommendation of Tender Committee and the same to be<br />

approved by Tender Inviting Authority without further reference to Finance. The date & time for<br />

opening the price part has to be intimated to these bidders. The price part of the bids would be<br />

opened at the notified date & time by the tender opening committee. Authorised representative of<br />

concerned bidder may attend the price bid openings in case of off-line.<br />

d) Single Stage Bidding with 2 envelopes:- For any procurement / works / services,<br />

bidding process may be adopted at the discretion of TIA.<br />

For cases of single stage, with 2 envelopes tendering, the main tender offering envelope would<br />

contain two envelopes– A and B with proper superscribing therein as:–<br />

A envelop :<br />

Website.<br />

Earnest money (if applicable) and cost of tender paper if downloaded from<br />

B envelop : Information on credentials and techno-Commercial part filled up in Excel Sheet<br />

alongwith necessary deviation schedule and Price part as per format enclosed in the<br />

Bid Document along with the cost of withdrawal.<br />

On the tender opening day, the Tender Opening Committee would open the ‘A’ envelope<br />

to check the contents. If ‘A’ envelope is as per requirement then only ‘B’ envelope would be<br />

opened with approval of TIA<br />

e) Single stage bidding with 1 envelope: This can be resorted for LTEs also where EMD are not<br />

asked for and for procurement on single tender basis and any other tender, as decided by TIA.<br />

W& P Manual – 2012 Page 35


f) Invitation for bids: Bids shall generally be invited through publication of the NITs in<br />

newspapers / website, detailing QR except LTE along with techno-commercial specification.<br />

In case of LT, QR is required only if there is no approved vendor list/ poor vendor list. In other<br />

cases of LT, QR is not required. Adequate time of around 2 weeks shall be given for<br />

purchase of bidding documents. The deadline for submission of bids shall be<br />

approximately 15 days after the close of sale of bidding documents and bids shall be<br />

opened on the same day. Bidding documents shall be issued, against the prescribed fee, to<br />

all those firms who request for the same in case OTE.<br />

g) Pre-bid conference: A pre-bid conference, for clarifying the queries that prospective bidders<br />

may like to seek in regard to the provisions of bidding documents and other details<br />

shall normally be held within 7(seven) days of sale closing of tender documents. The<br />

firms who have purchased the bidding documents may attend the conference. Queries raised<br />

by various firms shall be discussed in the Pre-Bid Conference/Clarification Meeting attended<br />

by the representatives of the firms and the TC Committee. Pre-bid meeting/conference will be<br />

attended by the TC or his authorized representative. Reply of the same to be sent with the<br />

approval of TC. On conclusion of the meeting, TC Committee shall draw a minute<br />

immediately thereafter, in line with the discussions held during the meeting, clarifications to<br />

the written queries received from bidders, either prior to or during the conference, shall be<br />

prepared, along with the amendments, if any, to the bidding documents, by the TC<br />

Committee and same to be placed before TIA for approval. The same<br />

may be incorporated in the bidding documents within three days(within 7 days for<br />

EPC contract) of Pre-bid conference after approval of Tender Inviting Authority. The<br />

approvals, as above, shall be expeditiously processed so as to ensure issuance of clarifications<br />

/ amendments to all the firms who have purchased the bidding documents, at the earliest.<br />

The clarification to the bidders along with amendment, if any on conclusion of pre-bid<br />

conference to be issued to all the participating bidders after approval of tender inviting<br />

authority.<br />

However, any modifications of basic technical speciation of the Bidding Documents<br />

which may become necessary as a result of the pre-bid conference shall be made by the<br />

owner exclusively through an amended NIT in website only and not through the record<br />

notes of the pre-bid conference within 3(within 7days for EPC contract) days of pre-bid<br />

meeting with suitable extension of tender sale period and tender submission period.<br />

Thereafter, a reasonable time (say 3-10 days) is to be given to all the bidders to submit their<br />

offers.<br />

Pre-bid conference is found to be helpful in clarifying / addressing various queries /<br />

confusion of bidders which facilitates quick disposal of tender at the evaluation stage. To<br />

obviate the possibility of cartel formation (in case no. of bidders less than three), pre-bid<br />

discussion may also be held with bidders individually, preferably in a conference call mode.<br />

W& P Manual – 2012 Page 36


The three members Tender opening Committee shall be constituted prior to opening of<br />

bids.<br />

h) Receipt and Opening of Single Stage Bids:- In the single Stage Bidding, the bidders shall<br />

be required to submit their techno-commercial proposals with prices and EMD/Bid Security/Bid<br />

Guarantee, along with QR data. Bids so received shall be opened on the bid opening date in<br />

presence of the representatives of the bidders who choose to attend the bid opening. Any late<br />

bid shall not be entertained by the system.<br />

i) Evaluation Process:- Each of the bids shall be examined by the tender committee<br />

at appropriate level for following aspects such as:<br />

(a) Qualifying Requirements, (b) Bill of Quantities, (c) Capacity and Capability, (d)<br />

Assignment of Contract, (e) Compliance to technical requirements and (f) other Technical and<br />

Commercial aspects/deviations.<br />

On the pre-scheduled date and time of tender opening, the received Techno Commercial<br />

bids)<br />

will be opened by the Tender opening<br />

committee.<br />

For evaluation of Techno Commercial bids, all the required parameters will be obtained from the<br />

Bidders in an objective and structured manner. Bidders will not be required to upload<br />

scanned copy of any document or to submit hard copy of any document for the evaluation<br />

process except the EMD, cost of tender documents, scanned copy of Letter of Bid, document in<br />

support of exemption of EMD (if applicable) and Excel sheet for Technical Evaluation. The<br />

information furnished by the bidders off-line/ on-line along with on-line undertaking with<br />

Digital Signature<br />

Certificate in support of the authenticity of the facts, figures, information and documents<br />

furnished by them will be accepted for the evaluation of the bids.<br />

All the Commercial terms and conditions of contract like Delivery Schedule, Payment<br />

Terms, Price Fall Clause, Liquidated Damage Clause, Basis of Pricing (FOR/FOB Terms), Risk<br />

Purchase Clause, Guarantee/Warranty Conditions, Performance Guarantee Clause, Inspection<br />

Clause etc. will be specifically mentioned in the NIT. The bidder has to accept those terms and<br />

conditions unconditionally in order to participate in the tender otherwise cost of deviation to be<br />

mention in specified Form except essential clauses as stipulated in NIT.<br />

The bidders will furnish their values against each specification in Technical Parameter Sheet and<br />

will submit/ upload the same Excel sheet/ file during submission of bid. Based on the evaluation<br />

criteria indicated in the Technical Parameter Excel Sheet, the technical evaluation of the bid<br />

will be done by the system with least human intervention and the compliance report will be<br />

displayed to the bidders on-line and in case of of-line dealing officer will prepare the summary<br />

sheet based on the excel sheet submitted by the bidder and same to be placed before TC for<br />

evaluation.<br />

In case of on-line, the Technical evaluation of Tenders will be done on-line by the software as per<br />

respective Evaluation Criteria specified in the Technical Evaluation Excel File specially designed<br />

for obtaining specific information from the bidders and evaluating the same in a<br />

transparent manner so that Bidders will be able to know, whether they comply to the Technical<br />

W& P Manual – 2012 Page 37


specification parameters of the NIT.<br />

In case of techno commercial compliance bid based on the information submitted by the bidder<br />

is three or less than three, verification of documents of all the bidders will be done before<br />

opening the price bid of techno-commercially acceptable offer.<br />

The Tender Committee will validate the on-line evaluation of Techno Commercial bid/offline<br />

evaluation based on the information furnished by bidder on-line/off-line.<br />

The system generated evaluation sheets/ off-line evaluation sheet shall be authenticated<br />

by<br />

Tender Committee and shall be kept in the<br />

file.<br />

The first step in examination of bids shall be to ascertain whether the bidders, who have<br />

submitted a substantially responsive bid, generally meet the Qualifying Requirements. The<br />

Tender Committee shall examine all the relevant information in respect of QR of all the<br />

bidders and identify the clarifications or additional data, if any, which may be required from a<br />

bidder(s) so as to ascertain the bidder(s) QR compliance status. Approval of TIA is required for<br />

seeking techno-commercial clarifications and additional data from participating bidders in<br />

respect of QR and bringing out the following details:<br />

(i) Bidders who are observed to generally meet the qualifying requirements and with whom<br />

<strong>DVC</strong> can proceed ahead to hold the Clarifications Meetings on different aspects of their 1 st<br />

Stage Bids.<br />

(ii) Bidders who are not found to meet QR.<br />

(iii)Bidders, from whom clarifications and additional data are required, so as to ascertain their<br />

QR compliance status.<br />

Bids from those bidders who are not found to meet the QR shall not be considered<br />

further.<br />

Further clarification and additional data shall be sought from the bidders identified under<br />

(iii) above and shall be allowed specific time period as deemed reasonable by the Tender<br />

Committee to submit the same. If a bidder fails to furnish the required details within the aforesaid<br />

period, it shall be deemed that he has nothing more to supplement the data already furnished in<br />

his bid.<br />

The discussions with different bidders identified as above shall be carried out with the<br />

objective of ensuring that all the proposals conform to equal and acceptable technical standards<br />

and other terms and conditions. Any deficiencies, extraneous provision and unsatisfactory<br />

technical features, if any, with regard to provisions of Bidding Documents, pointed out by<br />

the bidder(s) shall be carefully examined and evaluated.<br />

Based on the clarifications and additional data furnished by the bidders, the QR compliance status<br />

of the bidders shall be further examined and the Tender Committee shall put up a note identifying<br />

W& P Manual – 2012 Page 38


the following:<br />

(i) Bidders who are observed to generally meet the qualifying requirements and<br />

techno- commercial specifications.<br />

(ii) Bidders who are not found to meet<br />

QR.<br />

Bids of those bidders who are not found to meet the QR shall not be considered<br />

further.<br />

Tender Committee shall put up first stage bid evaluation report and recommendation for<br />

opening of Price bid of the qualified bidders, whose first stage bids are responsive, to the Tender<br />

Inviting Authority for approval.<br />

The Tender Committee recommendation based on the on-line evaluation/ off-line evaluation<br />

will be made for opening of Price bid of eligible bidders. The said recommendation will<br />

require approval of the TIA. The summary of technical evaluation with the names of eligible<br />

bidders and the brief reasons for disqualification of unsuccessful bidders (if any) alongwith the<br />

date of Price- bid opening will be uploaded/ communicated by the TIA.<br />

Date of Price-bid opening shall be kept atleast one day after the date of uploading/<br />

communicated of the summary of technical evaluation. All the bidders will be intimated<br />

through system generated e-mail/e-mail.<br />

The Price bid of the successful bidders (qualified in Techno commercial bid) will be opened<br />

on the scheduled date and after the pre-scheduled time by the Tender opening committee.<br />

The Bidders may view the price bid opening online remotely or in case of off-line, bidders will be<br />

allowed to present at the time of opening of price bid. The Comparative statement manually<br />

prepared by the dealing officer or downloaded system generated Comparative Statement will be<br />

vetted and signed by the Tender Committee. This will be kept in the file.<br />

j) Verification of Documents<br />

a) L1 Bidder/s for each item will have to produce the documents (original/self authenticated<br />

and attested by Public Notary), as specified in the NIT, in support of the information furnished<br />

by him/them on-line, for verification by Tender Committee on any working day within 10<br />

days in case of domestic tenders and 15 days in case of global tenders from the date of<br />

opening of price bid. The L1 bidder/s will also submit an affidavit (original) on a non-judicial<br />

stamp paper of Rs.10 regarding genuineness of the information furnished by him/them<br />

online and authenticity of the documents being produced by him/them, within the same time<br />

frame. No additional time will be allowed to the bidder for producing the required documents.<br />

b) In case the L1 bidder for any item fails to produce the documents within the specified<br />

period of 10 days in case of domestic tenders and 15 days in case of global tenders, or if<br />

any of the information furnished by L1 bidder on-line is found to be false by the<br />

Tender Committee during verification of documents, which changes the eligibility status<br />

of the bidder, then snap bidding/revise price bid/reverse auction at the discretion of TAA or<br />

Concerned Member ( in case of TAA is Board/chairman) will be resorted to within the<br />

remaining bidders instead of re-tender for the items/ contract in which the bidder was L-1<br />

with forfeiture of EMD with caution letter to refrain in future and in event of 2 nd instances<br />

EMD will be forfeited and banning of L1 bidder for one year from participating in<br />

W& P Manual – 2012 Page 39


future tenders considering time essence to finalise the tender.<br />

The Tender Committee will recommend for issue of Purchase Order to the successful<br />

bidder/s after evaluating their technical eligibility based on the computer generated evaluation<br />

sheets / manual comparative statement followed by verification of the documents<br />

submitted by L-1 bidder/s in support of the information furnished by them on line/off-line<br />

and after evaluation of the reasonableness of L-1 rates. The reasonableness of rates will<br />

be evaluated as per the provisions of Works & Purchase Manual of <strong>DVC</strong> and other<br />

guidelines issued from time to time. The approval for issue of Purchase Order to L-1 bidder/s<br />

will be accorded by the competent authority as per Delegation of Power based on the TC<br />

recommendation.<br />

After obtaining the approval of competent authority on tender committee recommendation, the<br />

Purchase order to the successful bidder/s will be issued and the scanned copy of the<br />

Purchase Order will be uploaded on the e-Procurement portal and/or the original copy will be<br />

sent to the bidder/s through registered/speed post<br />

The EMD of unsuccessful bidders will be refunded within 15 days after finalization of<br />

bid.<br />

The system will preserve the details of Techno Commercial bid and Price bid in the archives for<br />

auditing purposes and the same can be accessed with special authorization. In case of off-line,<br />

file will be kept with the dealing officer for any future reference.<br />

In exceptional circumstances if contract is to be finalised in deviation of the provisions, clauses,<br />

terms & conditions of the Works & Procurement Manual, then condonation of deviation<br />

are required to be approved by concerned Member if not specifically empowered otherwise.<br />

Further in case there is a deviation to CVC guidelines, the same is required to be approved by<br />

the Chairman under intimation to Board in due course and information to CVC & MOP.<br />

Power is delegated by the Corporation to condone / waive LD & SD Clauses to the Tender<br />

Accepting Authority as per Delegation of Financial Power and to the Chairman, in case Board<br />

is the Tender Accepting Authority, in respect of the following contracts to be awarded –<br />

i) Against Single Tender Enquiry on OEM / OES / PAC basis/Single source Standardisation.<br />

W& P Manual – 2012 Page 40


ii) For Consultancy / Investigation / Study / Testing review etc. against Single Tender Enquiry /<br />

Nomination basis on Govt. agencies including PSUs and Education / Research Institution.<br />

iii) For procurement of oil (LDO, FO & HSD).<br />

CEs/Sr. CEs are hereby delegated the Power for approval of deviation from NIT Clauses (other<br />

than SD/LD Clauses) like Warranty / Guarantee, Terms of Payment etc. in respect of SINGLE<br />

TENDER ENQUIRY on OEM/OES/PAC/ single source basis after recording justification for the<br />

same.<br />

k) Splitting of order between two or more Vendors:-<br />

In case of Coal Importation, Transportation and the requisitioned item (s) is/are critical inputs for<br />

operation and maintenance of plants, it may become essential to operate parallel contract (s) to<br />

safeguard against chances of one vendor failing to execute. The same may apply when material<br />

/work/ service is urgently required and single vendor cannot execute entire quantity in time. Under<br />

these circumstances need may be felt to split requisitioned quantity between two or more vendors and<br />

operate parallel contracts subject to the approval of TAA with recording the justification. Following<br />

procedure shall be adopted:<br />

(a) No splitting after opening the bids shall be allowed. Such decision need to be taken at the time of<br />

floating the tenders and a provision in line with following, must be made in the Notice for Inviting<br />

Tender (NIT)<br />

Tendered material(s) are one of the critical inputs for smooth operation and maintenance of<br />

power plants and <strong>DVC</strong> may enter into parallel contracts with one or more vendors<br />

(b) While splitting the requisitioned quantity between two or more vendors, the original evaluated L1<br />

vendor shall always be in advantageous position i.e. quantity between L1and L2 vendors may be<br />

divided in ratio of minimum 60:40 and so depending on capacity of the firm in the industries, time<br />

frame of volume requirement etc.<br />

(c) At first, the evaluated L2 vendor is t o b e approached or called for negotiation to match<br />

their rates withL1 evaluated price, which may sometimes warrant the matching terms and<br />

conditions also. After obtaining the favorable consent from evaluated L2 vendor, order may be<br />

split in ratio as per NIT.<br />

In the event of L2 bidders not agreeing to match L1 rates, possibilities shall be explored with L3,<br />

L4 and so on as the case may be in seriatim in an attempt to finalise the tender.<br />

In case o f n o b i d d e r a g r e e s t o m a t c h t h e L 1 o f f e r r a t e , p l a c e m e n t o f<br />

t o t a l o r d e r o r r e t e n d e r f o r b a l a n c e q u a n t i t y t o b e d e c i d e d b y T A A o n<br />

c a s e t o c a s e b a s i s .<br />

H o w e v e r t h e s a i d c l a u s e s h a l l b e c l e a r l y m e n t i o n e d i n N I T .<br />

W& P Manual – 2012 Page 41


In case of TAA is Board/ Chairman for placement of order, approval of concerned member shall<br />

be obtained.<br />

In case of placement of order on splitting up of “works/ procurements/ services”, QR to be firmed<br />

up based on the approved maximum quantity which will be placed in favour of L1 bidder.<br />

14. MODE OF TENDERING:<br />

Before floating any enquiry (Capital / Spares / consumables / other assets / works / Turnkey Projects),<br />

it shall be ensured that prior approval/sanction of the appropriate authority having financial<br />

power as per relevant DFP is obtained.<br />

The mode of Tendering should be assessed on the basis of proper technical justification and not on<br />

the value of the indent alone.<br />

However, the mode of tendering will be selected considering the following in general:<br />

a. The total estimated cost of Purchase/ estimated value of works/services to be made. b.<br />

Type of materials (proprietary or otherwise)<br />

c. No. of proven sources known and available. d.<br />

Urgency of requirement.<br />

Depending on the above, followings are the mode of tendering which can be adopted for the<br />

purpose of procurement / works contract / service contract:<br />

a) Open Tendering:-<br />

i) Through abridged press advertisement and hosting in <strong>DVC</strong> website.<br />

Attention of all manufacturer or their authorised agents/distributor of a particular equipment/material<br />

and capable vendors to undertake a particular work/services will be drawn to the requirements of<br />

<strong>DVC</strong> and allowed to quote. Display of NIT/Enquiry in the Notice Board does not mean open<br />

tendering. Open tendering means NIT/Enquiry has been given wide publicity and efforts are made to<br />

reach the bulk of the potential vendors. For this purpose, short advertisements in ITJ and in three<br />

leading Newspapers, out of which at least one Newspaper must be in a local vernacular of users<br />

unit/project. For example, if items are to be procured for Bokaro Thermal Power Station, short<br />

advertisement shall be published in ITJ and in any leading newspaper of Jharkhand published in<br />

Hindi, in one leading Newspaper from Kolkata and the other one in English Newspaper<br />

published simultaneously from metro cities like DELHI / KOLKATA / MUMBAI etc. For purpose of<br />

open tendering, apart from publishing the NIT in short form in ITJ, Newspapers, detailed NIT<br />

including the bid documents are to be published in <strong>DVC</strong>’s website (www.dvc.gov.in) so that the<br />

same can be downloaded by the intending tenderer. However, hoisting of engineering<br />

documents, as part of bid documents in Website should also be considered, if technically<br />

possible.<br />

The open tendering through press advertisement, in general, is to be resorted to for high value<br />

W& P Manual – 2012 Page 42


purchases/Turnkey Projects/Works/Services, having estimated value in excess of Rs.25 lakhs.<br />

However, open tendering may also be resorted to for critical items/works having estimated cost of<br />

procurement less than Rs.25 lakhs for which no source of procurement/vendor base is available.<br />

However, overall economy in press advertisement should also be taken care of and generally to be<br />

restricted to 5% of estimated cost. Prior approval of Tender Inviting Authority in this regard is to be<br />

obtained.<br />

Qualifying requirements should be specified in the web advertisement in details so that only<br />

genuine and reliable parties are able to quote.<br />

The copies of the advertisements published in the available Newspapers should be kept in the relevant<br />

file along with recording the dates and names of other publication selected for Tender notice.<br />

ii) For Works / services having estimated value below Rs.25 Lacs, the following may also be<br />

reckoned as Open Tendering when delegation of power is concerned:<br />

Tendering has been made amongst all the approved list of vendors (at least four vendors in ALS),<br />

who are considered capable by TIA to undertake tendered works/services subject to condition that the<br />

said approved list of vendors has been prepared in most transparent manner by press advertisement.<br />

The methodology described under ‘vendor registration’ of this manual may also be used for such<br />

purpose. Such vendors’ list will be considered valid maximum for a period of 03 years from the<br />

date of enlistment. Working vendors’ performance/ rating should also be carried out on yearly<br />

basis.<br />

b) Limited Tendering: -<br />

i) Limited tenders shall be issued having estimated value of Rs.25 lakhs and below, from not less<br />

than ordinarily from 4 parties from amongst the list of approved vendors / vendor with proven<br />

credential / Manufacturer / authorised agents or distributor / owner / proprietor of the firms<br />

having proven performance in the past through online method having value Rs.2 lacs & above<br />

and for off-line tender shall be issued under Certificate of Posting / Speed Post / Regd. Post /<br />

Courier for purchase/works/services Vendor list for LTE is to be approved by Tender Inviting<br />

Authority before floating NIT.<br />

All the parties to whom LTE are floated should categorically send their regret in case of nonparticipation<br />

in the tender otherwise they may not be considered in future for similar item and same<br />

is to be clearly mentioned in the enquiry.<br />

ii) Where there is no approved vendor list / poor vendor list, the following stipulations may be<br />

followed as per discretion of TIA :<br />

a) For small works/procurements/contracts having estimated value up to Rs.2 Lacs, tender/enquiry<br />

may be circulated in internal notice board and by displaying in various <strong>DVC</strong><br />

establishments. The same is to be reckoned as LTE for the purpose of delegation.<br />

b) Tender / enquiry having estimated cost above Rs.2 Lacs and up to Rs.25 Lacs shall be<br />

hoisted in <strong>DVC</strong> Website with QR apart from circulation and display in various <strong>DVC</strong><br />

W& P Manual – 2012 Page 43


establishments including direct mailing of NIT to the proven vendors of past and this will be<br />

considered as LTE for the purpose of delegation.<br />

However, for the items of special nature with technical intricacies or for any other reason the<br />

Plant Chief/CE/HOD may decide on the number of bidders to whom LTE will be issued and in<br />

such cases enquiry sent to more than one vendor will qualify as LTE.<br />

iii) Limited tender can also be resorted to for estimated values exceeding Rs. 25 Lacs when the<br />

requirement is of special nature with technical intricacies and can be performed by selected<br />

vendors only, or when time does not permit for open tendering. In both the cases reasons for such<br />

action should be recorded in writing and prior approval from TIA is to be obtained. The cases of<br />

acceptance of single response to the limited tenders will be treated as per delegation of financial<br />

power.<br />

Single acceptable bid against open tender/ limited tender to be retendered with modified QR in<br />

case of open tender / hoisted at web site with QR in case of limited tender except urgencies<br />

certified by the TIA and to be treated as single tender on ground of urgency if there is no specific<br />

delegation. However in case of single acceptable bid against open / limited tender with modified QR<br />

shall be treated as open tender/ limited tender as the case may be.<br />

c) Single Tendering:-<br />

Single Tendering shall be done by inviting offers from single source/vendor, which may be the<br />

OES/OEM/PSU, or on the basis of proprietary article certificate or on the basis of source<br />

standardisation or on the ground of urgency/ emergency. In case of proprietary<br />

items/OEM/OES/Standard Source Basis, certificate to that effect will have to be issued by the<br />

indenter at the appropriate levels in each case. Source standardisation will normally be for a<br />

limited period not exceeding three years and have to be approved by Station Chief/Sr. C.E. /<br />

HOD. The proposal for single tender enquiry on the ground of urgency /emergency should be<br />

approved by tender accepting authority as per delegation. All projects shall send their source<br />

standardisation list to other projects for their reference documents and a copy of the same shall<br />

also be forwarded to Chief Materials Manager.<br />

In case of multi source standardisation based on open advertisement, the same will be treated at par<br />

with open tender for the purpose of delegation of power. If the multi-source standardisation is done<br />

on the basis of vendor list/ALS, the same will be treated at par with limited tender for the purpose of<br />

Delegation of Power.<br />

The materials which are to be procured on single tender propriety basis, the vendor must submit a<br />

Proprietary Article Certificate (PAC) and Price Reasonability Certificate (PRC) stating that the prices<br />

charged are reasonable and the same as being charged to all the Govt. / semi Govt.<br />

Organizations / PSUs including D.G.S. & D. wherever applicable and shall be submitted along<br />

with the offer with documentary evidence. Where agency commission is involved, the same in<br />

percentage invariably be indicated and in such cases appropriate document/agreement required to be<br />

furnished.<br />

d) Spot/ Committee Purchase:-<br />

In order to meet the immediate requirement, items costing more than 5000/- upto Rs. 100,000/-<br />

W& P Manual – 2012 Page 44


(except office establishment requirement) may be procured by a committee, consisting of<br />

indenter, finance and Purchase Deptt.. This can be done only with approval of Project Head, and the<br />

committee should record the price reasonability.<br />

e) Tender due to urgency:-<br />

To exercise the delegated power under relevant DFP for placement of work order on urgent basis<br />

TAA is empowered to issue short tender notice with a minimum time limit for 7 days instead of<br />

normal time period specified in LT/OT on recording the reason for urgency.<br />

However, in case of TAA is Board/ Chairman, approval of concerned Member shall be obtained.<br />

15. Source Standardization Procedure:<br />

1. For the efficient operation and maintenance of power plant, timely availability of quality<br />

materials at reasonable price is very important. Failure of small items of MRO<br />

(Maintenance, Repair and Operating Supplies) may prove very costly and result in spoiling our<br />

very high value equipment, increasing cost of maintenance and sometime even effecting<br />

power generation. For example, in the area of plant consumable, for almost every item quite a<br />

number cheap products have been developed and being marketed by various suppliers. Many<br />

of them have failed to provide reliable and consistently good services. We being in power<br />

sector cannot afford pre-mature failures. It is therefore imperative for us to look for quality<br />

materials amongst available brands/ manufacturers. Standardization helps us to select<br />

reasonably and consistently good quality materials from the various alternatives available in the<br />

market.<br />

2. As and when user departments feel the necessity of standardizing sources/ makes of certain<br />

items due to difficulties in getting requisite quality materials, they shall initiate proposal for<br />

standardization of source (s) of supply of those items. The proposal shall indicate in details as<br />

to why source/ make standardization of proposed items is necessary. Such proposal needs<br />

to be approved by Chief Engineer/ Head of Unit.<br />

3. After approval of competent authority to consider source standardization of certain<br />

proposed items, the first step in this direction would be constitution of committee<br />

comprising member from User Department, Materials, Finance, Quality Assurance who<br />

shall be at Minimum level of E-5. Nomination shall be made by Head of respective<br />

department and approved by Chief Engineer/ Head of Unit. Member from Materials<br />

Department shall be the coordinator.<br />

4. Standardization of different categories of items shall be done on the basis of past experience/<br />

data available with regard to performance of products of different reputed manufacturers. If felt<br />

necessary committee may consult other power station/ obtain feedback in this regard. Data may<br />

also be collected from other reputed power organizations like NTPC, NHPC, PGCIL, BHEL,<br />

GAIL, ONGC etc. The data available from the past open tender (NIT) may also be utilized.<br />

5. If necessary sources under consideration, who are renowned manufacturers, may be asked to<br />

provide samples or extend the facilities of deputing their Application Engineer alongwith<br />

samples for trial/ discussions with committee members.<br />

W& P Manual – 2012 Page 45


6 . In the process of standardization of sources, if required, committee may recommend for<br />

assessment of suppliers works for technical capabilities, process of quality assurance and<br />

availability of testing facilities, managerial competence, financial strength, turn over etc. In<br />

order to carry out this assessment committee may visit the suppliers works.<br />

7. As far as possible, committee shall look for multi- source standardization. However, in<br />

exceptional cases, s i n g l e s o u r c e s t a n d a r d i z a t i o n may a l s o b e<br />

r e c o m m e n d e d . After assessment of potential sources for standardization, committee shall<br />

prepare the final recommendations which shall be approved by Chief Engineer/ Head of unit.<br />

8. Standardization of sources shall be valid for a maximum period of THREE YEARS and be<br />

reviewed in such a manner that by the time its validity expires, new standardization, based<br />

upon the experience ranging three years period, is duly approved and in place, so as to<br />

ensure smooth procurement.<br />

9. Issue of tender enquiry to all the sources, in case of multi-source standardization, it shall be<br />

treated at par with open tender for the purpose of Delegation of Power.<br />

1 0 . A copy of approval of source standardization for various items must be sent to other<br />

power stations of <strong>DVC</strong> for their reference or similar action.<br />

11. Similarly, when details of standardization of items are received from other power station, those<br />

shall be brought to the notice of user department and may consider similar standardization at<br />

the station. This shall provide support to the efforts for source standardization for maximum<br />

items.<br />

12. Some items at power station which can be considered for source standardization : Welding<br />

Electrodes, Packing (both Metallic and Non-Metallic), Fastens, Hand Tools, Cutting Tools and<br />

Abrasives, Surface Coating Materials (Paints etc), Bearings &Accessories, V Belts, Lab.<br />

Chemicals, Stationery items, Office Furniture, Guest House Furniture, Switches, Plug Tops<br />

and Misc. similar materials, lamps, florescent Tubes, Fuses etc. This list is only<br />

exemplary and not exhaustive and many more items can be considered for source<br />

standardization (Source standardization for items like Conveyor Belts, Personal<br />

Computers, Reinforcement steel and structural Steel etc.<br />

1 6 . Integrity pact:<br />

In order to ensure transparency, equity and competitiveness in its procurement and works, <strong>DVC</strong> has<br />

decided to adopt Integrity Pact. The Integrity Pact (IP) envisages an agreement between the<br />

prospective vendors/bidders and the buyer committing the persons/officials of both the parties, not<br />

to exercise any corrupt influence on any aspect of the contract.<br />

The Integrity Pact shall be applicable for tenders having estimated value (excluding taxes and duties)<br />

of Rs.15 crores and above. Further, in case of tenders having estimated value (excluding taxes and<br />

duties) of Rs.50 crores and above, the Independent External Monitors (IEMs) shall be responsible to<br />

W& P Manual – 2012 Page 46


oversee the implementation of Integrity Pact objectively and maintaining absolute neutrality.<br />

Approval of two IEMs for appointment is under active consideration of CVC and will be declared<br />

shortly.<br />

IMPLEMENTATION OF INTEGRITY PACT:<br />

1. Integrity Pact will be implemented by <strong>DVC</strong> w. e .f. 1st June, 2012 for Tenders/Contracts value of<br />

Rs.15 crores and above:<br />

2. Following Integrity Pact Clause has been incorporated in the tenders of value Rs.15 crores and<br />

above:<br />

a) “<strong>DVC</strong> shall be entering into an Integrity Pact with the bidders as per format enclosed vide<br />

Annexure (Z) of the tender document. The proforma has to be returned by the bidder<br />

(alongwith the techno-commercial bid) duly signed by the same signatory who signed the bid, i.e.,<br />

who is duly authorised to sign the bid. Any bid not accompanied by Integrity Pact<br />

proforma duly signed by the bidders’ shall be rejected straightway. All pages of IP to be signed by<br />

the bidders’’ authorised signatory who signs the bid”. In other words, entering into this Pact would<br />

be a preliminary qualification.<br />

b) Instructions regarding submission of Bids:<br />

Bid shall be submitted under 3-envelope tendering, i .e.<br />

A envelope : EMD, Integrity Pact (refer Annexure-IP) and Tender fees if downloaded from<br />

website<br />

B envelope : Techno-Commercial Part<br />

C envelope : Price Part<br />

The format of Integrity Pact is as Annexure (Z) which should form a part of the tender document of<br />

value more than Rs.15 crores.<br />

17. Cost of Tender documents:<br />

In case of open tendering by press advertisement, the tender documents fee shall be decided on the<br />

basis of estimated value. No cost of tender document is required for LTE and STE.<br />

Accordingly, the cost of documents for different categories as under will be regulated as below.<br />

A. FOR PURCHASE / MISC. WORKS / ANY CIVIL WORKS / SERVICE- CONTRACT /<br />

AMC / RC<br />

Sl.<br />

Estimated value of Indent<br />

Cost of documents<br />

No.<br />

1. Upto Rs. 25 lakhs Rs.500/-<br />

2. Above Rs.25 lakhs upto Rs.100 lakhs Rs.1000/-<br />

3. Above Rs.100 lakhs upto Rs.500 lakhs Rs. 3000/-<br />

4. Above Rs.500 lakhs Rs.6000/-<br />

B. FOR NEW PROJECTS / R&M WORKS / RLA STUDIES<br />

Sl. No. Estimated value of Indent Cost of documents<br />

W& P Manual – 2012 Page 47


1. Upto Rs.100 lakhs Rs.1500/-<br />

2. Above Rs.100 lakhs upto Rs.700lakhs Rs.3500/-<br />

3. Above Rs.700 lakhs upto Rs.2000 lakhs Rs.6000/-<br />

4. Above Rs.2000 lakhs upto Rs.5000 lakhs Rs.15000/-<br />

5. Above Rs.5000 lakhs Rs.25000/-<br />

Small scale industries registered with NSIC shall be issued the Tender documents free of cost subject<br />

to production of the documentary evidence like valid Registration Certificate from appropriate Govt.<br />

authority giving details such as—Validity, Stores etc.<br />

18. EARNEST MONEY DEPOSIT FOR TENDERS:<br />

In all cases of open tendering, Earnest Money Deposit shall be applicable and regulated against<br />

individual tender as follows: -<br />

(i) For cases of estimated value up to Rs.5 crores :- 2% of the Estimated Value.<br />

(ii) For cases of estimated value above Rs.5 crores :- 1% subject to minimum of Rs.10 lacs. Earnest<br />

Money is not to be insisted in case of single tender enquiry of any value and limited<br />

tender enquiry for packages of estimated value upto Rs.15.00 lakhs. In case of limited tender<br />

enquiry for packages of estimated value above Rs.15.00 lakhs, Earnest Money may be imposed at<br />

above rate at the discretion of TIA.<br />

Small scale Industries registered with NSIC shall be exempted from payment of EMD. SSI Units<br />

seeking such exemption must enclose valid registration certificate from appropriate Govt.<br />

authority giving details such as validity, stores etc.<br />

The Earnest Money should be deposited along with the tender, if applicable, as per direction<br />

given in the NIT, and shall be furnished in any of the following forms:<br />

a) E-payment mode has been enabled. The bidders can pay the cost of bid document and the<br />

EMD through electronic mode i.e. credit card/ debit card/ net banking. Provision for NEFT/ RTGS<br />

has also been enable, moreover in case the bidder who do not have any credit card/ debit card<br />

or net banking facilities can use NEFT/ RTGS facilities for payment by downloading the<br />

challan from the web site and submit the same to nearest bank.<br />

b) Earnest Money can be submitted in the form of Bank Guarantee from an Indian Nationalized Bank<br />

/ Schedule Bank / Foreign Bank (in the scheduled list of Reserve Bank India), irrevocable<br />

and operative till the validity of the offer as per standard Proforma.<br />

Overseas bidder in case of participation is permitted to submit the Bank Guarantee from<br />

Foreign Bank which are included in the scheduled list of Reserve Bank India, copy of which is<br />

annexed in Annexure-F. However, any Foreign Bank not mentioned here but subsequently<br />

included in the scheduled list of RBI in the course of bidding shall be accepted. Such<br />

inclusion of Bank’s name is to be obtained from the website – www.rbi.org.in.<br />

The Bank Guarantee currency shall be same as currency of Price Bid. In case the bidder<br />

arranges to submit BG in INR from Nationalized or Schedule Bank through their trade<br />

relation and quote the bid in USD/EURO, the same shall be accepted.<br />

W& P Manual – 2012 Page 48


c) <strong>DVC</strong> Bonds duly endorsed in favour of <strong>DVC</strong>.<br />

d) Post Office National Savings Certificate, having face value equal to the EMD value and duly<br />

endorsed by issuing authority in favour of <strong>DVC</strong>.<br />

e) Attested photocopy of certificate issued by <strong>DVC</strong> as permanent EMD account holder.<br />

f) Pay order/ demand draft in favour of <strong>DVC</strong>.<br />

No Bank Guarantee shall be accepted for EMD amount upto Rs. 50,000/-. However, EMD<br />

exceeding Rs. 50,000/- may be accepted in any of the above forms.<br />

The offer accompanied by B.G. against EMD will only be considered valid on acceptance of the Bank<br />

Guarantee. The offer not accompanied by specified EMD in proper form as defined in the Bid<br />

Document shall not be considered as valid tender for opening provided necessary stipulations are<br />

made in the NIT.<br />

In case it is observed that there is a shortfall in earnest money deposit to the extent of Rs.100/- the<br />

same may be condoned by TIA.<br />

The earnest money would be refunded to the unsuccessful tenderers within 15 days of finalisation of<br />

the tender. Earnest Money will be returned to the successful tenderer after receipt of SDBG as per<br />

terms mentioned in the purchase order. No interest would be paid against the EM deposits.<br />

Earnest Money deposited is liable to be forfeited without<br />

Owner, etc.in the following circumstances:-<br />

any notice or proof of damage to the<br />

1) For failure of tenderers to accept the order / LOI / LOA placed within the validity period of<br />

their offer,<br />

2) Any bidder withdraws/varies his offer within the bid validity period before finalisation of the<br />

tender.<br />

3) If the bidder does not accept the arithmetical correction of its bid price.<br />

4) For failure to submit security cum performance BG within 30 days from the last day of the<br />

specified time limit as stipulated in the PO/LOI/LOA.<br />

5) If the acceptance of order is not received within the stipulated period.<br />

6) If the Bidder does not withdraw any deviation listed in Statement of Deviations at the cost of<br />

withdrawal indicated by him,<br />

7) If the Bidder refuse to withdraw, without any cost to the Owner, any deviation not listed in<br />

Statement of Deviations but found elsewhere in the Bid,<br />

8) On providing false or incorrect information in respect of qualifying requirement etc.<br />

9) In case the L1 bidder for any item fails to produce the documents within the specified period of<br />

10 days in case of domestic tenders and 15 days in case of global tenders, or if any of the<br />

information furnished by L1 bidder on-line is found to be false by the Tender Committee<br />

W&<br />

during<br />

P Manual<br />

verification<br />

– 2012<br />

of documents.<br />

Page 49


ACCEPTANCE OF BANK GUARANTEE SUBMITTED BY THE BIDDER TOWARDS<br />

EMD/BID SECURITY/BID GUARANTEE:<br />

It has been often experienced that the Bank Guarantee submitted as EMD or Bid Security deviates<br />

from the standard format as provided in the bidding document. While such a Bank Guarantee,<br />

with value and validity different from that prescribed in NIT shall not be accepted. However, it would<br />

not be prudent to reject a Bank Guarantee with changed text but otherwise meeting the<br />

intent and purpose, as well as other important parameters such as value and validity etc. Accordingly,<br />

such cases need to be dealt with as described below.<br />

The Bank Guarantee shall not be accepted and bid shall be rejected, if :<br />

a. The name of the NIT mentioned in the BG is different from the NIT for which bids have<br />

been invited.<br />

b. The firm/proprietor, on whose behalf the bank guarantee has been furnished, is different<br />

from the bidder.<br />

c. The Bank Guarantee is not of the prescribed value.<br />

d. The validity of the Bank Guarantee is less than the stipulated period. However, the shortfall, if<br />

any, up to a period of 7 (seven) days, shall be acceptable. Further, an additional shortfall only<br />

in the following cases shall be acceptable:<br />

i. If the dead line of submission of bids and the date of bid opening has been extended once,<br />

with the period of extension being less than or equal to 15 days, a shortfall up to the period of<br />

extension shall be acceptable.<br />

ii. If the dead line for submission of bids and the date of bid opening has been extended more<br />

than once, with the period of total extension being less than or equal to 15 days, a shortfall up to<br />

the period of total extension shall be acceptable.<br />

Note :- The Bank Guarantee to be prepared on non judicial stamp paper of appropriate value<br />

which vary from state to state and time to time. As such no rate has been prescribed. It has to be<br />

verified from the bank.<br />

If the text of the BG furnished by a bidder is at variance from the given in the bidding documents, the<br />

BG shall not be rejected merely on that ground. It shall be examined by the concerned<br />

Purchase Officer to ascertain whether it meets the required intent and purpose of EMD / bid security.<br />

If the BG is not found acceptable, the bid shall be treated as non-responsive. If the BG is found to<br />

meet the intent and purpose of bid security, despite the variance in text, the concerned Purchase<br />

Officer shall obtain the vetting of the same by the legal cell. Thereafter, Tender Inviting Authority<br />

shall approve it for acceptance. The checklist for acceptance of BG and The formats for BG against<br />

EMD/SD/Advance and extension are given at the end of this manual.<br />

For procurement of vehicle, exclusion of Security Deposit cum Performance Guarantee Clause in NIT<br />

may be considered with the approval of TIA. The custody of the BG. should be with the concerned<br />

Accounts Deptt, who in turn will monitor the same and lodge a conditional claim with the Banker<br />

one month in advance before the expiry of the Bank Guarantee. The Accounts Deptt should also send<br />

a copy to Engineer in charge and C&M Deptt for extension /disposal of the BG. If no response is<br />

received for extension within the time Schedule, Accounts Deptt. should lodge formal claim against<br />

the<br />

W&<br />

BG<br />

P<br />

for<br />

Manual<br />

recovery<br />

– 2012<br />

of the money.<br />

Page 50


19. PERMANENT EARNEST MONEY DEPOSIT:<br />

a ) The Tenderer may deposit with the Corporation, permanent EMD of rupees three lakhs only<br />

(Rs. 3,00,000) in the form DD/Pay order/banker cheque Draft in favour of Damodar Valley<br />

Corporation payable at Kolkata in INR or BG for a period of three years constituting the<br />

same sum as security for the compliance with the obligation undertaken in the tenders<br />

involving estimated cost upto Rs.1 crore irrespective no. of tender. No interest shall be payable<br />

on such deposit amount. Tenderer shall be entitled to submit offers and to have them<br />

considered without payment of EMD with each tender separately. An exemption certificate shall<br />

be issued to such vendors and they need to furnish reference of this certificate alongwith tender<br />

document and also superscribe the reference on the envelope so that offers are accepted for<br />

opening.<br />

b) Permanent EMD deposited by vendors/suppliers shall be forfeited in case they<br />

i) Revoke the tender or increase the rates after opening the tender but during the validity period of<br />

their offers<br />

or<br />

ii) Refuse to accept the order/contract issued as per their offer or subsequent mutual<br />

agreements.<br />

iii) Do not execute the orders.<br />

Permanent EMD can be refunded if so desired by vendors, in which case they shall be required to<br />

deposit requisite EMD with each tender.<br />

20. TIME FRAME FOR SUBMISSION OF BIDS FOR DIFFERENT TYPE OF TENDER:<br />

The following time period, has been prescribed for floating tender enquiry. a)<br />

i) Open Tender through Press Advertisement : 4 to 6 weeks<br />

ii) Open Tender amongst vendors<br />

enlisted through Press Advertisement<br />

: 2 weeks or as decided by TIA<br />

b) Limited Tender : 2 to 3 weeks<br />

c) Single Tender on OEM/OES/PAC/STANDARD SOURCE BASIS: A minimum period of 2<br />

weeks or a less reasonable period as decided by TIA /Plant Chief. However, if bid received earlier<br />

before due date, the same may be opened with the approval of TIA under intimation to bidder.<br />

d) Single tender on ground of urgency / emergency: A minimum time limit for 7 days instead of<br />

normal time period specified in LT/OT on recording the reason for urgency. However, if bid<br />

received earlier before due date, the same may be opened with the approval of TIA under<br />

intimation to bidder.<br />

The time frame will be given in the bid document as below:<br />

W& P Manual – 2012 Page 51


For Open /Limited Tender:<br />

i) Starting Date of Sale of Tender Documents: ………………………<br />

ii) Date of Closing of Sale of Documents: …………………………..<br />

(considering the time schedule as described in Sl. (a) above)<br />

iii) Pre-bid meeting on (if intended) : ………………………………....…<br />

iv) Last date for submission of offer :………........................... upto (specify time)<br />

and<br />

v) Date of Opening of Tenders : …...........… (specify date and time).<br />

The bids shall normally be received upto 1100 hours or 1500 hours (generally for field<br />

offices) on the specified day and shall be opened immediately on the same day after 11-30<br />

hours or 15-30 hours respectively. Date of bid opening should be after a gap of approximately<br />

3-10 days, as decided by TIA, from the last date for selling of tender documents or date of<br />

pre-bid conference whichever is later.<br />

21. TENDER DOCUMENTS:<br />

Tender Documents shall contain the following: (i)<br />

Notice Inviting Tender (NIT).<br />

(ii) Detailed specification and drawing, wherever necessary.<br />

(iii) Qualifying requirement carefully designed to permit entry only to tenderers who possess the<br />

technical, financial & managerial capability to meet the requirement.<br />

(iv) Reference to General Condition of Contract (GCC) applicable to the transaction. (v)<br />

Special terms & conditions to the transactions, if any<br />

(vi) Quantity & Delivery schedule/scope of work with completion schedule.<br />

(vii) Instruction to bidders<br />

(viii) Integrity Pact.<br />

(ix) All relevant formats.<br />

Tender Document Selling (Open Tender):-<br />

Tender documents with detailed specification/scope of work for open tenders may be obtained<br />

from the office of the respective Tender Inviting Authority against cash receipt from respective<br />

Accounts Deptt. , <strong>DVC</strong>, or against Demand Draft / Banker’s Cheque in favour of “ Damodar<br />

Valley Corporation Chief Accounts Officer, <strong>DVC</strong>, Kolkata-54”, or Head of Accounts Section of NIT<br />

Issuing Station for an amount equal to value of the Tender documents, on all working days upto 3<br />

P.M. except holiday and the first and last working day of the month.<br />

The above documents can also be down loaded from <strong>DVC</strong>’s Website and will also be accepted<br />

and remitting the cost of tender documents along with the offer. Prospective outstation tenderers who<br />

intend to submit tenders may obtain the tender document by post, if agreed by TIA, by remitting the<br />

prescribed cost of tender document plus additional postal charge of Rs.100/- in the form of Demand<br />

W& P Manual – 2012 Page 52


draft / Bankers’ Cheque in favour of “Damodar Valley Corporation, Kolkata-<br />

54” or Head of Accounts Section of NIT Issuing Station . But the Corporation will not accept any<br />

liability for delay in receipt or non-delivery of Tender Forms dispatched by Post.<br />

22. PRE-BID CONFERENCE FOR SINGLE STAGE BIDDING :(IF DESIRED BY THE<br />

TENDER INVITING AUTHORITY):<br />

This is to be followed for open and LTE at the discretion of Tender Inviting Authority. If<br />

approved, the detailed programme on pre-bid conference should be clearly mentioned in NIT<br />

documents.<br />

To obviate the possibility of cartel formation, It is also suggested for those NIT where the<br />

numbers of participating bidders are three or less, pre-bid discussion may be held with bidders<br />

individually<br />

The Bidder or his authorised representative to be invited to attend pre-bid conference before<br />

submitting the offer which will take place within Seven (7) days after sale closing of tender<br />

papers at the following address:<br />

( Name & Address of the Owner )<br />

The pre-bid conference shall be arranged on (date, month, year) at<br />

………………………………………(time).<br />

The purpose of the conference will be to clarify any issues regarding the bidding documents in<br />

general and the Technical specifications in particular and for quick disposal of the NIT.<br />

The bidders may submit questions in writing or by e-mail, fax etc. to reach the Employer/Owner at<br />

the address indicated above before the pre-bid conference.<br />

Record notes of the conference including the text of the questions raised and responses given will be<br />

transmitted immediately after completion of pre-bid meeting to all prospective Bidders who have<br />

purchased the Bidding Documents after approval of the same by tender inviting authority/HOD.<br />

Thereafter, a reasonable time (say 3-10 days) is to be given to all the bidders to submit their offers.<br />

However, any modifications of basic technical speciation of the Bidding Documents which may<br />

become necessary as a result of the pre-bid conference shall be made by the owner exclusively<br />

through an amended NIT in website only and not through the record notes of the pre-bid conference<br />

within 3-5 days of pre-bid meeting with suitable extension of tender sale period and tender<br />

submission period.<br />

Non-attendance at the pre-bid conference will not be a cause for disqualification of a bidder.<br />

Any modification of basic technical specification/commercial terms and conditions of the Bidding<br />

Documents as a result of Pre-bid conference in case of Limited Tender Enquiry will be circulated<br />

amongst the bidders through the record note of Pre-bid conference by sending letter, Fax, e -mail.<br />

23. AMENDMENT OF BIDDING DOCUMENTS :<br />

W& P Manual – 2012 Page 53


At any time prior to the deadline for submission of bids, the owner may, for any reason, whether at<br />

its own initiative, or in response to the clarifications requested by the prospective Bidders,<br />

amend the bidding documents except QR after due approval of Tender Inviting Authority.<br />

The amendment will be notified in writing or by telephone/fax/e-mail to all prospective Bidders<br />

that have received the bidding documents and will be binding on them. Bidders are required to<br />

immediately acknowledge receipt of any such amendment, and it will be assumed that the information<br />

contained therein have been taken into account by the Bidder in his bid.<br />

In order to give reasonable time to prospective bidders to take the amendment into account in<br />

preparing their bid, the owner may, at his discretion, extend the deadline for the submission of<br />

bids.<br />

Any addendum/corrigendum/extension, if required, pertaining to Open NIT published through<br />

press advertisement will be hoisted in <strong>DVC</strong> website only and will not be published in Newspaper<br />

again. Bidders may be requested to visit <strong>DVC</strong> website regularly for any<br />

addendum/corrigendum/extension till opening of said NITs. This stipulation is to be incorporated in<br />

the original press advertisement for the NIT.<br />

In case of change in technical parameter/ specification/ scope of work, selling and submission<br />

date to be extended.<br />

24. TENDER RECEIPT (except e-tender) :<br />

Tender box should be placed in the office of C&M department/TIA at a central, accessible,<br />

secured location with a clear writing “Tender Box” on the face of the box. The box should be locked<br />

and the keys should be kept with the C&M department or authorised representative of TIA.<br />

Tender opening Committee should be present while opening the tender box. In case of more than one<br />

tender has been floated with different opening dates , the tender opening committee will take out<br />

those tenders which are scheduled to be opened on that date and other bids received in respect of<br />

tenders which are supposed to be closed on subsequent date should be kept in the tender box<br />

and lock it properly.<br />

Tenders in duplicate will be received by the authorised representative of Tender Inviting<br />

Authority upto pre-determined time as mentioned in the tender enquiry on the date of opening.<br />

Tenders received after the scheduled time and date, fixed for the purpose, shall not be considered at<br />

all and also Tender Inviting Authority shall not take any responsibility to accept any tender which<br />

are received late due to postal delay.<br />

When tenders are intended to be submitted to the authorised representative of Tender Inviting<br />

Authority in person, tenders sent by courier/Speed Post will be accepted and acknowledged by the<br />

authorised representative of the Tender Inviting Authority (the names & designation of at least<br />

two officers assigned for this purpose are to be mentioned in the bid document). Delayed tenders<br />

shall, however, not be acknowledged and accepted.<br />

W& P Manual – 2012 Page 54


However in extra ordinary circumstances / poor response, the bid opening date may be extended up to<br />

14 days with approval of TIA. In such circumstances all the bidders will be suitably<br />

communicated about the changed bid opening date.<br />

25. TENDER OPENING:<br />

Opening of e-tender mode has already been discussed above. Off-line procedures are discussed<br />

below:-<br />

Tender will be opened on the due date and time indicated in the NIT. The authorized<br />

representatives of the bidders may remain present during tender opening.<br />

A tender opening register shall be maintained in the respective departments in a printed format<br />

containing information mentioned above including the date of opening, extension of date, if any,<br />

names, designation and signatures of all the persons present during opening. The bidder’s<br />

representatives who are present shall also sign endorsing their attendance.<br />

Each tender to be numbered serially, initialled and the prices along with the important terms and<br />

conditions like earnest money deposit, performance bank guarantee, discount, if any etc. should be<br />

encircled and initialled.<br />

Alterations in tenders, if any, made by the bidders shall be initialled legibly to make it perfectly clear<br />

that such alterations were present on the tenders at the time of opening.<br />

Wherever any erasing or cutting is notified in the tenders, the substituted words should be<br />

encircled and initialed and the fact that such erasing/cutting of the original entry was present on the<br />

tender at the time of opening be also recorded.<br />

After opening of the tender, the tender opening officer/committee should prepare an “On the<br />

Spot, Statement” giving details of the quotations received and other particulars like prices, taxes,<br />

duties and EMD etc. as read out during the opening of the tenders. In case the tenderers / bidders fail<br />

to quote the rates in words or in figures, the omission should be recorded by the Officers opening the<br />

tender and in case the tenderers / bidders failed to write the rates/price in words, the rate in words<br />

must be written and attested by the members of the Tender Opening Committee.<br />

In ‘Two part bid’ where price bids are supposed to be submitted in a separate sealed envelope by the<br />

tenderer, if any price component in full or in part is exposed and found with its techno- commercial<br />

offers, these bid are to be out rightly rejected and will not be considered as the submitted tender is not<br />

as per the terms of NIT.<br />

Price component means “Basic Price”<br />

In case of “Two Part Bid” system, the price bid part of the tender should be kept separately and all<br />

the envelopes containing the price bids must be signed not only by the members of the tender opening<br />

W& P Manual – 2012 Page 55


committee but also by the tenderers’ representatives, present during the opening.<br />

Thereafter, all the envelopes containing the price bids should be put in a bigger envelope and the same<br />

should be sealed, and duly signed by the officers of the tender opening committee and<br />

tenderers’/bidders’ representatives, with name, designation and date.<br />

The Contracts and Materials Deptt. of the Corporation in <strong>DVC</strong> Towers, Plant /Field Formations shall<br />

form a tender opening committee, comprising of three officers. The representation of Finance<br />

Deptt. will be compulsory in such tender opening committee. In offices where the<br />

representative of Finance Deptt. is not available, the officer of the Accounts Deptt. will be the<br />

member of such Tender Opening Committee till such time an Officer (Group ‘A’) is posted in Finance<br />

Deptt.<br />

The Bid opening date, as notified to the bidders through enquiry should be strictly adhered to.<br />

However, in case of unforeseen circumstances or due to administrative reasons, the bids are not<br />

opened on the due date, the same shall be opened on the next working day at the same time<br />

without any further approval.<br />

Tenders will not be opened on due date if the response is less than three, and in that occasion the<br />

matter will be put up to Tender Inviting Authority / HOD for further decision regarding extension up<br />

to 14 days of bid opening date.<br />

Single tender is also to be opened by TOC.<br />

26. COMPARATIVE STATEMENT PREPARATION:<br />

After the price parts have been opened, concerned dealing Officer of C&M department will prepare<br />

a comparative statement, in standard form as devised for the purpose. All the necessary<br />

relevant details concerning the offers, such as, rates, make, delivery, Quantity offered, together with<br />

any other information relevant to the decision of the indenter should be extracted and neatly entered in<br />

the comparative statement.<br />

The bids shall also be checked for computational error, if any, to arrive at the computed price, as per<br />

provisions of bidding documents. Arithmetical errors will be rectified on the following basis:<br />

In case of discrepancy between the original and copies of bid, the original bid will be considered<br />

correct.<br />

If there is a discrepancy between the unit price and the total price, which is obtained by<br />

multiplying the unit price and quantity of any item, or between sub-total and the total price, the<br />

unit or sub-total price shall prevail, and the total price shall be corrected. In such circumstances the<br />

corrected price will prevail irrespective of whatever is written in words.<br />

W& P Manual – 2012 Page 56


If there is a discrepancy between words and figures only, the amount in words will prevail. If<br />

there is a mistake in summation, the corrected sum will be considered for all purpose.<br />

If there is a discrepancy between the quantity specified by <strong>DVC</strong> in the bidding document and that<br />

indicated by the bidder in his bid, the former shall be taken to arrive at the computed price.<br />

In case the unit rate of an item is not quoted but the total price is indicated, the same shall be<br />

taken to arrive at the computed price. The computed price arrived at, as above, shall be<br />

considered for the purpose of award also. If the bidder does not accept the correction of errors, its bid<br />

will be rejected.<br />

27. BID EVALUATION PROCEDURE:<br />

Offered bids from any manufacturer will be evaluated in the following methodology. Bids from other<br />

than manufacturer to be evaluated by deleting the respective components which are not applicable to<br />

them, namely, ED, Cess, P&F charges etc.<br />

Original Basic Price : Ex-Works Price (Rs.) = Rs .….………..<br />

+ Packing & forwarding charges,if any : ……% on basic price only<br />

+ Excise Duty : ……% on (Basic Price + P & F )<br />

+ Education Cess : …… % on ED<br />

+ Sales Tax/VAT : .......% on (Basic Price + P & F + E.D.+ Cess )<br />

+ Freight : …….% on ( Basic Price + P&F ) or any lump sum value<br />

(In case the bidder fails to quote any value, ____the bid evaluation will be done on the basis<br />

of highest quoted freight charges by the other bidders.)<br />

+ Insurance : ……..% on (Basic Price + P & F + E.D. + Cess + S.T.) or<br />

any other value against documentary evidence or<br />

actual premium in case of <strong>DVC</strong>’s Open Policy<br />

(presently it is 0.0112% of basic price).<br />

+ Cost of withdrawal price for declared : As declared by the bidder in annexure-D with<br />

deviation<br />

the price bid.<br />

+ Highest quoted price of other bidders, in case the Bidder fails to quote the Mandatory items or<br />

description of item not as per our specification *<br />

+Type test charge/3 rd Party Inspection Charge as per our QAP with applicable taxes and duties, if<br />

any *<br />

+ Loss capitalization charges, if any*<br />

+Any Other taxes and duties, such as TOT, Entry Tax, Municipal Tax<br />

etc. as applicable **<br />

= Total Evaluated Price<br />

In case of independent items, evaluation is to be made item-wise and to be clearly spelt out in<br />

W& P Manual – 2012 Page 57


NIT under the evaluation process.<br />

The liability of <strong>DVC</strong> shall be as per actual ED and E-Cess as applicable at the time of despatch,<br />

subject to production of documentary evidence by the manufacturer (bidder). Further the rate of<br />

ED shall be restricted to as applicable within the contractual delivery period only. Increase in ED rate,<br />

if any due to delay in supply beyond the contractual delivery period shall not be payable by <strong>DVC</strong> if<br />

the reasons for delay is attributable to the vendor only. However, the benefit of any decreases in ED<br />

shall be passed on to <strong>DVC</strong>.<br />

Comparative statement will be prepared and scrutinized by 3-member Tender Committee. In case of<br />

complex engineering items where C.S. involves lot of technical aspects, the same may be prepared in<br />

consultation with the Engineering Departments / Indenter.<br />

For tenders with lot of components/items, if any bidder fails to quote against a particular<br />

component/item or when the quoted item description is not as per NIT, the respective bid will be<br />

evaluated by loading the highest quoted price of that particular component/item of other eligible<br />

bidders. However order to be placed on rate negotiation of the subject item with L-1 bidder.<br />

If any bidder offers lesser quantity than the BOQ as stipulated in NIT against a particular<br />

component / item, the respective bid will be evaluated by loading on pro-rata basis.<br />

The lines with * mark may be deleted wherever not applicable.<br />

** = {Rate as on date of bid opening to be taken}<br />

While fixing total financial involvement, Tender Committee should also consider and evaluate the<br />

total monetary involvement towards taxes and duties charged by the concerned State Govt. /<br />

Local Statutory Body for entry into the destination state / site viz. (a) Octroi, (b) Entry / Exit Tax, (c)<br />

Additional Toll Tax, (d) Special Toll Tax, (e) Turnover Tax etc. or any other taxes and duties having<br />

the same spirit and purpose. These will be apart from other statutory taxes and duties(ED etc.).<br />

For manufactured items/goods, bidder may be asked to quote their rates in an explicit way i.e.<br />

break up of prices in the form of Ex-works, applicable taxes and duties, F&I Charges are needed,<br />

Applicable taxes and duties, F&I Charges are to be paid against documentary evidence only.<br />

However, for bought-out items, bidder may be asked to quote all-inclusive FOR Destination Price<br />

only.<br />

If a tenderer is exempted from payment of excise duty ED upto any value of supplies, or is<br />

entitled to concessional rate/quantum of ED, and has not stated that no ED will be charged by him<br />

upto the limit of exemption and has not indicated the concessional rate/quantum of ED leviable in<br />

respect of the tendered supplies but has made stipulation like, excise duty presently not<br />

applicable, but the same will be charged, if it becomes leviable latter on, the quoted price should be<br />

loaded with the quantum of excise duty with education cess which is applicable on the item as on the<br />

date of bid opening for the purpose of bid ranking.<br />

In respect of imported stores, when foreign bids are received in different currencies, conversion of<br />

foreign currency into rupees is to be done taking into account T.T selling rate of State Bank of India<br />

on the date of opening of price bid.<br />

In respect of Works/services contract, applicable service Tax with Education Cess to be loaded for<br />

evaluation of bids, if not specifically mentioned the same in the offer.<br />

W& P Manual – 2012 Page 58


NIT should be specific about the above evaluation method.<br />

28. RANKING STATEMENT:<br />

In addition to the Comparative Statement, a comprehensive Ranking statement should be<br />

prepared in the ascending order of the prices quoted, in all cases where more than three offers<br />

have been received. The Ranking statement should be prepared on the basis of the total evaluated<br />

price<br />

29. PROCEDURE FOR PROCESSING THE TENDERS RECEIVED:<br />

Any contracts related to purchase / works/ project package /turnkey project/ services/ AMC/<br />

transportation/R&M etc, having estimated cost in excess of Rs. 100,000/-, to be concluded<br />

through a Tender Committee.<br />

However, while exercising power utilizing DFP (OE), the same to be exercised through Tender<br />

Committee if the estimated cost exceeds Rs. 50,000/-. Cases having estimated value less than the<br />

cut off value as indicated above need not be finalised through TC.<br />

Estimated cost means basic price without loading, taxes, duties, freight etc.<br />

Constitution of QR & TC to be linked with estimated cost without taxes, duties, freight etc.<br />

Any post award modification, in contract clause having financial implication in excess of Rs. 100<br />

lacs to be processed through TC. Excess quantity, extra item and variation shall be dealt as per<br />

DFP and processing through TC is not required.<br />

If the post contract modification involves financial implication less than Rs. 100 lacs, the case to<br />

be processed by the dealing officer and secure approval of award authority as per DFP after<br />

obtaining finance concurrence.<br />

30. LEVEL OF TENDER COMMITTEE :<br />

The tender inviting authority in HQ, plant/field formations shall form the 3-member tender<br />

committee before opening of tender and approved by respective approving authority on case to case<br />

basis. A three member Tender Committee will be formed as follows.<br />

W& P Manual – 2012 Page 59


CONSTITUTION AND APPROVAL OF TENDER COMMITTEE<br />

Sl.<br />

No.<br />

Level of<br />

Approval<br />

Level of TC<br />

committee<br />

Nomination of TC<br />

committee<br />

Approval of TC<br />

Committee<br />

At HQ At Project At HQ At Project At HQ At Project<br />

(1) (2) (3) (4) (5) (6) (7) (8)<br />

1. SE M-3 M-3 M-4 M-4 M-5 M-5<br />

2. Dy. CE M-4 M-4<br />

M-5 M-5 M-6<br />

M-6<br />

3. Chief<br />

Engineer/HOD<br />

M-5 Head of<br />

Section/<br />

M-5<br />

M-6 M-6 M-7 M-7<br />

4. Director M-6/<br />

M-7<br />

5. Member(T) M-6/<br />

M-7<br />

6. Chairman M-7/<br />

above<br />

Head of<br />

Section/<br />

M-6<br />

Head of<br />

Section/<br />

M-6<br />

Head of<br />

Section/<br />

M-6<br />

7. Board Director Head of<br />

Section/<br />

M-6<br />

NOTES :<br />

M-7 M-7 M-7/M-8 M-7/<br />

above<br />

M-7<br />

M-7 M-7 Director M-7/<br />

Above<br />

M-7<br />

Director M-7 Member(T) M-7/<br />

Above<br />

M-7<br />

Member<br />

(T)/(F)/(S)<br />

M-7<br />

Chairman<br />

M-7/<br />

Above<br />

M-7<br />

1. The members of Tender Committee at appropriate level shall consist of one<br />

representative each from Indenting, Procurement / Contracts deptt. and Finance/Accounts<br />

Deptt. No separate finance concurrence is required for such proposal which has been processed<br />

through TC.<br />

2. All the tender committee to be assisted by a scrutiny committee comprising from representative<br />

of indenting, C&M and finance by name. The level of the scrutiny committee will be minimum<br />

M-5 and M2-M4 where TAA is minimum Director and below Director (upto EE/SDE level)<br />

level respectively. The observation report of the scrutiny committee will be placed by dealing<br />

officers of respective C&M department to appropriate TC for their review and<br />

recommendation. The said committee will be formed at the time of formation of TC.<br />

The scopes of the committee are as follows :-<br />

i)To verify the information mentioned in the comparative statement on their related fields.<br />

W& P Manual – 2012 Page 60


ii) Scrutiny of techno-commercial part by concerned representative like indenting<br />

representative will check the technical part. C&M representative will check the<br />

commercial part and finance representative will check the finance part respectively.<br />

iii) Certification on NIT compliance.<br />

iv) To prepare a deviation statement category wise i.e. must conditions and others<br />

conditions, if any.<br />

v) Identification of L-1 bidder.<br />

The said report may assist the decision making process of TC.<br />

3. In case of approving authority being Board/Chairman /Directors/ Member (T) in respect of a<br />

proposal initiated from a project, such proposal is to be initially evaluated by the level of<br />

committee as mention at column-4 at the respective project and to be sent to concerned<br />

Director, HQ along with the recommendation of project/ construction head for further evaluation<br />

by respective level of committee as mention in column 3 at HQ before placing such proposal<br />

for approval.<br />

4. All proposals for approval required at a level higher than Member(Technical) in respect of<br />

cases shall be recommended by Member (Technical) with the con currence of Member<br />

(Finance).<br />

5. Where requisite level of officers is not available, in that case higher level officers will be<br />

nominated in the committee.<br />

6. Where requisite level of officers is not available for recommendation of name in TC committee,<br />

TIA may nominate the same.<br />

7. In case of DFP(OE), TC will represent by minimum M-5 and M-4 officers where approving<br />

authority is HOD and HOO respectively.<br />

Representative of C&M deptt will be the nodal agency to put up the proposal for formation of<br />

T.C. The tender Committee will be formed and approved by the respective Approving Authority<br />

prior opening of the tender bids.<br />

31. SCOPE OF WORK OF TC:<br />

Function of TC will commence after opening of tender. The scope of work of TC should be to<br />

scrutinize the tenders received to find out whether these are complete in all respects and binding<br />

on the tenderers. The committee will also check all the information related to credentials &<br />

techno-commercial as submitted by the bidders as per NIT stipulated. TC also record on the<br />

technical acceptability of the offers and commercial terms to be frozen before opening of the<br />

price bid. After opening of Price Bids (for two part tendering) CS is to be prepared by dealing<br />

officer and placed to TC for their scrutiny and recommendation. The Tender Committee should<br />

W& P Manual – 2012 Page 61


check and scrutinize the CS and put their recommendation on the purchase proposal/ final<br />

proposal for works & services after assessing the price reasonableness of the offer. Thereafter, the<br />

above proposal is to be placed before the TAA for approval or convey their inability to conclude<br />

the tender with justification to TAA. There is no need to send the case file to Finance again for<br />

formal concurrence. The purchase order/work order will be placed after getting the approval of<br />

awarding authority.<br />

Tender Inviting Authority will monitor the time schedules of different activities for finalization of<br />

contract.<br />

There may be some offers, which are not complete. Such incomplete offers can be broadly<br />

classified into two groups.<br />

A) Where the offer is complete with regard to the essentials of the tender though some other<br />

details may be missing.<br />

B) Where the offer is not complete with regard to essentials (which are to be disclosed in the<br />

NIT).<br />

Incomplete tenders falling under Group “A” may be considered provided the offer is specified<br />

with regard to the following basic requirements:<br />

i) Description Specifications/detailed scope of work<br />

ii) Rates<br />

iii) Delivery terms/completion schedule.<br />

There should be no ambiguity regarding the items being offered/ scope of works to be executed,<br />

the prices quoted, and the period of delivery/completion schedule.<br />

Where with regard to these basic requirements, the offers contain vague and ambiguous<br />

stipulations or avoid specific replies to the queries in the tender documents, like whether the<br />

stores conform to technical particulars / specifications / drawings as specified in the schedule to<br />

tender, such offers will not be considered complete with regard to the essentials.<br />

If some other information are missing from such an offer, for example, list of plant and<br />

machinery, details of NSIC registration, copies of statutory license from competent authority /<br />

EPF Code etc., the Dealing Officer may make a reference to the firm seeking further information<br />

provided soliciting of such information does not amount to revision of the offer. Such references<br />

and clarifications must be made quickly with a target date ( not exceeding 30 days) for reply so<br />

that settlement of the tender is not delayed. For making such references or accepting a<br />

clarification from the firms for such details, the Dealing Officer does not require approval from<br />

any superior authority or any recommendation of TC.<br />

32. CLARIFICATION THROUGH E-MAIL:<br />

Information / clarification or references regarding Technical, Commercial as well as Financial<br />

aspects from the bidders in respect of their bids may be accepted through official e-mail or<br />

otherwise.<br />

W& P Manual – 2012 Page 62


However, no clarifications should be obtained from the firm or accepted, or submitted<br />

unilaterally, which have an effect of changing the essentials of the tender or giving an unintended<br />

benefit to the tenderer.<br />

As regards tenders falling under Group “B” mentioned above such offers should be ignored and<br />

rejected straightaway and no reference should be made to the firm or clarification accepted, if<br />

submitted by the tenderer unilaterally.<br />

33. THE FOLLOWING TENDERS MAY BE REJECTED OUTRIGHTLY:<br />

a) Tenders received after the due date and time of tender opening (late tenders);<br />

b) An unsolicited offer, i.e, offers from tenderer other than those asked to quote against<br />

LTI/STI,<br />

c) Offers received subsequently after original offer through open tendering / LTI / STI.<br />

d) It is in the form of Fax/Telex/Telegram/e-mail.<br />

e) It is from stockist (s) or agent(s) without indicating details of the manufacturer whose<br />

products are offered or without price list of the manufacturer with date and signature.<br />

However, Tender Enquiry redirected by the manufacturer to his authorized<br />

distributor/dealer may be given cognigence provided necessary supporting documents<br />

(like up-to-date pricelist published by the manufacturer, manufacturer’s guarantee for<br />

quality, delivery time etc.) is enclosed with the offer.<br />

f) It is from agents without proper authorization from the manufacturer’<br />

g) It is from agents quoting for imported stores but they are not enlisted with DGS&D;<br />

h) It is not accompanied with Earnest Money in case the firm responding is not registered<br />

with valid NSIC;<br />

i) It is ambiguous with regard to any of the essentials, i.e., the items being offered, prices<br />

quoted, and the period of delivery;<br />

j) Tender samples as required in the enquiry conditions have not been submitted by the due<br />

date<br />

k) In case of the price (Basic Price) component is exposed other than in the price part<br />

34. OFFERS WITH SHORTER VALIDITY:<br />

An offer whose validity is shorter than the validity period asked in the NIT and when price bids<br />

are yet to be opened, bidder may be persuaded to accept the NIT stipulation in this regard. In case<br />

of non-compliance even after persuasion, bid may be considered valid at the discretion of TIA.<br />

35. OFFERS WITH DISCOUNTS FOR QUICK INSPECTION/PAYMENT:<br />

In case any tenderer offers discount for coverage within a shorter period, for quicker<br />

inspection/payment such offer is to be considered/compared only as per the price quoted (without<br />

W& P Manual – 2012 Page 63


consideration of discounts). Conditional discount will not be considered for evaluation. However,<br />

if the offer becomes L 1 , <strong>DVC</strong> may accept the discount while placing PO on the vendor.<br />

36. POST TENDER REVISION / REVISED PRICE BIDS /SUPPLEMENTARY PRICE<br />

BIDS:<br />

Post tender revision will not be entertained in general.<br />

However, invitation of supplementary price bids for items/components of a package (for which<br />

none of the techno-commercially accepted bidders quoted for this in the original offer) and<br />

invitation of Revised Price Bids, if found necessary by TIA, can be exercised for 2-part tendering<br />

only when original price bids are yet to be opened. The Tender Committee should record the<br />

circumstances leading to such invitation of Revised Price Bids/ Supplementary price bids.<br />

Thereafter the same has to be approved by Tender Inviting Authority.<br />

Once approved by the Tender Inviting Authority, this option has to be extended to all the technocommercially<br />

accepted bidders only. Moreover, the firms whose techno-commercial bids have<br />

been evaluated, keeping their price bids in sealed condition, but found not to meet qualification<br />

criterion/NIT terms & conditions are to be intimated for rejection of bids along with the return of<br />

the unopened price bid.<br />

Any revised price bids/Supplementary price bids submitted by any bidder after expiry of bid<br />

submission date should be rejected if not specifically asked by Tender Inviting Authority.<br />

37. TENDERS FROM AGENTS OF INDIAN MANUFACTURERS:<br />

The consideration of tenders from authorized agents/distributors of Indian manufacturers will be<br />

governed by the following guidelines:<br />

a) If the tender is made by an authorized agent / distributor who is not registered with <strong>DVC</strong>, the<br />

Dealing Officer would see whether he has furnished the following documents.<br />

i) An authenticated copy of the written agreement between the manufacturer and the firm by<br />

which the latter has been appointed as authorized agent/distributor.<br />

ii) An undertaking from both the manufacturer and the tendering firm. For the same tender,<br />

both manufacturer and Agent cannot take part simultaneously. However, the authorized<br />

agent can represent for products of other manufacturer.<br />

b) When considering the offers from authorized agents / distributors, care must be taken to<br />

examine the agency agreement, particularly with regard to:<br />

i) The period for which the authorized agent is appointed.<br />

ii) The agent / distributor have the authority to enter into agreements and to sign contracts for<br />

supply of stores/equipment on behalf of the manufacturers.<br />

c) In case where the manufacturing firm happens to have been banned / suspended by<br />

<strong>DVC</strong>/nodal Ministry, the offer of the authorised agent/distributor shall not be considered.<br />

W& P Manual – 2012 Page 64


38. DELIVERY PERIOD CONSIDERATION:<br />

No weightage should be given for early delivery of goods/early completion of works than that<br />

mentioned in the NIT. In case any bidder offers belated delivery/ completion schedule for 2-part<br />

bid, there may be option to pursue the bidder to match the delivery clause/ completion schedule of<br />

NIT, provided same has not been declared in deviation schedule by the bidder. Date of delivery is<br />

to be reckoned as the date of receipt of materials/goods by the consignee. However In case of exworks<br />

basis, the delivery date will be considered as per date of date of consignment note.<br />

39. LIQUIDATED DAMAGE:<br />

The time remains the essence of all major contracts / purchase orders awarded by <strong>DVC</strong> and all<br />

deliverables under a Purchase Order / Work Order needs to be completed within the contractual<br />

time schedule. Therefore, the provision has been kept in the contract/Purchase Order that in case<br />

of delay in completion, for the reasons attributable to the contractor, Purchaser/owner reserves the<br />

right to recover from the Vendor a sum equivalent to 0.5% of the value of the delayed materials /<br />

work / equipment / spares for each week of delay and part thereof subject to maximum of 5% of<br />

the total value of the contract as Liquidated Damage (LD).<br />

LD is to be ascertained by the Indenting Officer.<br />

In the event of any difficulty in deciding on the imposition of LD at the intermediate stages<br />

(specially in works/turnkey contracts) during execution of any contract provisional time extension<br />

may be granted with the approval of the competent authority as per delegation so that there is no<br />

problem in accepting delayed supply/works. Such provisional time extension shall be without<br />

prejudice to the right of <strong>DVC</strong> in levying LD and other rights as per terms of the contract.<br />

However, there shall be no restriction in issuing final extension order at any stage of the work<br />

wherever it is possible to do so.<br />

In cases, where the works/supply/services extend beyond the contractual completion<br />

schedule/delivery period and provisional extension order is issued without deciding on the<br />

application of LD, no amount from the RA bill will be withheld in case where adequate retention<br />

payment (over and above SD) remains with <strong>DVC</strong> as per terms of the contract (10% payment is<br />

retained against supply and erection for turnkey contracts). In absence of such retention,<br />

admissible LD amount as decided by concerned Chief Engineer shall be withheld from their<br />

running bill till final decision on LD is taken.<br />

Paying authority should not deduct the L.D. amount directly as the reasons for delay is not fully<br />

known to them. On receipt of materials/execution of contracts after expiry of scheduled delivery<br />

period/time of completion as per the contract, the Paying Authority should immediately clear the<br />

payment without waiting for formal delivery period / time extension order, withholding (not<br />

deduction) the extent of L.D. amount as applicable and inform the order issuing authority and<br />

indenting officer to resolve/settle the applicability of L.D. clause within a reasonable period<br />

enclosing the Vendor’s appeal if any, thereafter the withheld L.D. amount to be regularized<br />

accordingly.<br />

W& P Manual – 2012 Page 65


Normally the concerned Vendor should make an appeal before expiry of scheduled contractual<br />

period to consignee and order issuing authority mentioning the reasons for delay.<br />

If the delay is attributable to the vendor (can be ascertained as per calculation shown in the<br />

foregoing) as assessed be the order executing authority, LD Clause shall be imposed on the<br />

vendor even if the Corporation has not suffered any demonstrable actual loss for such delay, as it<br />

is a pre-estimated compensation only.<br />

Equipment and materials will be deemed to have been delivered only when all its components,<br />

parts are delivered. If certain components are not delivered in time, the equipment & materials<br />

will be considered as delayed until such time all their parts/ components are delivered.<br />

While finalizing final time extension, if Liquidated Damage is levied in each and every<br />

contract/Purchase Order undergoing delay in completion period, without examining the merit of<br />

the case and the taking relevant aspects into account, such a decision will not only be against the<br />

spirit of the contract/Purchase Order but may not ultimately be in the interest of <strong>DVC</strong> also. At the<br />

same time, cases involving loss/damages to <strong>DVC</strong> due to delays by vendor should not be dealt<br />

with leniently. Hence, in order to safeguard the long term and larger interest of <strong>DVC</strong>, the cases<br />

for imposition of Liquidated Damage need to be dealt with logically and rationally, maintaining<br />

consistency in approach by order executing authority. Accordingly, in the normal course, the<br />

cases of time extension/Liquidated Damage will be dealt with as per guidelines given hereunder.<br />

Every delay has a cost. LD is basically pre-estimated loss to <strong>DVC</strong> in case of delayed<br />

delivery/delayed completion period of work. Damages, with reference to a contract, in the context<br />

of Liquidated Damage, can be defined as the amount adjudged to be paid by vendor to the owner<br />

as compensation for the loss sustained by the owner in consequence of the breach of contractual<br />

obligations pertaining to time schedule. The fundamental principle underlying the theory of<br />

damages is not punishment but compensation.<br />

In contract / Purchase Order awarded by <strong>DVC</strong> delay in performance of the contract / Purchase<br />

Order may be on account of one or more of the following:<br />

(i) Reasons attributable to the owner viz. delay in giving approval of submitted drawings, in<br />

sending Inspector to carry out inspection at vendor’s works, in issuing despatch clearance, in<br />

issuance of road permit etc.<br />

(ii) Reasons attributable to “Force Majeure” conditions as defined in the contract / Purchase<br />

Order.<br />

Reasons attributable to the vendor viz., delay in the submission of drawings for approval, in<br />

getting the materials from vendor/vendor’s principal/manufacturer in abroad, in getting the raw<br />

materials etc.<br />

The proposal for time extension and decision on LD shall, accordingly, contain a detailed analysis<br />

by the executing authority indicating reasons & period of delay on each account, as detailed<br />

above, along with documentary evidence thereof to the extent feasible and relevant. Based on the<br />

analysis, the period of delay due to ‘Force Majeure’ and for reasons attributable to <strong>DVC</strong> shall be<br />

W& P Manual – 2012 Page 66


identified. The idea of the exercise is to find out the net delay, which is attributable to the vendor.<br />

Experience of LD cases dealt with in the past reveals that the all the three types of delay<br />

mentioned above are so much mixed up/intermingled, with one running concurrently with<br />

another, at intermittent stages that it becomes extremely difficult to directly identify the delay<br />

attributable to the vendor. As such, a practicable approach for working out the net delay<br />

attributable to the vendor, as described below, shall be adopted.<br />

i. Total delay that has occurred in a Contract = A<br />

ii Cumulative period of delay on account of “Force Majeure”<br />

iii. Cumulative period of delay on account of <strong>DVC</strong><br />

iv. Concurrent cumulative period in (ii) & (iii)<br />

v. Cumulative period of delay on account of “Force Majeure” and = B + C – X<br />

<strong>DVC</strong><br />

vi. Net period of delay attributable to the contractor, Z<br />

= B<br />

= C<br />

= X<br />

= A-(B+C-X)<br />

In case the period Z, arrived at as per Para above, is not positive, the time extension, till the actual<br />

completion of the supplies, shall be allowed without any LD.<br />

In case the period Z, arrived at as per Para above is positive, LD will be imposed as per rate<br />

indicated in the Purchase Order.<br />

40. RISK PURCHASE:<br />

The Purchaser reserves the right to purchase the material/spares/ equipment/service & works from<br />

elsewhere at the sole risk and cost of the Vendor and recover all such extra cost incurred by the<br />

Purchaser in procuring the material, services and works contract. The procedure to be followed is<br />

given below.<br />

a) After the expiry of the specified date of delivery/ completion period, a notice should be given to<br />

the vendor for delivering the material/ completion the work immediately.<br />

b) If the vendor fails to deliver the material/ complete the work, a final risk and cost notice is to be<br />

served to the vendor by registered post with A/D, clearly indicating that if he fails to deliver the<br />

materials/ complete the work within 7 days of receipt of the letter, the same shall be outsourced<br />

from other sources at the risk and cost of the vendor. Such letter is to be issued with approval of<br />

TAA.<br />

c) The existing order has to be closed and action to be initiated for procurement / completion of<br />

work &services of the balance items/ portion. While taking such action the defaulting vendor<br />

may be given an opportunity against fresh enquiry/limited tender.<br />

d) If it is found that price has come on the higher side then the difference between the original<br />

price and the new price will be recovered from the vendor.<br />

W& P Manual – 2012 Page 67


e) For the purpose of recovery of the amount, unpaid amount / security deposit/ SD by way of<br />

BG, provided by the vendor will be adjusted first, If there is any balance left to be recovered,<br />

the Vendor should be informed to deposit the money at the earliest.<br />

f) If he fails to deposit the balance amount no further enquiry will be given as per banning<br />

procedure.<br />

g) In case the amount is considerable, legal action may be considered by TAA. However in case<br />

of TAA is Board or Chairman, approval of concerned member shall be obtained.<br />

Alternatively, the Purchaser may short close the Order stating the reason for not resorting to risk<br />

purchase clause with approval of TAA.<br />

In the event of recourse to alternatives as mentioned above, the Purchaser will have the right to<br />

re-purchase the stores or complete the work, to meet urgency in requirement caused by Vendor’s<br />

failure to comply with the schedule of delivery or completion of the work or services irrespective<br />

of the fact whether the materials / equipments/ work/ service are similar or not.<br />

41. REASONABILITY OF PRICES:<br />

The Tender Committee has to assess the reasonableness of the offers. The Tenders with any<br />

condition shall normally be rejected. However, Tenders with conditional rebates/discounts may<br />

be considered, but without taking into account the conditional rebate/discount for the purpose of<br />

evaluation of the bid price. Tender Committee should specifically draw the attention of TAA to<br />

such conditional rebate/discount and to the fact that the evaluated cost of the Tenders is without<br />

considering such rebates/discounts. Tenders with unconditional rebate can be accepted. The<br />

following procedure may be considered for reasonability of rate:<br />

1. Total amount quoted by valid Tenderer should be compared with the estimated cost put to<br />

Tender duly enhanced by cost index, if available, and in absence of related indices, inflation @<br />

6% p.a. or part there off may be considered during the period of preparation of estimate to<br />

opening of the bid.<br />

2. There is no need for preparing justification statement, in case the offered price of lowest<br />

Tender is less than the enhanced estimated cost under sl.No.1 plus (+) 10 % thereof. However,<br />

the acceptance of Tender, remaining provision of Works & Purchase Manual shall apply.<br />

or<br />

3. Reasonability of the rate of Tenders is to be seen and commented upon by the TC. While<br />

accepting Tenders, rates of Tender of similar nature of Works placed within about last 3<br />

months may be referred to. Similar works shall mean similar in nature, quantum, specification<br />

and location in the near vicinity. Variation over market/justified rate upto +5% in total amount<br />

can be ignored.<br />

or<br />

4. In case of urgency, if certified by the user section, variation upto 10% of revised market cost<br />

under Sl.No.3 above may be allowed for recorded reason.<br />

W& P Manual – 2012 Page 68


5. Tenders above the limit of 10% but upto 30% above of revised market cost under Sl.No.2 & 3<br />

above, rate should be approved by Member (Tech.) is required where TAA is CE and above. In<br />

other cases, approval of concerned Director is required.<br />

Tender committee must ensure before submission of its recommendation to the TAA that<br />

verification of documents/ credential of L-1 bidder is completed in all respect.<br />

All the members of TC should furnish the certificate in the tender evaluation report that none of<br />

them as any personal interest in any of the tenderers who have participated.<br />

A responding firm can quote on firm price basis or variable price basis (but not on both), as<br />

mentioned in NIT and each such offer will be considered accordingly. As far as possible, contract<br />

should be entered on “firm price basis”, while contract on variable prices can be considered on<br />

the merit of each case. As a general principle, no offer involving any uncertain or indefinite<br />

liability or any condition of unusual character should be considered.<br />

Whenever offer on variable price is asked, the standard price variation formula along with the<br />

base date should be clearly spelt out in the NIT documents by TIA.<br />

Negotiated prices also may be examined in a similar way. Justifications while making<br />

recommendation to accept higher prices shall be recorded.<br />

42. LACK OF COMPETITION:<br />

Lack of competition exists if the following factors intervene:<br />

a) The number of acceptable offers is less than three;<br />

b) Ring prices have been quoted by all the tenderers (cartel formation);<br />

c) The product of only one manufacturer has been offered by all the tenderers irrespective of the<br />

number of quotations;<br />

d) Store under purchase is chronically in short supply against which number of acceptable offers<br />

never exceeds two.<br />

In case it is observed that there is lack of competition for a particular tender enquiry, time<br />

extension may be given once with the approval of the TIA. If it is found after the extension, that<br />

there is no improvement of the response, normally the tender may be closed and action may be<br />

taken for re-tendering after due analysis by QR committee, for poor response, and if required may<br />

revisit the qualifying requirement. However TIA may permit opening of the bid in case or<br />

urgency and same to be recorded in file.<br />

43. PURCHASE PROPOSAL COVERAGE:<br />

With the above analysis and evaluation of offer received against the enquiry, the Tender<br />

Committee should give a comprehensive purchase proposal / work order proposal along with the<br />

checklist (placed in the Annexure) for acceptance of TAA. All proposals should begin with<br />

relevant facts and information, which is necessary for arriving at prudent decisions. Efforts should<br />

W& P Manual – 2012 Page 69


e made to avoid unnecessary abstracts from quoting while giving purchase proposals/ work<br />

order proposal. The contract proposal should include the following:-<br />

1. Basic data of item/ work contract<br />

a. Description of item/works.<br />

b. Specification / scope of work.<br />

2. Indent / Proposal Particulars<br />

a. Name of the indenter / Proposer of work<br />

b. Indent delivery period / scheduled completion period<br />

c. Date of receipt of indent / proposal.<br />

3. Tender Details<br />

a. Type of tender enquiry<br />

b. Date of tender invitation<br />

c. Date of tender opening<br />

d. Number of offers received i) Offers received in time:<br />

4. Last Contract Price<br />

5. Tolerance Availability<br />

ii) Late offers, if any:<br />

6. Detailed Purchase Proposal / Work Order Proposal<br />

The terms and conditions offered by the firm(s) within the zone of consideration should be clearly<br />

discussed by highlighting those terms and conditions which are at variance with our General<br />

Conditions of Contract (GCC).<br />

44. COVERAGE OF DEMAND IN INDENT:<br />

Before considering the coverage of the indent against the tenders received against the enquiry, the<br />

Tender Committee should examine the possibility of coverage of quantity against the tolerance<br />

clauses in the existing contracts.<br />

Quantity left after Utilization of tolerance clauses should be covered so as to ensures thati)<br />

Contracts are awarded to the tenderers who have the requisite financial, technical and<br />

production capabilities necessary to perform the contract.<br />

ii) The quantities are covered in keeping with the quantitative capacity meeting the delivery<br />

requirement.<br />

W& P Manual – 2012 Page 70


45. CONSIDERATION OF PURCHASE PROPOSAL/WORK ORDER PROPOSAL:<br />

Before recommending or taking decision on a contract proposal, the Tender Committee are<br />

advised to check the comparative/ranking statements of the offers prepared vis-à-vis the tenders<br />

received so as to avoid the possibility of any mistake and examine carefully the following aspects<br />

to ensure that the proposal:<br />

a) Brings out the reliability of the firms whether they are registered with DGS&D/NSIC/, etc., for<br />

the store as per the required specification, date on which they are registered and if<br />

unregistered their capacity/capability based on the report furnished by technical authority,<br />

financial status, etc., as per the departmental rules and regulations.<br />

b) Avoids the tendency to place orders on firms quoting low rates but with poor or no prospect of<br />

supply/ no prospect of completing the work as per the delivery requirements/ completion<br />

schedule of the indent/proposal.<br />

c) Gives due consideration to the price aspect whether firm or variable, and, in the latter case, the<br />

elements affecting the price.<br />

i) Where quotations are invited exclusive of Sales Tax/VAT, the Tender Committee should<br />

keep in view the amount of Excise Duty & Cess / and Sales Tax/VAT wherever the same is<br />

stipulated as an extra item in the tender and is leviable under the law. In working out the<br />

ultimate cost to the indenter, at the time of tender decision, the element of Excise Duty / Ed.<br />

Cess / Sales Tax / VAT should also be taken into consideration.<br />

ii) All purchase proposals should clearly mention whether or not prices quoted in tenders are<br />

inclusive or exclusive of Sales Tax / VAT/ Service Tax. The tender rates reproduced on the<br />

purchase proposals should be followed by the remarks such as “No Sales Tax” or “Sales<br />

Tax / VAT / Service Tax Extra”, and in the latter case the name of the State Sales Tax /<br />

VAT / Sales Tax with the rate thereof based on the firm’s stipulation in tender should be<br />

indicated.<br />

d) Price reasonability to be analyzed for acceptance of the offer by comparing it with LPP/ last<br />

work order value, market price etc.<br />

e) Gives due consideration to the delivery period/ completion schedule offered vis-à-vis the<br />

requirement of the indenter/ proposer.<br />

f) Analyses the past performance of the firm, if they have executed any orders or if they are in<br />

the process of executing any contract(s).<br />

g) While proposing a second order on a firm who has not started supplies/ works against their<br />

earlier order, the total load on the firm should be kept in mind together with their financial<br />

capability as well as the capacity of the firm.<br />

h) Leads to placement of order on firm(s) who have agreed to abide by the Conditions of Contract<br />

and Clauses of Tender Enquiry and that they have not stipulated any abnormal conditions in<br />

their offer (s).<br />

W& P Manual – 2012 Page 71


i) Results in placement of order for the imported stores on F.O.B/F.A.S basis; for any departure,<br />

the proposal is to be condoned by the concerned Director.<br />

j) Leads to placement of import order on Indian Agents enlisted with DGS&D under<br />

Compulsory Enlistment of Indian Agents Scheme of Finance (as per GOI) and that the amount<br />

of agent’s commission, if any, agreed to between the foreign principals and the Indian Agent is<br />

specifically disclosed and the Agency Commission is paid in Indian rupees only.<br />

k) Considers the possibility to secure supplies and after sales service, etc., on reasonable terms,<br />

directly without the involvement of an agent.<br />

46. POST TENDER NEGOTIATIONS:<br />

Negotiations, after opening of tenders, should normally be discouraged. Negotiations vitiate the<br />

sanctity of the tendering system and reduce the credibility of the organisation. Quality becomes<br />

the casualty. Unless some definite evidence is forthcoming to show that the prices/rates received<br />

are unreasonably high, negotiations should not be resorted to at all.<br />

No approval from tender inviting authority may be required in post-bid negotiation with bidder<br />

for seeking techno-commercial clarification (having no financial implication) and additional<br />

data/clarification from the participating bidders when the price bids are yet to be opened.<br />

However, minutes and correspondence related to such clarification shall be placed in the file.<br />

In general, there should not be any price negotiations. Price negotiations if at all shall be an<br />

exception and only in the case of proprietary items or in the case of items with limited source of<br />

supply. Counter offers tantamount to negotiations and should be treated at par with negotiation.<br />

Negotiations can be recommended by Tender Committee in exceptional circumstances only after<br />

due application of mind and recording valid, logical reasons justifying negotiations. In case of<br />

inability to obtain the desired results by way of reduction in rates and negotiations prove<br />

infructuous; satisfactory explanations are required to be recorded by the committee who<br />

recommended the negotiations. The tender committee shall be responsible for lack of application<br />

of mind in case its negotiations have only unnecessarily delayed the award of works/contract. In<br />

case of L 1 backing out there should be retendering.<br />

In the above backdrop, price negotiation with L 1 bidder can be taken up with the approval of one<br />

step superior than the Tender Inviting Authority as per relevant DFP. If the tender inviting<br />

authority is CMM/Plant Chief /Sr. CE/CE/HOD approval for price negotiation with L 1 bidder<br />

may be obtained from them without going to one step superior. In all cases negotiation will be<br />

conducted by respective level based TC.<br />

47. PROCESS ROUTE POST TENDER OPENING:<br />

The process route of any procurement/works related case file is detailed as below:<br />

W& P Manual – 2012 Page 72


TENDER OPENING<br />

TENDER EVALUATION BY TC<br />

(Project)<br />

TAA<br />

AWARD OF CONTRACT<br />

FOR CASES ABOVE RS.<br />

10 CRORES through<br />

concerned Director<br />

TC at HQ<br />

AWARD OF CONTRACT<br />

BOARD/CHN<br />

AWARD OF CONTRACT<br />

48. EXTENSION OF VALIDITY OF OFFERS:<br />

The Tender Committee should make all the efforts to ensure that the contract finalization decision<br />

is taken as early as possible and within the original validity period of the tenders.<br />

The tendency to request the tenderers to extend the period of validity of offers should be avoided.<br />

This is of considerable importance, for, apart from the delay which would invariably occur in<br />

covering the demand, and thereby cause delay in the receipt of stores by the consignee/ delay in<br />

completing a specific work, there is also a risk of the firms refusing to accede to the request for<br />

extension or the firm withdrawing the offers, or extending the offer with revised rates, all of<br />

which might lead to avoidable expenditure.<br />

In cases where seeking extension of the offers becomes inevitable, action should be taken up 8 to<br />

10 days in advance of the expiry of offers and the letter asking for extension should be issued to<br />

the firms at least one week in advance.<br />

The letter seeking extension of offer should be issued under Postal Certificate in order to avoid<br />

any complaints from the firms that they have not received such letters. For this purpose, the<br />

acknowledgement of letters sent under Postal Certificate should be placed in the relevant case<br />

file. Fax/E-mail can also be used for this purpose and relevant documents be placed in the file.<br />

While submitting the purchase proposals / works proposal, it is essential that the date upto which<br />

the offers are open/have been extended should be indicated clearly in the purchase proposals /<br />

works proposal so that the final decision on the purchase proposals/ works proposal is taken at the<br />

appropriate level within the validity period. In cases, where the offers have been extended due to<br />

inescapable reasons, the fact must clearly be stated in the purchase proposal/works proposal as<br />

under:<br />

W& P Manual – 2012 Page 73


“Original validity period of tender expired on………….Tenderers requested to extend the offers<br />

upto……………This is first extension, second extension, third extension etc.”<br />

When purchase proposals / works proposal are submitted after extension of offers, it should be<br />

mentioned therein that such and such firms have not agreed to extend the offers and have not been<br />

taken into consideration, such and such firms have agreed to the extension proposed and<br />

confirmations from such and such firms are yet to be received.<br />

Tenderers whose quotations cannot be considered otherwise for obvious reasons such as<br />

unsatisfactory capacity report, late / delayed tender / technically rejected, should not be requested<br />

for extension of their offers.<br />

All Dealing Officers who are to implement the decision regarding purchase / works /<br />

services should make sure that the decision regarding purchase / works / services as recorded by<br />

the competent authority is clear for taking further action. If there is any doubt, the file should be<br />

put up immediately to the competent authority for clarification.<br />

49. PROPOSAL FOR CONTRACTS & PURCHASE ORDER/ WORK<br />

ORDER:<br />

After the Comparative Statement has been prepared by dealing officer/ generated from<br />

machine and ranking of the techno-commercially accepted bidders are ascertained, the contract<br />

proposal is made in the specified format on the L1 bidder.<br />

NIT complied contract proposal with total financial involvement, after being checked and<br />

recommended by Tender Committee to be placed before TAA.<br />

The Purchase Order / LOA / LOI / WO is to be issued under the signature of concerned Purchase<br />

Officer/Chief Purchase Officer/Chief Materials Manager or the designated authorities as<br />

per relevant DFP.<br />

The purchase order/ LOA / LOI /WO not to be delivered by hand and shall be<br />

invariably despatched by registered post/courier/speed post. However, a copy of the original order<br />

may be delivered by hand to the concerned vendor on request, after the original is despatched.<br />

50. ESTIMATED TIME FOR CONCLUSION OF PURCHASE<br />

ORDER:<br />

Considering pre-tendering, tendering & post tendering activities, the following time frame<br />

has been made for finalization of a purchase order from the date of receiving Indent, complete in<br />

all respects:-<br />

W& P Manual – 2012 Page 74


1. Time Frame for Various Procurement activities, NIT publications date as 0<br />

date.<br />

Sl.<br />

No.<br />

Activities<br />

Open<br />

Tendering<br />

Time Required for<br />

LTE<br />

OEM/OES/<br />

PAC basis<br />

01. Sale/Issue of Tender Papers 30 days 20 days 10 days<br />

02. Techno-commercial part open,<br />

Technical acceptance and<br />

commercial part freezing by Tender<br />

Committee based on the information<br />

submitted by bidders.<br />

03. Open of Price Bids/Scrutiny of Price<br />

Bids, Comparative Statement<br />

preparation<br />

04. Verification of documents of L-1<br />

bidder<br />

18 days 10 days 5 days<br />

10days 10 days 2days<br />

10 days 10 days 10 days<br />

05. Approval of TAA (except Board), in<br />

terms of DFP<br />

2 days 2 days 2 days<br />

06. Placing of Purchase Order 3 days 3 days 3 days<br />

Tentative Total Time Required to<br />

Conclude any Procurement/Work<br />

Proposal<br />

73 days 55<br />

Days<br />

32<br />

Days<br />

W& P Manual – 2012 Page 75


2. Time Frame for Various Procurement activities for Procuring Very High Value<br />

Indents to be placed by Board Approval, NIT publication date as 0 date.<br />

Sl.<br />

No.<br />

Activities<br />

Open<br />

Tendering<br />

Time Required for<br />

LTE<br />

OEM/OES<br />

/PAC basis<br />

01. Sale of Tender Paper & Pre-bid<br />

conference, if required.<br />

30 days 20 days 10 days<br />

02. QR evaluation in case of 4 envelops. 7 days<br />

02. Techno-commercial part open,<br />

Technical acceptance and<br />

commercial part freezing by Tender<br />

Committee based on the information<br />

submitted by bidders.<br />

11 days 10 days 5 days<br />

03. Opening of Price Bids, Scrutiny of 10days 10 days 2days<br />

Price Bids, Comparative Statement<br />

preparation and Purchase Proposal<br />

to be placed by TC.<br />

04 Verification of documents of L-1<br />

bidder<br />

05. TC at HQ (if the proposal processed<br />

from project and TAA is Director &<br />

above)<br />

10 days 10 days 10 days<br />

10 days 10 days 10 days<br />

06 Approval of Secretary / Chairman 2 days 2 days 2 days<br />

07 Board approval (Not considered)<br />

08 Placing of Purchase Order 3 days 3 days 3 days<br />

Tentative Total Time Required to<br />

Conclude any Procurement 83 days 65 days 42days<br />

Proposal<br />

51.<br />

AGREEMENT:<br />

On receipt of a turnkey contract / W.O. / LOA / LOI / AMC for any project / works / services<br />

including any civil works of contract value in excess of Rs. 200,000/- ( Two lakhs only), the<br />

concerned vendor must submit contract agreement (Format to be supplied by <strong>DVC</strong>) in<br />

non- judicial stamp paper of appropriate value duly filled in all respect to the order issuing<br />

W& P Manual – 2012 Page 76


authority for acceptance before commencement of works / Services and claiming advance amount<br />

if any, as per provisions of the contract.<br />

The said agreement (to be submitted in triplicate) will be duly signed by both authorised<br />

representative of <strong>DVC</strong> and authorised representative of vender. One such copy of agreement, on<br />

acceptance should be invariably be given to respective head of Accounts department of<br />

plant/field<br />

/ Corporate<br />

offices.<br />

In case of exigencies in respect of AMC/Service Contract, Dir/HOD/Plant Chief / CE may grant<br />

relaxation regarding time frame for submission for contract agreement.<br />

52. FOLLOW-UP/EXPEDITING OF ORDERS AND PAYMENT<br />

PROCESS:<br />

The concerned Purchase Executive/consignee concerned shall be responsible for effective<br />

and timely follow up and expediting with the vendor till all the materials are received and<br />

accepted as per Purchase Order and payment is released to the Vendor within 15 working days<br />

from the date of receipt of materials/invoice in regard to procurement of materials (excluding<br />

Project & Works Contract). Similarly, Concerned Engineer-in-charge shall be responsible for<br />

effective and timely follow up and expediting with the vendor till the entire work/services is<br />

completed/ delivered as per terms of W.O. and payment is released to the Vendor/Contractor<br />

within 15 days from the date of submission of bill in regard to works. The award of<br />

P.O./W.O./LOA/LOI is not the end of any<br />

contract process, rather it is the beginning of a long and complex set of operation in an<br />

effective and time bound manner. It calls for sharing the responsibilities by more than one<br />

department in all stages of contract execution. The contract cell executive / consignee /<br />

Engineer-in-Charge concerned shall be responsible for effective and timely follow up and<br />

expediting with the vendor till the contract is executed in full and accepted by Indenter and full<br />

payment is released to the vendor. Concerned contract executive / Engineer-in-Charge shall<br />

also be responsible for settlement of all discrepancies and disputes that may arise in course<br />

of execution and up to the stage of final payment against each contract. The contract shall be<br />

treated as finally closed after receipt and acceptance of goods/services / completion of work<br />

schedule by the Indenter as per terms of contract and payment made to the vendor in full and<br />

final settlement of all other issues, including release of Security Deposit against Performance<br />

Guarantee as per terms of the contract.<br />

In order to monitor the post contract management and to release payment to<br />

vendors within 15(fifteen) working days from the date of receipt of materials/invoice etc. in<br />

regard to procurement of materials (excluding Project & Works Contract) the following<br />

guidelines may please be considered:<br />

Consignees on receipt of PO/LOA/LOI should follow up at appropriate time with<br />

the supplier/vendor regarding the delivery programme / inspection schedule before<br />

the expiry of stipulated schedule as per the contract.<br />

On expiry of the contract, LD Clause will come into effect automatically unless<br />

the contract is amended with revised delivery period. However, in case delivery effected<br />

W& P Manual – 2012 Page 77


eyond the scheduled delivery period, LD to be imposed on the vendor for the portion of<br />

the delay attributable to him only. This is to be ascertained by the Indenting Officer.<br />

Paying authority should not deduct the L.D. amount directly as the reasons for delay<br />

is not fully known to them. On receipt of materials/execution of contracts after expiry of<br />

scheduled delivery period/time of completion as per the contract, the Paying authority<br />

should immediately clear the payment withholding (not deduction) the extent of<br />

L.D. amount as applicable and inform the order issuing authority and indenting officer<br />

/Engineer-in-Charge to resolve / settle the applicability of L.D. clause within a<br />

reasonable period, enclosing the Vendor’s appeal if any, thereafter the withheld L.D.<br />

amount to be regularized accordingly.<br />

However, request for any amendment for contract in respect of delivery / work<br />

completion schedule from the vendor/indenter to be made with specific reasons to the<br />

contract issuing authority within the tenure of scheduled delivery / completion period.<br />

Indenter / Inspecting Officer is requested to send a copy of inspection report as<br />

carried out as per terms of contract to the order issuing authority along with a copy of<br />

despatch clearance for the same.<br />

Purchase Order should stipulate that bill/invoice to be submitted by the supplier to the<br />

concerned Paying Authority (Accounts) directly along with all necessary documents (e.g.<br />

Test Certificate/Guarantee Certificate / Copy of ED Invoice, if applicable/copy<br />

of<br />

Despatch Clearance / copy of acceptance of SDBG, if any/copy of receipted challan for<br />

materials / documents against F&I Charge etc.) and should submit photocopy of the<br />

bill/invoice to the consignee at the time of delivery of requisite materials.<br />

Immediately on receipt of materials the consignee shall inform the indenter for necessary<br />

inspection (Zero day).<br />

After due inspection the indenter shall ensure that inspection report reaches to<br />

the consignee within 4 working days from zero day.<br />

On receipt of inspection report the consignee shall prepare the stores document (SRIN /<br />

SRB etc.) and ensure that the same along with inspection report and a photocopy of the<br />

invoice reaches to Accounts Office within 4 (four) working days for taking payment action<br />

by Accounts Department.<br />

Accounts Department thereafter shall release payment to the vendor as per Purchase<br />

Order within 7(seven) working days from the date of receipt of documents from Store<br />

Department.<br />

Similarly in case of Advance Payment against procurement of materials, the<br />

supplier shall submit the original Bills/Invoices to the concerned Accounts Office with all<br />

relevant documents as per purchase order and photocopy of invoices to be submitted to<br />

the consignee. The consignee in turn shall issue necessary payment clearance to<br />

Accounts in consultation with indenter within 3 (three) working days. Thereafter<br />

Accounts will release the advance payment within 2 (two) working days of receipt<br />

of payment clearance from the consignee.<br />

W& P Manual – 2012 Page 78


In case of belated delivery Accounts Office should pass the bill withholding admissible<br />

Liquidated Damage (LD) amount as per Purchase Order clause without waiting<br />

for formal delivery date extension order. Accounts Officer should immediately intimate<br />

the Order Issuing Authority for issuance of formal Delivery Date Extension<br />

Order with/without imposition of LD Clause.<br />

Accounts should prepare a monthly report on the overdue Bills / Invoices at the end of<br />

each month due to non-receipt of corresponding SRIN / SRB or any other document<br />

required indicating details thereof and to be submitted to CMM with copies thereof to<br />

Director (Accounts), Member(Secretary/Tech) and Chairman for their information.<br />

<br />

However, in order to release payment to the contractor within 15 working days from<br />

the date of submission of bills in regard to works relating to T&D Projects Contract on<br />

E.P.C.<br />

/ Turnkey basis, the following procedure and time frame shall be followed.<br />

Submission of bill in triplicate with all documents as per PO/WO by the Contractor to<br />

the<br />

Site-in-charge. (Zero<br />

date).<br />

The site-in-charge will go through the documents submitted by the Contractor both for<br />

supply and erection as per checklist detailed below and submit the bills after necessary<br />

certification to the Divisional Engineer within 7 (seven) working days.<br />

The Divisional Engineer will check the documents and issue pass order and send<br />

the bills to concerned Accounts office for making payments within 3 (three) working<br />

days.<br />

Concerned Accounts will process the bill and release payment to the Contractor within<br />

5 (five) working days.<br />

CHECK LIST :<br />

A. Supply Payment :<br />

A.1 Advance Payment<br />

:<br />

Unconditional acceptance of<br />

LOA/LOI/PO/WO. Submission and<br />

acceptance of SDBG.<br />

Submission and acceptance of Bank Guarantee of equivalent amount against<br />

the advance payment.<br />

Submission and approval of Bar Chart. A.2<br />

W& P Manual – 2012 Page 79


Payment against dispatch documents:<br />

Evidence of despatch (R/R or receipted<br />

LR).<br />

Detailed invoice and detailed packing list identifying content of each<br />

consignment. Manufacturer’s/contractor’s guarantee certificate of quality.<br />

Test certificate.<br />

Material inspection report and/or despatch clearance<br />

certificate. Insurance policy/certificate.<br />

A.3 Payment against consignment after receipt of material at site<br />

A.3.1 Certificate to be issued by Site-in-charge :<br />

a) Physically verified and materials found to be received in full and good<br />

condition. b) Materials entered in page no… Vol. …. of stock ledger.<br />

A.3.2 CRMI issued with cross-reference of stock<br />

ledger. A.4 Retention money:<br />

Recovery towards LD, if any.<br />

Successful commissioning and taking over certificate.<br />

Certification towards submission of all drawings, manuals, reproducible etc.<br />

A.5 Erection Payment :<br />

The existing procedure of payment through RA bill after entering the work done in<br />

the measurement book (MB) will continue to remain in vogue.<br />

N.B.<br />

1) In case of delayed execution of work, payment against running bill (both supply<br />

and erection) will not be withheld for want of Provisional/formal extension order.<br />

2) EFP compliance certificate will normally be furnished in the succeeding month(s)<br />

and shall not be delayed beyond 6 (six) months.<br />

3) For minor discrepancies, entire payment will not be withheld.<br />

In order to release payment to contractor within 15 (fifteen) days from the date of<br />

submission of bill in regard to work relating to Project Contract on EPC/Turnkey<br />

basis with stage wise payment terms with immediate effect. For adhering to the above<br />

schedule, the following procedure and time frame shall be followed:<br />

Bill for stage payment to be submitted by the contractor in quadruplicate with all<br />

relevant document to Engineer/in/Charge directly.<br />

Engineer-in-Charge on receipt of the bill will forward the same to the concerned site<br />

engineer for necessary verification and certification in respect of completion of the stages of the<br />

work for which the bill has been preferred and also sent one copy to EPF cell for verifications<br />

and certification of EPF declaration submitted by the Contractor (zero date).<br />

W& P Manual – 2012 Page 80


EPF cell with check and certify the EPF declaration within 5(five) working days from the<br />

zero date and return the same to Engineer-in-Charge.<br />

The concerned site Engineer will check and certify on the bill within 7(seven) working<br />

days from the zero date.<br />

On receipt of the verified bill, Engineer-in-Charge shall ensure that the pass order along with<br />

the bill and other relevant documents reaches to Accounts Office within 3(three) working days<br />

for taking payment action by Accounts Department.<br />

Accounts Department shall release payment to the contractor as per terms and conditions<br />

of<br />

Work Order/Contract within 5(five) working days.<br />

In case of advance payment, the contractor shall submit the bill to the Engineer-in-Charge<br />

with all relevant documents as per work order including SDBG and BG of equivalent amount of<br />

advance. The Engineer-in-Charge in turn shall issue necessary payment clearance to Account<br />

Department after acceptance of SDBG and BG against advance within 3(three) working days.<br />

Thereafter, Accounts will release the advance payment within 2(two) working days of receipt of<br />

payment clearance from the Engineer-in-Charge.<br />

In case of delayed execution of work, Accounts Office should pass the bill<br />

withholding admissible Liquidated Damage (LD) amount as per the Work Order/Contract<br />

without waiting for format time extension order except where the extension of time has already<br />

been granted for non-imposition of LD by the Competent Authority. Thereafter, Accounts<br />

Officer should immediately intimate the Engineer-in-Charge for issuance of format extension of<br />

time with/without imposition of LD Clause.<br />

Accounts Department should prepare a monthly report of the overdue bills at the end of<br />

each month due to non-receipt of documents, clarification require indicating details thereof and<br />

to be submitted to concerned Project Head with copies thereof to Member (Finance).<br />

However, the above payment procedure will not be applicable for item rate contract and<br />

the existing system in this regard will continue.<br />

N.B: EPF compliance certificate will normally be furnished in the succeeding month.<br />

However, in no case, the compliance shall be delayed beyond 6(six) months.<br />

53. TOLERANCE IN PURCHASE ORDER<br />

QUANTITY:<br />

The suppliers are expected to deliver exact quantities of material as specified in the Purchase<br />

Order/turnkey contracts. But wherever quantities are in Weights, volumes or in lengths, there may<br />

be cases where the supplier has made supplies in excess or short. If any tolerance has not been<br />

incorporated in the Purchase Order/work order/turnkey contract then ± 5% of the order<br />

value should be considered as the tolerance limit and the Purchase Order/work order/turnkey<br />

contract shall automatically be treated as amended to that extent.<br />

54. PRE-DISPATCH INSPECTION (PDI), RECEIPT OF MATERIAL,<br />

ETC:<br />

PDI Clause for a particular tender/enquiry to be incorporated, if felt necessary, by the indenter.<br />

W& P Manual – 2012 Page 81


Once it is incorporated in the purchase order/contract, it should not be waived in the<br />

normal course by way of amendment. However in case of extreme exigencies, PDI can be<br />

waived by the Chief Engineer on the basis of appropriate justification by the order issuing<br />

Authority.<br />

If a PO/LOI/LOA incorporates PDI, Inspection Engineer will carry out the relevant<br />

tests/inspection as per relevant standard at vendor’s works. After successful testing/inspection,<br />

despatch clearance is to be issued by the Inspecting Engineer as per format incorporated in this<br />

manual. For this purpose, Inspection Engineer may contact his superior over telephone/fax, if<br />

needed for issuance of despatch clearance.<br />

Before proceeding for inspection at vendor’s works, the Inspection Engineer should contact the<br />

vendor with the help of consignee via phone/fax to know the exact number of way<br />

bills/road permit required to despatch the materials. Consignee should hand over the required<br />

number of road permits/way bills to the Inspection Engineer before he leaves for PDI. The<br />

Inspector should hand over the way bills/Road Permits to the vendor along with dispatch<br />

clearance. Responsibility for providing the requisite number of road permits/way bills to the<br />

Inspection Engineer before leaving for inspection lies with the concerned consignee.<br />

Paying Authority should not insist for extension of submitted BG, if needed, due to late receipt of<br />

the materials /delayed completion of works. The same should be taken care of by the<br />

Order Issuing Authority within the validity period of the submitted BG.<br />

Where PDI Clause has not been incorporated in the PO/contract, consignee would send the Road<br />

Permit/ Way Bill as per the written request of the vendor. He would check the mode of<br />

despatch and the Insurance Cover being taken. After receipt of the materials at stores,<br />

consignee will arrange for site inspection by calling the Indenting Officer by sending an arrival<br />

report.<br />

Consignee would send all the relevant documents to the concerned Accounts Office for checking,<br />

verifying and passing of the bills for payments to the vendor. The Accounts Office would see<br />

all the relevant documents and in case of discrepancy found as per Purchase Order/work order<br />

shall seek clarification before releasing the payment. Consignee/ Indenter would also send the<br />

copies of site inspection reports/PDI reports to the purchase order issuing authority.<br />

55. PAYMENT<br />

TERM:<br />

a) General payment<br />

term:-<br />

The normal payment term of <strong>DVC</strong> for supply order is ‘100% payment with full taxes &<br />

duties will be made within 15 working days of receipt of material at site and inspection &<br />

acceptance thereof’ or within 15 (fifteen) working days of submission of invoice<br />

whichever is later. However, payment terms for POs placed directly on manufacturer may also<br />

be done as below:<br />

90% of the ordered value to be paid against despatch documents through bank subject to<br />

acceptance of SDBG, if applicable. Balance 10% of the ordered value to be paid after receipt of<br />

materials at site and acceptance thereof.<br />

W& P Manual – 2012 Page 82


Provision of part payment against part supply of consignment at consignee’s end may be<br />

incorporated in Purchase order on the merit of the case (only if the part consignment can be used<br />

independently), provided necessary stipulation is made in the bid document.<br />

The payment terms for works/service contract may be regulated as<br />

below:<br />

90% of contract price for works/service contract against RA bills. This also includes initial<br />

advance, if any and remaining 10% after completion of the contract.<br />

b) Payment for Turnkey<br />

contracts:-<br />

The payment terms for supply and erection & commissioning for any Turnkey contracts may be<br />

regulated as follows:<br />

1) Supply portion<br />

only:<br />

70% of the Ex-works price /ordered value of supply (of bough tout items) with full taxes<br />

and duties as applicable after adjustment of advance, if any, will be paid against proof of<br />

despatch (viz. R/R, L/R) , detailed invoice / packing list, warranty certificate, test certificate,<br />

insurance policy / certificate, dispatch clearance. 20%of the Ex-works price / order value of<br />

supply (in case of bought out items) after receipt of the materials and inspection and acceptance<br />

at site. However, for spares, balance 30% shall be paid after receipt of materials and<br />

inspection & acceptance at site.<br />

Remaining 10% after complete erection and commissioning & testing and handing<br />

over.<br />

2) Erection &<br />

Commissioning:<br />

90% of contract price for Erection & commissioning to be made against RA bills. This also<br />

includes initial advance, if any. Remaining 10% after complete erection and commissioning &<br />

testing and handing over.<br />

c) Advance Payment:<br />

-<br />

I) Mobilization<br />

advance:<br />

Advance payment is normally discouraged. In exceptional circumstances, interest-bearing<br />

advance to the extent of 10% of contract price may be given against submission of a BG taken<br />

towards security of the advance should be atleast 110% of advance so as to recovery of not only<br />

principal amount but also interest portion if so required.<br />

The BG wherever applicable should be valid upto the date of completion of works/supply and<br />

acceptance thereof.<br />

W& P Manual – 2012 Page 83


Advance should not be paid in less than two installments except in special circumstances for that<br />

reasons to be recorded.<br />

A clause in the tender enquiry to be incorporated that the interest free advance would be<br />

deemed as interest bearing advance at a Bsae rate of SBI plus 3.5% if the contract is terminated<br />

due to default of the contractor. However rate of interest should be applied for calculation of<br />

interest on the advance amount in reset basis (i.e. not fixed rate of interest, it may go on changing<br />

during the period of advance remain unadjusted) based on the change of base rate time to time.<br />

Advance should be recovered within the original completion<br />

time.<br />

II) Other advance: provision for 100% advance (interest free) without submission of BG may<br />

also be allowed in dealing with procurement on single tender basis from CPSU/Govt. controlled<br />

autonomous Organisation / Universities / Laboratories/ Reputed Private Manufacturer as OEM<br />

etc.<br />

Specific examples are:<br />

—<br />

a) Procurement of LDO/FO/HSD/Motor Spirit/Lubricants & Greases from CPSUs<br />

like<br />

IOC/HPCL/BPCL<br />

.<br />

b) Procurement of Steel from CPSUs like SAIL, IISCO, RINL<br />

etc.<br />

c) Procurement of Vehicles from Tata Motors, Hindusthan Motors, Maruti Udyog, Hero<br />

Hondo, Bajaj, Enfield etc.<br />

d) Testing/consultancy & other services from CPSUs like CMERI, CMRI, CPRI CFRI,<br />

NTPC, IIT’s, IIM’s, NPC,BSNL etc. and<br />

e) OEM’s who do not sell their product without<br />

advance.<br />

Where a claim of Sales Tax/VAT is preferred and admitted, the supplier must satisfy that he is a<br />

registered dealer under the Sales Tax Act and possesses a Certificate of Registration in the firms<br />

name in which the supply is made and shall in proof thereof, while submitting bills for payment,<br />

furnish the, number, date and other particulars of such certificate.<br />

For materials which are ordered on weights/ volume, the payment should be as per<br />

measurement at <strong>DVC</strong>’s stores / sites irrespective of the quantity mentioned in the challans /<br />

documents, unless there is explicit provision in the Purchase Order/contracts. If there is 3 rd party<br />

inspection, in the above cases, 3 rd party inspection charges would be as per Weight/ Volume<br />

received at <strong>DVC</strong> end. The statutory charges and duties, however, have to be paid on actuals as per<br />

documents received from the vendor.<br />

The contractor/vendor shall furnish the following certificate to the Paying Authority along<br />

with each invoice/bill against payment for supplies made against any supply order/RC with<br />

W& P Manual – 2012 Page 84


longer completion period (more than a year), if the same is placed on firm price basis. ‘I / we<br />

certify that there has been no reduction in the sale price of the stores of description identical to<br />

this item, supplied to any person/organization and such stores have not been offered/sold by<br />

me/us to any person/organization at a price lower than the price charged under this contract up<br />

to the date of this bill.’<br />

56. A. ADOPTION PROCEDURE OF VENDORS FOR PURCHASE OF<br />

MEDICINE:<br />

In State Govt. Departments, DGS&D and Central Govt. Health Service Department, vendors are<br />

registered with the approved rate of supplies following tendering route. In such cases, <strong>DVC</strong> may<br />

issue order on such vendors at the approved rate, terms and conditions as accepted by the said<br />

department subject to the following:<br />

i) Consent of the vendor is to be<br />

obtained.<br />

ii) The documents related to the vendor including rate as accepted by such State Govt. Deptts. /<br />

DGS&D / CGHS duly authenticated by the competent authority of the respective<br />

department are to be obtained.<br />

iii)A Certificate is required to be furnished by the Indentor that there is no downward trend<br />

in prices since the time of Purchase Order / Work Order placed by the<br />

aforementioned department while sending proposal for placement of order on such approved<br />

vendor at the accepted rate of the department.<br />

The power for approval in respect of above rests with respective MS/M.O. I/C / DHS as the case<br />

may be.<br />

B. ADOPTION PROCEDURE FOR PURCHASE OF MEDICINE FROM GMSD(Govt.<br />

Medical Store Depot)<br />

a) Approval from the competent authority for procurement.<br />

b) Only those items which are listed in the Vocabulary of Medical<br />

store(VMS) as announced from time to time will be procured. <strong>DVC</strong> would register<br />

itself as an indenter for placing indents online.<br />

c) Procurement will be made on a system of advance payment (cost of medicine + 30%<br />

of the cost as transit charges) before delivery of stores.<br />

d) On line placement of indent will be made twice in a year and the representative will<br />

be nominated according to the level of committee as stipulated in W&P<br />

Manual,2012<br />

e) Delivery of medicine will be at CMS(Central Medical Stores), Maithon.<br />

W& P Manual – 2012 Page 85


f) Respective Hospital will collect the same as per their indent/requirement.<br />

g) Medicines for checking and testing - Medicines supplied by the GMSD are tested<br />

by the Govt.agencies. If there is any adverse report regarding deficiencies of any<br />

medicine, DHS will reserve the right to carry out testing from any independent<br />

agency of repute.<br />

57. ON<br />

IMPORTS:<br />

1.(A) Generally, Enquiry will be issued on single Tender proprietary/(OEM)/ Standard<br />

Source basis provided that the indenter has enclosed a certificate in this regard as per format<br />

along with the indent.<br />

(B) The enquiry should contain the full specification of the materials, other terms<br />

and conditions in details to avoid confusion/litigation afterwards.<br />

2. The offer basis shall be FOB/FCA/FAS/C&F/CIF port of<br />

shipment.<br />

3. (A) The prices shall be in any freely convertible currency such as dollar, Euro, Japanese Yen,<br />

Swedish Kroner, Swiss Frank, Pound Sterling, Singapore Dollar etc.<br />

(B) The price should be quoted in rupee if the offer is submitted by the Indian Agent of<br />

the foreign supplier/manufacturer.<br />

4. The prices shall be firm and free from all corrections. The price list of OEM of foreign<br />

origin may be downloaded from the net, if it is available. Otherwise Indian agent may be<br />

requested to provide the same, duly signed and stamped.<br />

5. The offer shall be valid for 180 days or as decided by TIA from the date of bid opening.<br />

6. Quotation shall be submitted in English Language only.<br />

7. Delivery period shall be firm and clearly indicated in the quotation and there must not be any<br />

ambiguity to facilitate opening of LC for a definite period, which is required under the rule. In<br />

case of urgency early deliveries may be requested.<br />

8. Packing shall be transport worthy to ensure safe delivery considering the nature of goods.<br />

9. Name of foreign advising banker, country of origin, port of shipment/ customs airport/Land<br />

Customs Station (as the case may be) should be indicated in the quotation.<br />

10. It is advised that the importations should preferably be made directly from the<br />

overseas manufacturers. Either the Indian agent on behalf of foreign principal or the foreign<br />

principal himself may take part in the bidding process but not both.<br />

W& P Manual – 2012 Page 86


11. (a) The Indian Agent will be accepted if and only if they are registered in DGS&D. Indian<br />

Agency Commission, if any, payable by <strong>DVC</strong> shall invariably be included in the<br />

FOB/FCA/FAS Price. Percentage of commission shall be clearly mentioned along<br />

with the name and address of Indian Agent. A copy of agreement with the Indian Agent<br />

along<br />

with the DGS&D enlistment certificate to be furnished along with the quotation and, if,<br />

Indian Agent commission is not involved; foreign supplier should furnish “No<br />

Indian Agent Commission” Certificate.<br />

(b) In case Indian agent of the OEM supplier, insist on placing PO on another subagent<br />

for execution of the order, it has to be ensured that the said subagent is authorized by<br />

OEM.<br />

12. Party shall have to furnish ‘proprietary certificate’ in line with existing PAC & PRC format.<br />

13.(a) The Purchase Order should clearly mention about the requirement of documents<br />

incorporating the updated requirements therein such as, BG/Pre-despatch Inspection<br />

Certificate/ country of origin etc. to be furnished by the Exporter to the Foreign Bank for<br />

releasing payment.<br />

(b) It should be clearly mentioned as to who will bear the cost of opening and maintenance of<br />

LC in Indian Bank as well as in the concerned foreign bank to avoid<br />

confusion. (c) In case of importation the following payment terms may be<br />

considered:<br />

100% of FOB price less Indian Agency Commission in Rs, if any, shall be paid against<br />

presentation of shipping documents as called for in the purchase order through irrevocable<br />

LC.<br />

The full Indian Agency Commission, if any in INR, shall be released to the Indian<br />

Agent, within 30 days of receipt and acceptance of materials at the consignees end.<br />

14. The letter of credit shall not allow partial shipments or transhipment normally.<br />

The evaluation/computation of the total value of the offer may be made as per the following.<br />

(i) F.O.B. Value<br />

: In dollar or in any foreign currency<br />

+ (ii) Packing Charges, if any : In dollar or in any foreign currency<br />

+ (iii)Freight Charges : In dollar or in any foreign currency/or in Indian currency<br />

+ (iv) Services charges, if any, : In dollar or in any foreign<br />

currency to canalising agency<br />

+ (v) Insurance Charges : In dollar or in any foreign currency/or in Indian currency<br />

(vi)Total CIF price (i + ii + iii +iv +v) = In dollar or in any foreign currency/or in Indian currency<br />

~ Rupees (converting in Rupee in the rate of exchange as notified by GOI as per Section<br />

14(3)(a)(1) of Customs Act. Exchange Rate as on the bid opening date is to be considered and to<br />

be mentioned in the NIT.<br />

W& P Manual – 2012 Page 87


Note:<br />

(vii)Landing Charges at appropriate %<br />

clearance. (viii)Assessable value<br />

: As applicable at the time of<br />

: (vi + vii)<br />

(ix)Concessional Custom Duty/Customs Duty(i.e. Basic Duty) at appropriate % on (viii)<br />

: (x)Counter Veiling Duty (CVD), if any, in appropriate % on{ (viii) + (ix)} :<br />

(xi) Special Additional duty, if any, in appropriate % on (viii +ix +<br />

x) : (xii) Total of above : (viii + ix + x + xi)<br />

(xiii) Clearing & Forwarding Charges @ as applicable on CIF<br />

prices indicating Inland transportation charge up to consignee<br />

site. :<br />

(xiv) LC opening charge in India:<br />

(xv) Airport/Sea port charges as per their tariff:<br />

(xvi) FOR Destination price = (xii + xiii + xiv + xv):<br />

a) If any of the item detailed at (ii), (iii), (iv), (v) or (vi) is to be paid in rupees that should be<br />

computed accordingly.<br />

b) Landing Charges rate is 1% of CIF value at present or as applicable at the time of clearance.<br />

c) If insurance cost is not known, it should be taken as 1.125% of FOB price for the purpose of<br />

assessment of customs value. Insurance charged paid on CIF value is only includable not<br />

on any other charges including customs duty.<br />

d) CVD (Counter Veiling Duty) will be equal to the excise duty payable if such goods are<br />

produced/ manufactured in India.<br />

58.ANNUAL MAINTENANCE/ RATE CONTRACTS (AMC/ ARC) FOR<br />

CIVIL/ELECTRICAL/ MECHANICAL /C&I WORKS AND RATE CONTRACTS:<br />

1. Annual maintenance work should be planned well in advance for different areas. If such works<br />

cannot be undertaken through departmental employees then a proper assessment should<br />

be made, estimates made, possibility of giving work front etc. checked and then with the<br />

administrative approval of tender inviting authority, NIT may be issued<br />

through Newspapers/websites or limited tenders may be invited from firms depending on<br />

departmental estimates companies having requisite technical, financial, personnel resources.<br />

Annual Maintenance Contract for any works/service contracts to a particular firm or company<br />

should be for one year/two year at a time and subsequently fresh tendering action should<br />

be taken well in advance. In the event, fresh contract cannot be concluded in time and contract<br />

is considered essential for the purpose of operation then approval of extension may be obtained<br />

from the original approving authority for one more year and no further extension beyond this is<br />

desirable.<br />

W& P Manual – 2012 Page 88


Annual Maintenance Contract for any works/service contracts to OEM/OES may be for five<br />

year at a time wi t h PV i f an y s u bject to ap pro val o f c once rned Director<br />

a n d in c a se o f T A A i s B oard/ C hairman , a p p r o val o f c o ncer ned Me mb er<br />

s ha l l be o b ta i n e d.<br />

However in case of hiring of vehicle, period of contract with suitable PV clause may<br />

be considered for initially 3 years and followed by one / two year extension depending on the<br />

performance but total extension not more than 2 years.<br />

Site Maintenance contracts may be entered into rate contract after finalising the detailed Job<br />

specification/description. For working out the security deposit, where the contract is extended<br />

more than one year, if the contractor has submitted BG for Security Deposit cum performance<br />

guarantee, the same is required to get extended accordingly. Alternatively the contractor may<br />

submit a new BG and the earlier BG may be released.<br />

The contracts for transport would be a service contract and not to be termed as Works Contract.<br />

The Public Sector undertakings if awarded such contracts would be required to work<br />

as<br />

Contractors and if sub-contractors are engaged after obtaining of approval of TIA.<br />

The<br />

payments to contractors would be released after proper verification of documents, both by the<br />

indenting department and the Accounts.<br />

2. Identification of items to be covered under the Rate Contract.<br />

(a) Items whose requirements are continuous throughout the year and holding of high inventory<br />

level for a long period may not be feasible to optimize inventory cost, shall be covered under<br />

Rate Contract.<br />

(b) Items like Reinforcement Steel, Cement, Office stationeries, Chemicals, Lubricants, Petrol &<br />

Diesel, G.I. Pipes, Medicines, Transportation Welding Electrodes, Packing (both Metallic and<br />

Non-Metallic), Fastens, Hand Tools, Cutting Tools and Abrasives, Surface Coating Materials<br />

(Paints etc), Bearings &Accessories, V Belts, Lab. Chemicals, Office Furniture, Guest House<br />

Furniture, Switches, Plug Tops and Misc. similar materials, lamps, florescent Tubes, Fuses etc<br />

etc. may be brought under Rate Contract. This list is only exemplary and not exhaustive<br />

and<br />

many more items can be considered for rate contract like Conveyor Belts,<br />

Personal<br />

Computers, and structural Steel<br />

etc.<br />

(c) Indents complete in all respect of item for the requisitioning department shall reach<br />

the procurement section well in advance.<br />

(d) After receipt of indents, a tender committee comprising representatives of<br />

Purchase/Technical Section/TIA, Finance & User Department will decide and finalize the<br />

items for which Rate Contract to be made. The same is to be approved by CMM/Station<br />

Chief/CE. After deciding the items for which RC to be made, sources of procurement<br />

may be standardized using methodology described earlier.<br />

W& P Manual – 2012 Page 89


PROCEDURE FOR RATE<br />

CONTRACT:<br />

(a) The items which are borne on DGS&D Rate or Running Contract may be purchased<br />

through the DGS&D Stores of standard type, other than those required in small quantities<br />

only, which are in common and regular demand and the prices of which are not subject<br />

to appreciable market fluctuations. The CMM shall arrange to obtain the latest copies of all<br />

the Rate/Running Contract from the DGS&D from time to time.<br />

The CMM may be declared as Direct Demanding Officers for various rate contracts<br />

finalised by the DGS&D keeping in view the requirement, budget availability.<br />

On receipt of the consolidated requirements from the various Indenting Officers the<br />

CMM<br />

shall examine if the materials in question are borne on DGS&D Rate<br />

Contract.<br />

In case of items on Rate Contract, CMM shall take necessary action for placing the<br />

supply orders through form -86for specific requirement directly to DG&SD with 100%<br />

advance in DD form plus applicable administrative charges.<br />

b) In case of single source rate contract, offer may be asked from the party and based on the<br />

offer, the rate contract may be finalised after negotiations, if felt necessary, on the prices and<br />

terms and conditions with the approval as per DFP and laid down procedure of<br />

negotiation as discussed earlier.<br />

c) Before finalisation of rate contract, other projects shall also be contacted / consulted to share<br />

information regarding prices etc. and performance of the vendors.<br />

d) Rate contract may be finalized generally for a period of one/ two year and the same may be<br />

extended for another year at the discretion of TAA with justification of such extension to be<br />

recorded in writing. However, in case of some spares to be decided by the Plant Chiefs,<br />

the rate contract may be done for three years without any provisions of further extension of<br />

the contract beyond three years. While making such rate contract for three years<br />

adequate measures like variable price etc. may be adopted to take care of the fluctuation in<br />

market price. The rate contract should clearly specify the monetary limit as well.<br />

e) Copies of rate contracts shall be sent to other projects for their information and finalisation<br />

of rate contracts, if any. One more copy of the rate contract shall also be sent to<br />

Corporate Materials Management and published in <strong>DVC</strong> website.<br />

W& P Manual – 2012 Page 90


f) Approval and other guidelines for finalisation of rate contracts will be as per approved purchase<br />

procedure. The Direct Demanding Officers (DDO) as mentioned in RC shall issue supply order<br />

directly to the vendor as per terms & conditions of RC after ensuring fund provision and<br />

keeping supply order quantity within his demand placed before RC Issuing Authority.<br />

g) In order to widen the base of the supplier /contractor for determining qualifying technical<br />

requirement, the average quarterly projected quantity requirement of all the projects ( instead<br />

of the total quantity of all the projects) may be considered by TIA.<br />

h) The supplier thus qualified and L1 may or may not be able to meet the quantity requirement of<br />

other bigger projects. In order to overcome the difficulties for supplying higher quantity to a<br />

project the bidder who is capable of supplying the same may be considered provided he<br />

matches the L1 price but the same may be clearly spelt out in NIT.<br />

i) To have reliable and assured supply, the TIA may decide the splitting of the total quantity<br />

between two or three parties provided they match L1 price. While doing so, first preference<br />

will be given to L2, then L3 and so on. The L1 party should get not less than 60% requirement<br />

of any plant. Balance quantity may be distributed suitably. The split ratio of the quantity to be<br />

ordered is to be decided by TIA and be incorporated in the NIT.<br />

j) The contractor shall furnish the following certificate to the Paying Authority along with each<br />

invoice/bill against payment for supplies made against the rate contract/any supply order with<br />

longer completion period (more than a year), if the same is placed on firm price basis.<br />

‘I/We certify that there has been no reduction in sale price of the stores of description identical<br />

to the stores supplied to the Govt. under the contract herein and such stores have not been<br />

offered/sold by me/us to any person/organization including the purchaser or any Deptt. of the<br />

Central or State Govt. or any statutory undertaking of the Central or State Govt. or as the case<br />

may be upto the date of bill / the date of completion of supplies against all supply order placed<br />

during the currency of the rate contract at a price lower than the price charged to the<br />

Government under the contract.’<br />

l) The concerned dealing Officer at the same time will check the market price for the subject item<br />

from Newspapers/Journals/Website etc. as to whether there has been any fall in price during<br />

the period of contract and an appropriate action to be initiated accordingly to safeguard the<br />

interest of the Corporation. Necessary price fall clause should be part of special condition of<br />

contract (SCC).<br />

m) In case, the TIA apprehends poor response from the prospective vendors for Rate Contract on<br />

firm price basis because of volatile market condition, then the offer may be asked on variable<br />

price basis but not with both i.e. not with firm price and variable price basis simultaneously.<br />

“The price basis” as decided by TIA is to be clearly mentioned in the NIT document itself.<br />

n) In case variable price basis is preferred by TIA in order to get adequate response as per<br />

prevailing market conditions, the NIT document should specify the applicable PV formula,<br />

base date and with/without ceiling limit. In that case, bids are to be evaluated without loading<br />

the ceiling limit, if any. However, any ceiling limit, if TIA specifically spells out in the bid<br />

W& P Manual – 2012 Page 91


document, will be used for the purpose of payment only. The payment of variable component<br />

as calculated on the basis of PV formula will be made on actuals but limited to ceiling limit, if<br />

any. If the bids are received with “price basis” not as per NIT, the same should be treated as<br />

“deviation” in commercials terms and to be dealt accordingly. Offer may be rejected for noncompliance<br />

of above provided necessary stipulations in this regard has been made in the NIT.<br />

The following may also be noted while dealing with procurement of critical items/spares:<br />

a. Certain critical items/spares as decided by plant chief /CE/ SR.CE may be procured from<br />

OEM/OES only.<br />

b. Certain other critical items/spares may be procured from reputed/standard vendors after<br />

declaring them as ‘standard source of procurement’ as per source standardization certificate<br />

issued by station chief/HOD/SR.CE.<br />

c. If a firm does not produce letter from authorized signatory of OEM stating that they are the<br />

sole authorized dealer, STE on behalf of OEM cannot be given to them.<br />

d. All endeavours shall be made to obtain the sources with the rates for bought out items from<br />

Turnkey Contractors before finalization of the order so that sourcing of spares etc. may be<br />

facilitated during post order stage.<br />

59. Award of Contract on nomination basis:<br />

1. The award of contract on single tender basis to the following cases as per DFP shall not come<br />

within the meaning of award of contract on nomination basis.<br />

(a)<br />

(b)<br />

(c)<br />

Single Tender on OES / OEM<br />

Single Tender on single source certificate (PAC)<br />

Single Tender on grounds of emergency<br />

Award of contract on single tender basis on any ground other than above as per DFP shall<br />

come within the meaning of "award of contract on nomination basis"<br />

2. The work / procurement which are of routine type, repetitive or frequent or foreseeable in<br />

nature, shall generally be attended through Annual Maintenance Contract (AMC) / Annual<br />

Rate Contract (ARC) to be kept in hand for such type of work by the process of open tender /<br />

limited tender system as per delegation in DFP.<br />

3. Where there is no AMC / ARC under which a particular work can be taken up and is required<br />

to be taken up on single tender basis on ground of urgency, the concerned executive (to whom<br />

power has been delegated) below the rank of Plant Chief / Chief Engineer shall obtain prior<br />

administrative approval of the work (to be taken up on urgency on single tender basis) from<br />

the Plant Chief / Chief Engineer. In case of Plant Chief / Chief Engineer and above, the prior<br />

administrative approval of the work shall be obtained from next higher authority. If approving<br />

authority is out of station, he should be contacted over telephone / cell phone and verbal<br />

W& P Manual – 2012 Page 92


concurrence thereof to be taken which should be followed by confirmation of approval in<br />

writing at the earliest opportunity.<br />

4. The proposal for obtaining administrative approval is to be moved with relevant information in<br />

the prescribed format (as per Annexure – A & B, as applicable). Urgency of the work shall be<br />

clearly spelt out in the proposal<br />

5. The work order/ LOI / LOA are to be issued immediately preferably before commencement of<br />

work. If for any cogent reason, it is not possible to issue the LOA before commencement of<br />

work, the LOI must be issued. Confirmatory LOA must be placed within 15 days of LOI<br />

issued. The work having value less than Rs. 15,000/-, may be taken up on urgency on single<br />

tender basis as usual and is being kept out of the purview of the above policy. Such small<br />

valued work shall not come within the meaning of award of contract on nomination basis.<br />

However, efforts shall be made to minimize such cases by well planned AMC / ARC.<br />

6. Award of all contracts on nomination basis (falling within the meaning as per above policy)<br />

shall be posted on the Web- site ex post-facto.<br />

7. Single tender on ground of urgency wherever has appeared in the Delegation of Financial<br />

Power shall be exercised in terms of above paras.<br />

8. Prior concurrence of Finance in all cases to be obtained. However, in case of award of work in<br />

extreme urgency without finance consultation, post facto concurrence to be obtained within a<br />

week.<br />

9. The summary of all works awarded on nomination basis as well as awarded on single tender basis<br />

on the ground of emergency shall be placed before the Member (T)/ (secretary) quarterly. , All<br />

Plant Chiefs/Chief Engineers are required to send the summary of all works awarded on<br />

nomination basis as well as on single tender basis on ground of emergency by 10 th of every quarter<br />

to the Additional Secretary, <strong>DVC</strong> positively for onward information to Board. This is in<br />

compliance with CVO guideline.<br />

ANNEXURE-A<br />

PROFORMA<br />

(award of work on single tender basis without calling Tender in case of urgency)<br />

1. Description of work -<br />

2. Nature of work -<br />

3. Justification of selection of Vendor -<br />

4. Urgency justification -<br />

5. If work is not executed, the impact Thereof -<br />

6. Justification for execution of work through outside agency -<br />

7. Frequency of this work (Monthly/Half yearly/yearly basis) -<br />

8. Expected time of completion -<br />

9. Financial involvement as per Requirement of manpower<br />

(Skilled/Semi-skilled/Unskilled) with associated tools,<br />

W& P Manual – 2012 Page 93


tackles & consumables etc.) -<br />

10. Basis of rate reasonability/ cost Justification -<br />

11. Observation of Finance -<br />

Initiated by Recommended by Approved by<br />

ANNEXURE-B<br />

PROFORMA<br />

(Procurement of materials on single tender basis without calling tender in case of urgency)<br />

1. Name of materials with specification, Make, etc.<br />

2. Nature of material (Consumable/Normal/Stand by spares)<br />

3. Justification for technical suitability of particular make or specification.<br />

4. Present stock position (including site/floor store)<br />

5. Position of pending order under execution, if any<br />

6. Requirement of materials &expected period of use<br />

7. Urgency justification of materials<br />

8. Frequency of requirement of Materials (on Monthly/Half Yearly/yearly)<br />

9. Justification of selection of Vendor<br />

10. Justification of price Reasonability<br />

11. Details of last Purchase Order Quantity as well as price<br />

12. Observation of Finance<br />

Initiated by Recommended by Approved by<br />

60. PUBLISHING OF SUMMARY ON AWARDS OF CONTRACTS/ PURCHASE<br />

ORDER:<br />

Specific timeliness for each step under different tendering procedures is specified. Reasons must<br />

be given to the approving authority at the award stage for any deviations from the timeliness.<br />

A summary of deviations and reasons thereof from the timeliness be submitted to the Member<br />

(Tech/Secretary) by respective order issuing authority/ department. <strong>DVC</strong> will submit a brief on<br />

deviations, if any and actions taken on the same in their QPR in the ministry.<br />

After the award of contract, the name of successful bidders be uploaded in the <strong>DVC</strong> Website<br />

within a week.<br />

W& P Manual – 2012 Page 94


All concerned official /authorities are required to ensure hosting of the Summary of awards of all<br />

Contracts and Purchase orders placed through LTE/OTE having threshold value of Rs. 5 lakhs<br />

and above. The summary has to be prepared in the prescribed format and should be sent before 7 th<br />

of following month to IT cell, <strong>DVC</strong> Towers to host the same in <strong>DVC</strong> Portal.<br />

W& P Manual – 2012 Page 95


PART-II : VENDOR REGISTRATION<br />

1.0 INTRODUCTION:<br />

D V C, as a whole, believes in quality at all stages of activities. During construction as well as in<br />

operation/maintenance phase of D V C power stations, quite a large number of items are required.<br />

For quality procurement and to get the services of reliable& able vendors, identification of quality<br />

sources is needed. This necessitates enlistment of suppliers /vendors for works &services and<br />

called as “VENDOR REGISTRATION”.<br />

1.1 OBJECTIVE:<br />

The objective of these policy guidelines for vendor registration is to standardize this activity for<br />

the various power stations and other authorities within D V C.<br />

1.2 IDENTIFICATION OF ITEMS AND CLASSIFICATION OF DIFFERENT<br />

WORKS/ SERVICES FOR REGISTRATION :<br />

The identification and categorization of the items/works/services shall be done based on items in<br />

case of supplies and nature of job in case of works and services.<br />

In addition to the reliable and proven sources for supplies and for works& services who have<br />

already been enlisted, the possibilities should be further explored on a continuous basis to identify<br />

efficient vendors in the market. For this purpose the format has been hosted in the <strong>DVC</strong> website.<br />

However advertising will also be made in the local news papers.<br />

As the application is being done online no registration fee is required.<br />

The parties who have met our NIT requirement against our open tender advertisement for<br />

procurement of specified items or for execution of works& services will be registered as vendor<br />

subject to submission of the registration form along with their credential. In this regard a specific<br />

clause shall be incorporated in all open tender advertisement like “Vendors, who are not<br />

registered with <strong>DVC</strong>, are requested to submit the vendor registration form along with the bid,<br />

which may be used for registration“.<br />

1.3 SCREENING OF APPLICATION :<br />

Screening of application would be undertaken by a Registration committee based on the<br />

information provided in the prescribed formats. One member each of SE (M-5) level, from<br />

Materials/contracts, User Department & Finance will form the committee. The same will be<br />

nominated and to be approved by Plant Chief/CMM/CE.<br />

The prospective vendors should fill in the format online, and if found qualified, are required to<br />

take print out of the format and submit with all necessary enclosures to the CMM/Head of<br />

Materials of the respective unit for further scrutiny /evaluation. The MM department will issue a<br />

certificate to the vendor if found meeting the criteria after approval of Plant Chief/CMM/CE.<br />

All applications will be grouped on the basis of the following criteria:-<br />

W& P Manual – 2012 Page 96


1. Manufactures :<br />

2. Suppliers<br />

3. Contractors for works and Services.<br />

1.4 APPROVAL OF REGISTRATION :<br />

The vendor list as recommended by the registration committee to be approved by Plant<br />

Chief/CMM/CE. The vendor name, after approval will be included in the list of registered<br />

Suppliers, and posted in website.<br />

1.5 REGISTRATION & RENEWAL:<br />

a. The registration will be valid for a period of three years from the date of approval.<br />

b. Registration Certificate (format enclosed) will be generated through system and will be issued<br />

to the concerned vendor by post.<br />

c. Renewal of registration may be done for a further period of three years based on the<br />

performance of the vendor during the last three years and submission of fresh application<br />

forms duly filled in<br />

d. A system generated reminder will be issued to the registered vendor 60 days prior to expiry of<br />

the validity date. If application is not received the system will delete the name from the list of<br />

registered vendors at the expiry of 3 years.<br />

e. All application received for registration will be reviewed by the registration committee at the<br />

end of each quarter and put up their recommendation for approval.<br />

1.6 GUIDANCE TO DOMESTIC SUPPLIERS FOR FILLING UP VENDORS’<br />

REGISTRATION FORM:<br />

1) Registration form may be obtained from <strong>DVC</strong> website www.dvc..........<br />

2) Application for registration with a covering letter should be sent to:-<br />

The Chief Materials Manager<br />

Station Name:-<br />

Damodar Valley Corporation:-<br />

City/town:-<br />

Pin Code:-<br />

India<br />

3) In Case registration is being sought in multiple unit of <strong>DVC</strong>, please send separate<br />

application to each unit.<br />

4) Any clarification with respect to procedure for registration may be obtained from the<br />

Chief Materials Manager of the respective <strong>DVC</strong> unit.<br />

5) The Vendor Registration Form has four parts:<br />

Part A : Organisational information - Form No VR-01-Page 1-10<br />

W& P Manual – 2012 Page 97


Part B : Quality system - Form No VR-01-Page 11-12<br />

Part C :<br />

Part D :<br />

Technical competence<br />

Score Sheet<br />

- Form No VR-01-Page 13-13 (if sent by <strong>DVC</strong>)<br />

- Form No VR-01-Page 14-17<br />

The set of formats to be filled by different category of vendors is as follows:-<br />

Sl. No Vendor Category Formats<br />

1. Indian vendors (manufacturers)<br />

Organisational Information<br />

Quality System<br />

Technical Competence<br />

2.<br />

Indian Stockist/ Trader/ Distributor/<br />

Dealer/ Authorised Agent/ Channel<br />

partner/ Indian Sales office<br />

or<br />

Subsidiary of registered foreign principal<br />

Organisational Information VR-0 1<br />

(Pages 1 to 10 except SI. No. 5.1, 5.2,<br />

6.6, 6.7, 7 & 8)<br />

6) All columns are to be filled up properly in the space provided for. Wherever it is not<br />

applicable, please mention "Not Applicable". The form is to be signed by the authorised<br />

signatory.<br />

7) A separate sheet may be attached if the space provided is insufficient or additional<br />

information is to be given. Please put proper identification tag on the separately attached<br />

sheet.<br />

8) Please ensure that all required enclosures are attached with the filled up Supplier<br />

Registration Form and all enclosures are numbered & list of enclosures is given as required.<br />

9) As multiple copies of the application forms are required for processing at our end, please do<br />

not spiral bound the application forms or its enclosures and instead send them in two hole<br />

clip flat file.<br />

10) Incomplete forms will be rejected.<br />

11) Any information / clarification required by <strong>DVC</strong> during evaluation must be given<br />

expeditiously.<br />

12) Please note that if you are registered and participate in Tender process and qualify to get<br />

order from <strong>DVC</strong>, your performance based on Quality of your product, delivery<br />

performance and service rendered will be evaluated.<br />

W& P Manual – 2012 Page 98


13) Please fill up the check- list given on next page and send along with the Supplier<br />

Registration Forms to <strong>DVC</strong>.<br />

14) If you are attaching a document in a language other than Hindi / English, a self attested<br />

Hindi/ English translated document may please be also attached.<br />

1.7 REGISTRATION FORM:<br />

DAMODAR VALLEY CORPORATION<br />

VENDOR REGISTRATION FORM<br />

FORM NO. VR- 01 (INDIAN SUPPLIER)<br />

INFORMATION WITH * MARKS IS SCOREABLE.<br />

PART- A: ORGANISATIONAL SOUNDNESS<br />

ALL COLUMNS SHOULD BE PROPERLY FILLED IN THE SPACE PROVIDED FOR,<br />

WHEREVER IT IS NOT APPLICABLE, PLEASE WRITE "NOT APPLICABLE".<br />

INCOMPLETE OR INCORRECT FORMS MAY NOT BE CONSIDERED. PLEASE ATTACH<br />

SEPARATE SHEET, IF SPACE AVAILABLE IS INADEQUATE.<br />

ALL THE PAGES OF THE FORM ARE TO BE SIGNED ALONG WITH SEAL BY THE<br />

AUTHORISED SIGNATORY<br />

ORGANISATIONAL INFORMATION<br />

NAME AND CORRESPONDENCE ADDRESS OF THE SUPPLIER SEEKING<br />

REGISTRATION:-<br />

1.0 PRODUCTS I SYSTEMS I SERVICES FOR WHICH REGISTRATION IS APPLIED<br />

FOR:<br />

SL. NO DESCRIPTION SIZE & RANGE MFG. STDI IS I DIN<br />

IBS ETC<br />

VENDOR’S AUTHORISED SIGNATORY<br />

W& P Manual – 2012 Page 99


DAMODAR VALLEY CORPORATION<br />

2.0 GENERAL INFORMATION:<br />

VENDOR REGISTRATION FORM<br />

FORM NO. VR- 01 (INDIAN SUPPLIER)<br />

ORGANISATIONAL INFORMATION<br />

2.1 NAMES OF THE WORKS/DIVISION (Products manufactured at each works to be<br />

mentioned:<br />

ADDRESS<br />

E-Mail<br />

TELEPHONE<br />

FAX<br />

I) LANDLINE<br />

II) MOBILE<br />

2.2 NAME OF CHIEF EXECUTIVE/ PROPRIETOR/ PARTNER & ADRESS:<br />

2.3 DETAILS OF AUTHORISED SIGNATORY FOR SEEKING CLARIFICATION:<br />

NAME<br />

DESIGNATION<br />

E-Mail<br />

TELEPHONE: I) LANDLINE<br />

II) MOBILE<br />

FAX<br />

VENDOR’S AUTHORISED SIGNATORY<br />

W& P Manual – 2012 Page 100


DAMODAR VALLEY CORPORATION<br />

VENDOR REGISTRATION FORM<br />

FORM NO. VR- 01 (INDIAN SUPPLIER)<br />

ORGANISATIONAL INFORMATION<br />

3.0 OWNERSHIP INFORMATION: DOCUMENTS TO BE<br />

FURNISHED<br />

3.1 GOVT. OF INDIA UNDERTAKING: MEMORANDUM AND<br />

OR<br />

STATE GOVT. UNDERTAKING<br />

ARTICLES<br />

OF<br />

OR<br />

ASSOCIATION<br />

LIMITED COMPANY,<br />

OR<br />

PRIVATE COMPANY<br />

CO-OPERATIVE SOCIETY,<br />

PARTNERSHIP FIRM,<br />

PROPRIETORSHIP,<br />

ANY OTHER (SPECIFY)<br />

3.2 NATURE OF BUSINESS<br />

(MANUFACTURING UNIT/<br />

ENGG CONSULTANT/<br />

EPC CONTRACTOR)<br />

(AGENTS/ DISTRIBUTORS/<br />

STOCKISTS/DEALERS/ TRADERS/<br />

INDIAN SUBSDIARY/ CHANNEL<br />

PARTNER)<br />

3.3 YEAR OF ESTABLISHMENT<br />

*3.4 YEAR OF COMMENCEMENT OF<br />

BUSINESS<br />

<br />

SOCIETY RULES AND<br />

BYE LAWS<br />

PARTNERSHIP DEED<br />

PROFESSION TAX REGN.<br />

AND MUNICIPAL REGN.<br />

<br />

Specify<br />

Attach authorisation/<br />

certificate of principal<br />

VENDOR'S AUTHORISED SIGNATORY<br />

W& P Manual – 2012 Page 101


DAMODAR VALLEY CORPORATION<br />

VENDOR’S REGISTRATION FORM<br />

FORM NO. VR-_ 01 (INDIAN VENDOR)<br />

4.0 REGISTRATION PARTICULARS<br />

ORGANISATIONAL INFORMATION<br />

(FURNISH DETAILS AND ENCLOSE COPY OF CERTIFICATE FOR THE FOLLOWING)<br />

4.1 PERMANENT ACCOUNT NO<br />

4.2 CENTRAL SALES TAX REGN NUMBER<br />

4.3 STATE SALES TAX / TIN NUMBER<br />

4.4 EXCISE DUTY REGN NUMBER<br />

4.5 EXCISE CONTROL CODE NUMBER<br />

4.6 SERVICE TAX REGN NUMBER<br />

4.7 CATEGORY AS PER MSMED ACT : MICRO/ SMALL/ MEDIUM<br />

REGDN.NO. :<br />

VALID UPTO :<br />

(Attach Certificate)<br />

5.0 TOTAL ORGANISATIONAL STRENGTH: (ATTACH ORGANISATION CHART)<br />

ENGINEERING<br />

MANUF ACTURING<br />

QUALITY<br />

COMMERCIAL /<br />

SERVICE AFTER SALES:<br />

OTHERS<br />

TOTAL<br />

* 5.1 POWER BACKUP: YES/NO<br />

(GIVE DETAILS)<br />

GRADUATE DIPLOMA SKILLED/ NON-SKILLED<br />

* 5.2 DOES THE COMPANY SELL ITS PRODUCT DIRECTLY: YES/ NO<br />

VENDOR'S AUTHORISED SIGNATORY<br />

W& P Manual – 2012 Page 102


DAMODAR VALLEY CORPORATION<br />

VENDOR REGISTRATION FORM<br />

FORM NO. VR- 01 (INDIAN VENDOR)<br />

ORGANISATIONAL INFORMATION<br />

6.0 OTHER PARTICULARS :<br />

(FURNISH DETAILS AND ENCLOSE DOCUMENTARY EVIDENCE/ COPY OF<br />

CERTIFICATE FOR THE FOLLOWING)<br />

* 6.1 IF THE COMPANY IS ALREADY REGISTERED WITH ANY OF <strong>DVC</strong> UNITS,<br />

GIVE<br />

6.1.1. <strong>DVC</strong> UNIT'S NAME:<br />

6.1.2. SUPPLIER REGN. CODE NO. :<br />

6.1.3. ITEMS FOR WHICH REGISTERED & THEIR SPECIFICATION<br />

(ENCLOSE PROOF OF SUCCESSFUL EXECUTION OF<br />

ONE OR MORE PURCHASE ORDERS):<br />

* 6.2 IS THE COMPANY APPROVED BY<br />

ASME / NTPC / NPC / ElL / DGS&D / RAIL WAYS /<br />

IBR / LLOYDS ETC FOR INTENDED :<br />

YES / NO<br />

MATERIAL CATEGORY :<br />

(ENCLOSE DOCUMENTARY EVIDENCE)<br />

* 6.3 IS THE COMPANY ISO 9001 APPROVED : YES / NO<br />

(ENCLOSE CERTIFICATE & TOC OF QUALITY SYSTEM) :<br />

* 6.4 IS THE COMPANY AN ISO 14000 APPROVED: YES / NO<br />

(ENCLOSE CERTIFICATE):<br />

* 6.5 IS THE COMPANY OHSAS - 18000 APPROVED: YES / NO<br />

(ENCLOSE CERTIFICATE)<br />

* 6.6 TECHNICAL COLLABORATOR :<br />

(FOREIGN OR INDIGENOUS)<br />

(ENCLOSE DOCUMENTARY EVIDENCE)<br />

* 6.7 R&D SET UP<br />

6.8 DIRECTORS / PARTNERS, IF RELATED TO ANY<br />

<strong>DVC</strong> EMPLOYEE.<br />

NAME : STAFF<br />

NO. : DESIGNA<br />

TION :<br />

UNIT & DEPARTMENT :<br />

RELATIONSHIP :<br />

VENDOR'S AUTHORISED SIGNATORY<br />

W& P Manual – 2012 Page 103


DAMODAR VALLEY CORPORATION<br />

VENDOR REGISTRATION FORM<br />

FORM NO. VR-_ 01 (INDIAN VENDOR)<br />

ORGANISATIONAL INFORMATION<br />

6.9 IF ANY EX-<strong>DVC</strong> PERSONNEL IS EMPLOYED BY THE COMPANY, MENTION HIS /<br />

HER DETAILS OF LAST POSTING.<br />

NAME :<br />

STAFF NO. :<br />

DESIGNA TION :<br />

UNIT & DEPARTMENT :<br />

DATE OF LEAVING SERVICE:<br />

6.10 COMPANY'S WEEKL Y HOLIDAYS<br />

WORKS :<br />

OFFICE :<br />

6.11 EXPERIENCE LIST:<br />

(ATTACH LIST OF PRESENT CUSTOMERS WITH NAME & ADDRESS FOR<br />

OFFERED / SIMILAR TYPE & SIZE OF ITEM / EQUIPMENT FOR WHICH<br />

REGISTRATION HAS BEEN SOUGHT AND WITH WHOM YOU HAVE<br />

CONTINUOUS BUSINESS SINCE LAST THREE YEARS. ALSO ATTACH<br />

PERFORMANCE CERTIFICATES ISSUED BY ANY TWO CLIENTS FOR SUCCESSFUL<br />

EXECUTION OF THE CONTRACTS FOR LAST TWO<br />

YEARS- FOR PEM)<br />

*6.12 DETAILS OF PENDING LEGAL ISSUES ON CONTRACTUAL ASPECTS WITH<br />

CUSTOMER, IF ANY<br />

6.13 The following information of Bank Account of the Company, duly endorsed by the Bank<br />

(required for Electronic Fund Transfer -EFTIRTGS) is to be submitted<br />

1. Name of the Company<br />

2.Name of Bank<br />

3. Name of Bank Branch<br />

4.City/Place<br />

5. Account Number<br />

6.Account type<br />

7. IFSC code of the Bank Branch<br />

8.MICR Code of the Bank Branch<br />

9. Details of other Bankers (for reference purpose only)<br />

NOTE: (i) Vendors who have already submitted the above information are requested to<br />

submit a copy of the same.<br />

VENDOR'S AUTHORISED SIGNATORY<br />

W& P Manual – 2012 Page 104


DAMODAR VALLEY CORPORATION<br />

VENDOR REGISTRATION FORM<br />

FORM NO. VR- 01 (INDIAN VENDOR)<br />

ORGANISATIONAL INFORMATION<br />

7.0 MANUFACTURING FACILITIES:<br />

*7.1 LIST OF MANUFACTURING FACILITIESIEQUIPMENTS (INCLUDING<br />

MATERIAL HANDLING FACILITY)<br />

SL.<br />

NO.<br />

DESCRIPTION OF<br />

MACHINE/EQUIPMENT<br />

QUANTITY<br />

MAKE & YEAR OF<br />

INSTALLATION<br />

REMARKS<br />

IN CASE OF SPACE LIMITATION, PLEASE ENCLOSE ANNEXURE / CATALOGUE<br />

WITH TAG<br />

* 7.2 IF IN-HOUSE MFG FACILITIES NOT AVAILABLE, INFORM SOURCE OF<br />

MFG. DETAILS ALONGWITH THEIR FACILITIES & EXPERIENCE<br />

SL.<br />

NO<br />

PROCESS<br />

OUTSOURCED<br />

NAME OF<br />

THE<br />

COMPANY<br />

DESCRIPTION OF<br />

MACHINE<br />

/EQUIPMENT<br />

REMARKS<br />

IN CASE OF SPACE LIMIT A TION ENCLOSE ANNEXURE / CATALOGUE WITH TAG<br />

* 7.3 RATIO OF OUTSOURCED COST TO TOTAL PRODUCTION VALUE:<br />

SUPPLIER'S AUTHORISED SIGNATORY<br />

W& P Manual – 2012 Page 105


DAMODAR VALLEY CORPORATION<br />

VENDOR REGISTRATION FORM<br />

FORM NO. VR- 01 (INDIAN VENDORS)<br />

ORGANISATIONAL INFORMATION<br />

8.0 INSPECTION & TESTING FACILITIES:<br />

* 8.1 LIST OF INSPECTION & TESTING FACILITIES / EQUIPMENT<br />

SL.<br />

NO.<br />

DESCRIPTION OF<br />

FACILITY/EQUIPMENT<br />

& CAPACITY<br />

NOS.<br />

MAKE & YEAR OF<br />

MANUFACURINGT<br />

LAST DATE OF<br />

CALIBERATION<br />

IN CASE OF SPACE LIMITATION ENCLOSE ANNEXURE / CATALOGUE WITH TAG<br />

W& P Manual – 2012 Page 106


* 8.2 IF IN-HOUSE TESTING FACILITIES NOT AVAILABLE, INDICATE<br />

SOURCE OF TESTING ALONGWITH THEIR FACILITIES & EXPERIENCE<br />

SL.<br />

NO.<br />

TEST<br />

SOURCE<br />

OF<br />

TESTING<br />

DESCRIPTION OF<br />

FACILITY/EQUIPMENT<br />

& CAPACITY<br />

APPROV AL OF EQUIPMENT/<br />

PROCESS/PERSONNEL<br />

QUALIFICATION<br />

IN CASE OF SPACE LIMITATION ENCLOSE ANNEXURE / CATALOGUE WITH TAG<br />

Note:<br />

In case of outsourcing of major testing such as NDT, Electrical & Mechanical Testing, no<br />

marks will be awarded. However, material composition testing by chemical method from<br />

recognized laboratory shall not attract negative marking.<br />

VENDOR'S AUTHORISED SIGNATORY<br />

W& P Manual – 2012 Page 107


DAMODAR VALLEY CORPORATION<br />

VENDOR REGISTRATION FORM<br />

FORM NO. VR- 01 (INDIAN VENDOR)<br />

ORGANISATIONAL INFORMATION<br />

FINANCIAL INFORMATION FOR THE PREVIOUS FOUR YEARS<br />

9.0 Parameter<br />

9.1<br />

NET WORTH<br />

(Share Capital + Reserves)<br />

Growth over previous year (%)<br />

Year 1 Year 2 Year 3 Year 4<br />

(Years in ascending order, Money value in Rs.<br />

Lakhs )<br />

9.2 LONG TERM DEBT / LOAN<br />

9.3<br />

DEBT EQUITY RATIO :<br />

Long term Debt (9.2)<br />

Net worth (9.1 )<br />

9.4<br />

9.5<br />

INVESTMENT IN:<br />

Land & Building<br />

Plant & Machinery<br />

Other Fixed Assets<br />

1. NET CURRENT ASSETS<br />

a) Cash in hand<br />

b) Account receivable<br />

c) Inventories<br />

Total<br />

2. CURRENT LIABILITY<br />

a) Sundry creditors<br />

b) Interest accrued but not due<br />

c) Other liabilities<br />

Total<br />

* QUICK RATIO<br />

CA - INVENT. {9.5(1 )-9.5(1 )c}<br />

Current liability {9.5 (2)}<br />

9.6 SALES<br />

W& P Manual – 2012 Page 108


9.7<br />

9.8<br />

9.9<br />

Growth over previous year<br />

(%)<br />

---<br />

PROFIT BEFORE TAX<br />

Growth over previous year ----<br />

Whether the supplier has been referred to BIFR /<br />

NCL T /any other Govt agency<br />

( If YES ,enclose details)<br />

Whether the supplier is a potential sick company.<br />

( If YES , enclose details)<br />

YES / NO<br />

YES / NO<br />

NOTE: 1. Copies of annual accounts (Balance Sheet) for the last four years (or<br />

from date of Incorporation whichever is less) along with audit report are to<br />

be submitted. The above details shall be highlighted in the Balance Sheet.<br />

2. Status of Tax assessments done under various laws (Income Tax,<br />

VAT/Sales Tax, Excise & Service Tax, Custom) and details of disputes<br />

pending, if any, with these authorities to be submitted.<br />

VENDOR'S AUTHORISED SIGNATORY<br />

W& P Manual – 2012 Page 103


DAMODAR VALLEY CORPORATION<br />

VENDOR REGISTRATION FORM<br />

FORM NO. VR- 01 (INDIAN VENDOR)<br />

ORGANSATIONAL INFORMATION<br />

10. LIST OF ENCLOSURES (Tags to be put on enclosures) :<br />

(i) MEMORANDUM AND ARTICLES OF ASSOCIATION : YES /NO<br />

(ii)<br />

SOCIETY RULES AND BYE LAWS / PARTNERSHIP DEED/<br />

PROFESSION TAX REGN & MUNICIPAL REGN.<br />

Copy of certificate of following:-<br />

• PERMANENT ACCOUNT NO<br />

• CENTRAL SALES TAX REGN NUMBER<br />

• STATE SALES TAX / TIN NUMBER<br />

• EXCISE DUTY REGN NUMBER<br />

• EXCISE CONTROL CODE NUMBER<br />

• SERVICE TAX REGN NUMBER<br />

: YES /NO<br />

: YES /NO<br />

: YES /NO<br />

: YES /NO<br />

: YES/NO<br />

: YES/NO<br />

: YES/NO<br />

: YES/NO<br />

• REGN NUMBER OF CATEGORY AS PER MSMED ACT<br />

: YES /NO<br />

(iii) ORGANISATION CHART : YES /NO<br />

(iv)<br />

(v)<br />

(vi)<br />

If registered with any other <strong>DVC</strong> Unit,<br />

• LETTER OF REGISTRATION WITH <strong>DVC</strong> UNIT<br />

• PROOF OF SUCCESSFUL EXECUTION OF ONE OR MORE<br />

PURCHASE ORDERS<br />

Letter of approval from ASME / NTPC / NPC / ElL / DGS&D /<br />

RAIL WAYS /IBR / LLOYDS ETC<br />

Accreditation certificate for<br />

• ISO: 9001<br />

• TOC of Quality System Manual<br />

• ISO: 14000<br />

• OHSAS , ISO 18000<br />

: YES/NO<br />

: YES/NO<br />

: YES /NO<br />

: YES /NO<br />

: YES /NO<br />

: YES/NO<br />

: YES/NO<br />

(vii) Letter regarding technical collaboration : YES /NO<br />

W& P Manual – 2012 Page 104


(viii) Experience List / Performance certificate<br />

: YES /NO<br />

(ix) Balance Sheet for the last four years along with audit Report : YES /NO<br />

(x) Principal's authorization in case of dealers/ agents : YES/NO<br />

(xi) EFT Bank's certificate : YES/NO<br />

I /WE GIVE THE UNDERTAKING THAT <strong>DVC</strong> DRAWINGS & SPECIFICATIONs SHALL<br />

NOT BE USED IN ANY WAY DETRIMENTAL TO THE INTEREST OF <strong>DVC</strong> AND/ OR FOR<br />

SUPPLY OF ANY MATERIAL, PRODUCT OR SERVICES DIRECTLY OR INDIRECTLY<br />

TO ANY OTHER CUSTOMER.<br />

VENDOR'S AUTHORISED SIGNATORY<br />

W& P Manual – 2012 Page 105


DAMODAR VALLEY CORPORATION<br />

VENDOR REGISTRATION FORM<br />

FORM NO. VR- 01 (INDIAN VENDOR)<br />

Part B: (QUALITY SYSTEM)<br />

SI.<br />

No.<br />

PARAMETERS<br />

SYSTEM IN EFFECT<br />

(Tick if exists &<br />

provide evidences if<br />

ticked in written<br />

procedure)<br />

Written<br />

Procedure<br />

Practice<br />

RECORDS<br />

(Tick if<br />

available &<br />

submit<br />

evidences)<br />

REMARKS<br />

1* Incoming Material Control<br />

System<br />

Furnish a copy of<br />

system<br />

and<br />

organization.<br />

2* In process control Furnish at least one<br />

work instruction &<br />

record of process<br />

control parameter<br />

3* Manufacturing / Testing<br />

Procedure Qualification<br />

4* Personnel qualification for<br />

3 above.<br />

Procedure Qualification<br />

specification may be<br />

submitted<br />

Record of Personnel<br />

qualification (PQR) to<br />

be submitted<br />

5* Calibration system Submit list of<br />

instrument & their<br />

calibration status<br />

6* System of Identification &<br />

Traceability of materials,<br />

tools, jigs, fixtures &<br />

processed components, etc.<br />

Copy of procedure to<br />

be submitted<br />

7* System of Storage,<br />

Preservation, Painting &<br />

packing<br />

8* System of NCR<br />

disposition & corrective<br />

preventive action<br />

Copy of procedure to<br />

be submitted<br />

Two copies of NCR &<br />

CAPA<br />

W& P Manual – 2012 Page 106


9* Customer complaints<br />

handling system<br />

Submit list of customer<br />

complaints & status for<br />

the last three years<br />

10 Safety measures Submit copy of safety<br />

system & Record of<br />

accidents for last three<br />

years<br />

11 Any other quality initiative<br />

VENDOR'S AUTHORISED SIGNATORY<br />

W& P Manual – 2012 Page 107


FORM NO. VR- 01 (INDIAN VENDORS)<br />

DAMODAR VALLEY CORPORATION<br />

VENDOR REGISTRATION FORM<br />

Part B: QUALITY SYSTEM<br />

12. LIST OF ENCLOSURES:<br />

(i) Copy of system of control incoming materials and organization chart<br />

(ii) Copy of at least one process control work instruction<br />

(iii) Record of process control parameter<br />

(iv) Copy of at least one Procedure Qualification specification<br />

(v) Record of Personnel qualification (PQR)<br />

(vi) List of instrument & their calibration status<br />

(vii) Copy of procedure for Identification & Traceability of materials, tools, jigs, fixtures &<br />

processed components, etc.<br />

(viii) Copy of procedure for Storage/ preservation/ painting & packing<br />

(ix) Copies of two NCRs and their CAPA.<br />

(x) List of customer complaints & status for the last three years<br />

(xi) Copy of safety system<br />

(xii) Record of accidents for last three years<br />

VENDOR'S AUTHORISED SIGNATORY<br />

W& P Manual – 2012 Page 108


DAMODAR VALLEY CORPORATION<br />

VENDOR REGISTRATION FORM<br />

FORM NO. VR- 01 (INDIAN SUPPLIER)<br />

Part C: TECHNICAL COMPETENCE<br />

Technical competence shall be evaluated in two parts viz. common competence and<br />

product/material category specific competence.<br />

(i) COMMON TECHNICAL COMPETENCE (Max Marks: 10)<br />

TECHNICAL COMPETENCE<br />

( where design specification is given by <strong>DVC</strong> )<br />

MARKING<br />

RANGE<br />

SUPPLIER<br />

RESPONSE<br />

(ALONG WITH<br />

SUPPORTING<br />

DOCUMENTS)#<br />

MARKS<br />

BY <strong>DVC</strong><br />

1. Supplier understands the product specification. (0-3)<br />

2. Supplier understands the inspection requirements. (0-2)<br />

3. Supplier has process capability to achieve the<br />

Product specification/dimensional requirement.<br />

4. Supplier has experienced manpower to carry out<br />

the job.<br />

TOTAL MARKS OUT OF POSSIBLE (10)<br />

TECHNICAL COMPETENCE<br />

( where performance specification is given by<br />

BHEL)<br />

1. Design capability (0-3)<br />

(0-3)<br />

(0-2)<br />

OR<br />

MARKS PROCEDURE<br />

SYSTEM<br />

IN EFFECT<br />

RECORDS<br />

2. Adequacy of quality assurance plan (0-2)<br />

3. Process capability for components (0-3)<br />

4. Adequate of testing (0-2)<br />

TOTAL MARKS OUT OF POSSIBLE (10)<br />

Average of Total (Total/3) = ---------<br />

W& P Manual – 2012 Page 109


PROUCT/ MATERIAL CATEGORY SPECIFIC TECHNICAL COMPETENCE<br />

(Max Marks: 15)<br />

Unit Vendor Registration Committee (VRC) to structure the parameters to be considered for the<br />

technical competence depending on material category. The score of individual parameter selected<br />

is to be decided by VRC. VRC shall identify the requirement of enclosures to be furnished by<br />

supplier.<br />

Product:<br />

SL. No Material category Tech Parameter Supplier's response Remarks<br />

To be filled up only on receipt of technical requirements/ specification, drawings, standards from<br />

<strong>DVC</strong> and to be sent to <strong>DVC</strong> for further scrutiny. Enclose documentary evidence wherever<br />

required.<br />

LIST OF ENCLOSURES:<br />

Maximum Marks = 25<br />

Minimum Qualifying marks = 15<br />

# No marks is to be given by the supplier. Only supplier response along with supporting<br />

documents,<br />

VENDOR'S AUTHORISED SIGNATORY<br />

W& P Manual – 2012 Page 110


DAMODAR VALLEY CORPORATION<br />

VENDOR REGISTRATION FORM<br />

FORM NO. VR- 01 (INDIAN VENDOR)<br />

Part D : SCORE SHEET<br />

SL.<br />

NO.<br />

1.<br />

2.<br />

PARAMETER CRITERIA Marks Maxm.<br />

Marks<br />

Whether all relevant information like<br />

ownership, PAN no., Sales Tax no., Excise<br />

Duty no., etc. submitted<br />

3.4 YEAR OF COMMENCEMENT OF<br />

BUSINESS<br />

3. 5.1 POWER BACKUP<br />

4.<br />

5.<br />

6.<br />

5.2 DOES THE COMPANY SELL ITS<br />

PRODUCT DIRECTLY<br />

6.1 REGISTERED WITH ANY OF <strong>DVC</strong><br />

UNITS<br />

6.2 APPROVAL BY ASME/ NTPC/ NPC/<br />

/ElL/ DGS&D/ RAILWAYS/ IBR/<br />

LLOYDS ETC<br />

7. 6.3 ISO 900 I ACCREDIT A TION<br />

8. 6.4 ISO 14000 ACCREDIT A TION<br />

9. 6.5 OHSAS - 18000 ACCREDITATION<br />

10.<br />

6.6 TECHNICAL COLLABORATOR<br />

(FOREIGN OR INDIGENOUS)<br />

11. 6.7 R & D SET UP<br />

Yes 2<br />

No 0<br />

More than 5<br />

years<br />

Marks<br />

Awarded<br />

W& P Manual – 2012 Page 111<br />

2<br />

1-5 years 1<br />

Less than 1<br />

year<br />

0<br />

Yes 1<br />

No 0<br />

Yes 1<br />

No 0<br />

Yes<br />

(same item)<br />

2<br />

Yes<br />

(another<br />

1<br />

No 0<br />

Yes 2<br />

No 0<br />

Yes 3<br />

No 0<br />

Yes 1<br />

No 0<br />

Yes 1<br />

No 0<br />

Yes 1<br />

No 0<br />

Yes 1<br />

No 0<br />

2<br />

2<br />

1<br />

1<br />

2<br />

2<br />

3<br />

1<br />

1<br />

1<br />

1


12.<br />

13.<br />

14.<br />

6.12 PENDING LEGAL ISSUES ON<br />

TECHNO- COMMERCIAL ASPECTS<br />

WITH CUSTOMER<br />

7.1 & 7.2 MANUFACTURING<br />

FACILITIES INCLUDING<br />

OUTSOURCING<br />

7.3 RATIO OF OUTSOURCED COST TO<br />

TOTAL PRODUCTION VALUE<br />

15. 8.1 INSPECTION & TESTING FACILITIES<br />

16.<br />

8.2 OUTSOURCING OF MAJOR TESTING<br />

Facility (Refer Note)<br />

Yes -5<br />

No 0<br />

Adequate 3<br />

Substantial 2<br />

Inadequate 0<br />

Less<br />

10%<br />

than<br />

2<br />

10 to 30 % 1<br />

More than<br />

30%<br />

0<br />

Adequate 2<br />

Substantial 1<br />

Inadequate 0<br />

Yes 0<br />

No 1<br />

0<br />

3<br />

2<br />

2<br />

1<br />

1. ORGANISATIONAL SOUNDNESS (for Indian Stockist/ Trader/ Distributor/ Dealer/<br />

Authorised Agent/ Channel partner/ Indian Sales office or Subsidiary of registered<br />

foreign principal):<br />

SL.<br />

NO.<br />

1.<br />

2.<br />

3.<br />

PARAMETER CRITERIA Marks Maxm.<br />

Marks<br />

Whether all relevant information like<br />

ownership, PAN no., Sales Tax no., etc.<br />

submitted (clause 6.0 of chapter V to be<br />

referred in this regard)<br />

3.4 YEAR OF COMMENCEMENT OF<br />

BUSINESS<br />

6.1 REGISTERED WITH ANY OF <strong>DVC</strong><br />

UNITS<br />

Yes 7<br />

No 0<br />

More than<br />

3 years<br />

2<br />

1-3 years 1<br />

Less than<br />

1 year<br />

Yes<br />

(same item)<br />

Yes 1<br />

0<br />

7<br />

2<br />

2 2<br />

Marks<br />

Awarded<br />

W& P Manual – 2012 Page 112


4.<br />

6.2 APPROVAL BY ASME/ NTPC/ NPC/<br />

EIL/ DGS&D/ RAILWAYS/ IBR/<br />

LLOYDS ETC.<br />

5. 6.3 ISO 9001 ACCREDITATION<br />

(another<br />

item)<br />

No 0<br />

Yes 2<br />

No 0<br />

Yes 2<br />

No 0<br />

2<br />

2<br />

6.<br />

6.12 PENDING LEGAL ISSUES ON<br />

TECHNO COMMERCIAL ASPECTS<br />

WITH CUSTOMER<br />

Yes -5<br />

No 0<br />

0<br />

W& P Manual – 2012 Page 113


DAMODAR VALLEY CORPORATION<br />

VENDOR REGISTRATION FORM<br />

FORM NO. VR- 01 (INDIAN VENDOR)<br />

Part D: SCORE SHEET<br />

2. FINANCIAL INFORMATION (for Manufacturers):<br />

SL.<br />

NO.<br />

1.<br />

PARAMETER CRITERIA Marks Maximum<br />

Marks<br />

9.1 Growth of Net Worth over previous<br />

year (%) average of three years to be<br />

worked out<br />

More than 20 % 5<br />

10 -20 % 4<br />

5 -10 % 3<br />

>0 & < 5% 2<br />

0 or below 0<br />

1 : 1 5<br />

5<br />

Marks<br />

Awarded<br />

2.<br />

9.3 DEBT EQUITY RATIO<br />

Long term Debt (9.2)<br />

Net worth (9.1 )<br />

1.1 upto 1.5 : 1 4<br />

1.6 upto 2.0 : 1 3<br />

5<br />

2.0 & above: 1 2<br />

1: 1 5<br />

3.<br />

9.5 QUICK RATIO<br />

CA-INVENTORIES{9.5(l)-9.5(1)c}<br />

Current liability {9.5 (2)}<br />

1 : 1 upto 1.5 4<br />

1 :1.5 upto 1.75 3<br />

1 : 1.75 upto 2.5 2<br />

5<br />

1 : > 2.5 0<br />

More than 35% 5<br />

4.<br />

9.6 Growth in Sales over previous year<br />

(%) average of three years to be<br />

worked out<br />

20 -35 % 4<br />

10-20 % 3<br />

5 -10% 2<br />

>0 & < 5% 1<br />

5<br />

o or negative 0<br />

5.<br />

9.7 PROFIT BEFORE TAX<br />

More than 20 % 5<br />

10-20 % 4<br />

5<br />

Growth over previous year (%) 5 -10 % 3<br />

W& P Manual – 2012 Page 114


6.<br />

7.<br />

9.8 Whether the supplier has been<br />

referred to BIFR / NCL T/ any other<br />

similar Govt agency<br />

9.9 Whether the supplier is a<br />

potentially sick company<br />

>0 & < 5% 2<br />

o or below 0<br />

Yes -5 0<br />

No 0<br />

Yes -3 0<br />

No 0<br />

TOTAL 25<br />

Note: If the supplier is new in business and does not have past data, then the evaluation will<br />

be done on the basis of information provided by him and will be decided by VRC.<br />

2. FINANCIAL INFORMATION (for Indian Stockist/ Trader/ Distributor/ Dealer/ Authorised<br />

Agent/ Channel partner/ Indian Sales office or Subsidiary of registered foreign principal):<br />

SL.<br />

NO.<br />

PARAMETER CRITERIA Marks Maximum<br />

Marks<br />

Marks<br />

Awarded<br />

1.<br />

9.6 Growth in Sales over previous<br />

year (%)<br />

Average of three years to be worked<br />

out<br />

More than<br />

35%<br />

5<br />

20 -35 % 4<br />

5 - 20 % 3<br />

>0 - 5 % 2<br />

5<br />

o or negative 0<br />

More than 20 % 5<br />

2.<br />

9.7 PROFIT BEFORE TAX<br />

Growth over previous year (%)<br />

5 -20% 4<br />

>0-5 % 3<br />

5<br />

o or below 0<br />

W& P Manual – 2012 Page 115


FORM NO. VR- 01 (INDIAN VENDOR)<br />

DAMODAR VALLEY CORPORATION<br />

VENDOR REGISTRATION FORM<br />

3. QUALITY SYSTEM:<br />

Part D : SCORE SHEET<br />

SL.<br />

NO.<br />

1.<br />

PARAMETER CRITERIA Mark Maxm.<br />

Marks<br />

Incoming Material<br />

control System<br />

2. Process control<br />

3.<br />

Manufacturing/<br />

Testing Procedure<br />

Qualification<br />

4. Personnel qualification<br />

5. Calibration system<br />

System<br />

availability:<br />

Availability<br />

of<br />

Organisation<br />

chart<br />

Work<br />

instruction<br />

available:<br />

Record<br />

process<br />

Control:<br />

of<br />

Procedure<br />

Qualification<br />

Specification:<br />

Record of<br />

PQR:<br />

Yes 1<br />

No 0<br />

1<br />

Yes 1 1<br />

No 0<br />

Yes 1 1<br />

No 0<br />

Available 2<br />

Partial<br />

record<br />

1 2<br />

Not<br />

available<br />

0<br />

Adequate 3 3<br />

Inadequate 1<br />

Not<br />

available<br />

Adequate 3 3<br />

0<br />

Inadequate 1<br />

Not<br />

available<br />

0<br />

Adequate 3 3<br />

Inadequate 1<br />

Not<br />

available<br />

0<br />

Marks<br />

Awarded<br />

W& P Manual – 2012 Page 116


6.<br />

7.<br />

8.<br />

9.<br />

System<br />

of<br />

Identification &<br />

Traceability of<br />

materials, tools, jigs,<br />

fixtures & processed<br />

components, etc.<br />

System of Storage/<br />

preservation/ painting<br />

& packing<br />

System of NCR<br />

disposition &<br />

corrective preventive<br />

action<br />

Customer complaints<br />

handling system<br />

10. Safety measures<br />

Procedure<br />

available:<br />

Procedure<br />

available:<br />

Two copies<br />

of NCR &<br />

CAPA<br />

System<br />

available:<br />

Adequate 2 2<br />

Inadequate 1<br />

Not<br />

available<br />

Adequate 2 2<br />

0<br />

Inadequate 1<br />

Not<br />

available<br />

0<br />

Available 2 2<br />

Not<br />

available<br />

Complaints registered &<br />

resolved<br />

0<br />

Yes 1 1<br />

No 0<br />

Complaints registered &<br />

partially resolved<br />

Complaints or not resolved<br />

not registered<br />

System<br />

available:<br />

Record<br />

available:<br />

2 2<br />

Yes 1 1<br />

No 0<br />

Yes 1 1<br />

No 0<br />

TOTAL 25<br />

1<br />

0<br />

W& P Manual – 2012 Page 117


FORM NO. VR- 01 (INDIAN VENDOR)<br />

DAMODAR VALLEY CORPORATION<br />

VENDOR REGISTRATION FORM<br />

Part D : SCORE SHEET<br />

4. TECHNICAL COMPETENCE<br />

Column no. 1 to 4 to be filled by VRC before sending to the supplier. Column no. 5 to be filled<br />

by <strong>DVC</strong> certified Assessor after evaluation of supplier response.<br />

SI.<br />

No<br />

Parameter Scoring criteria Maximum Marks Marks obtained<br />

(1) (2) (3) (4) (5)<br />

SUMMARY:<br />

TOTAL 25<br />

SI.<br />

No<br />

Criteria<br />

Maxm.<br />

Marks<br />

Qualifying<br />

marks *<br />

Marks<br />

obtained<br />

Recommendation<br />

for registration<br />

1.<br />

Organisational<br />

Soundness<br />

Financial<br />

Information<br />

50 30<br />

2. Quality System 25 15<br />

3.<br />

Technical<br />

Competence<br />

25 15<br />

Recommended /<br />

Not recommended<br />

TOTAL 100 60<br />

*Minimum Qualifying Score in Each category shall be 60%.<br />

W& P Manual – 2012 Page 118


REGISTRATION CRITERIA:<br />

SI.<br />

No<br />

Score<br />

Recommendation<br />

1. More than 90 Supplier is to be registered Normally no visit is called for.<br />

2. >75 & =60 &


10.<br />

If you are seeking registration for a MSME company (as per MSME Act of<br />

Government of India), have you attached requisite certificate as per Act<br />

Date:<br />

Signature & Seal (Authorised Signatory)<br />

Note: This check list is to be attached with the filled up Vendor Registration Form.<br />

W& P Manual – 2012 Page 120


DAMODAR VALLEY CORPORATION<br />

NAME OF THE OFFICE :<br />

ADDRESS :<br />

VENDOR REGISTRATION CERTIFICATE<br />

Reference No. Dated :<br />

M/s………………………………………………<br />

….………………………………………………..<br />

….………………………………………………..<br />

Phone No ……………………………..<br />

Fax<br />

……………………………..<br />

E-mail ……………………………..<br />

Vendor Code …………………………………….<br />

Registration No …………………………………….<br />

Dear Sir,<br />

With reference to your application dated ……………… we are pleased to inform you that you<br />

have been enlisted as registered vendor for participation in the purchase process/works tender<br />

conducted by D V C as and when required for the following items/stores/works/services.<br />

NAME OF THE<br />

MATERIAL /<br />

WORKS<br />

SPECIFICATION /<br />

DESCRIPTION OF<br />

WORK<br />

MONEYTORY LIMIT<br />

W& P Manual – 2012 Page 121


This registration is valid for a period of THREE YEARS from the date of issue of the registration<br />

certificate. <strong>DVC</strong> HAS THE SOLE DISCRETION TO TERMINATE THIS REGISTRATION<br />

WITH THE DUE NOTICE TO YOU WITHIN THE CURRENCY OF THE VALIDITY<br />

PERIOD.<br />

Thanking you,<br />

Note :<br />

Yours faithfully,<br />

for & on behalf of <strong>DVC</strong><br />

CHIEF MATERIALS MANAGER/<br />

STATION CHIEF ENGINEER/CHIEF ENGINEER<br />

1. On expiry of the validity of the required statutory documents like factory license/NSIC<br />

registration certificate/STCC/DGS&D Registration Certificate etc., please ensure to get<br />

them renewed and furnish a copy of each from time to time.<br />

1. Please submit your renewal application along with relevant documents before three<br />

months of the expiry of this registration certificate.<br />

W& P Manual – 2012 Page 122


1. Contractors’ Performance Evaluation:<br />

PART-III<br />

`In order to have smooth progress of the work, there is a need for contractors who will execute the<br />

job in time and as per stipulated quality in the Contract. In order to ensure the same a standard<br />

evaluation format has been framed. The Engineer In charge will fill in the details as per format<br />

enclosed , which is to be signed by the authorized representative of the Contractor<br />

(owner/proprietor/site in charge) . If the contractor refuses to sign, the evaluation of engineer in<br />

charge will be final. The performance rating as emerged out will be kept in the system.<br />

In case Performance Rating obtained above is ‘Unsatisfactory’, twice consecutively, the<br />

Contractor shall not be recommended for issue of tender enquiry for a period as deemed fit not<br />

more than 2 years.<br />

2. Format:<br />

Format for Contractor’s Performance Evaluation<br />

Overhauling and Maintenance Contract<br />

{Applicable for Housekeeping, Worker Intensive Activities & EPC Contract/New Project}<br />

Monthly Performance Evaluation<br />

1 Name of Work:<br />

2 Work Order/ LOA Ref:<br />

3 Name of Contractor:<br />

4 Month of Performance Rating From………………to……………..<br />

S No Description Max<br />

Marks<br />

A Quality, Nos and Workmanship in Work: Maximum 45<br />

Marks<br />

Marks<br />

Obtained<br />

1<br />

Quality of manpower deployed<br />

(As per the terms & condition of contract, NIT, including<br />

literacy etc if any).<br />

a. Skilled category, (Either ITI holder, HP welders, Fitters,<br />

Gang head of erection team and / or selected by the<br />

Engineer in Charge as per the experience and TEST<br />

conducted).<br />

05<br />

05<br />

05<br />

W& P Manual – 2012 Page 123


2<br />

3<br />

4<br />

b. Unskilled category (Stress on literacy level, experience and<br />

safety consciousness).<br />

c. Trained & Experience Engineers/ qualified supervisor<br />

(BE/Diploma holder and / or selected by EIC,<br />

knowledge/relevant experience).<br />

d. Deployment/ development of highly skilled specialist<br />

technicians for critical jobs.(as and when required)<br />

Strictly following quality guidelines, quality plan(QAP) and /<br />

or checklist for each job, given by the Engineer In charge.<br />

a. Repetition of job due to bad workmanship including defect<br />

liability (frequency of occurrence & compliance for<br />

rectification).<br />

b. Improper use of <strong>DVC</strong> facilities (Example: Leaving<br />

junction boxes open after the job is over, keeping scrap,<br />

welding rod, cable & wire etc.)<br />

a. Maintaining cleanliness at workplace while working (use<br />

of working trays, container etc.)<br />

b. Proper handling of grease, oil etc. (proper container, no<br />

spillage & Contamination etc.)<br />

c. Cleaning the workplace including removal of scrap after<br />

completion of the job, removal of debris etc.<br />

05<br />

10<br />

0 to (-) 15<br />

06<br />

5 Use of proper tools & tackles applicable for a particular job. 05<br />

6<br />

B<br />

1<br />

2<br />

3<br />

Training of contractor’s manpower at <strong>DVC</strong> training centre for<br />

at least 02 hours per fortnight.<br />

Adherence to Time Schedule: Maximum 30 Marks<br />

Availability of all tools & tackles<br />

contractor) without any time delay<br />

(under the scope of<br />

Mobilization of proper skilled & unskilled manpower without<br />

any time delay<br />

a. Completion of job/supply of materials within the time<br />

frame specified in the contract (wherever<br />

available)/Project Milestone and Schedule.<br />

b. Advance Scheduling of Jobs along with Engineer In<br />

charge before start of the job.<br />

04<br />

05<br />

05<br />

10<br />

05<br />

W& P Manual – 2012 Page 124


4<br />

Mobilization time taken to start the job at the beginning of the<br />

contract after getting intimation from the Engineer In charge.<br />

Promptness to call/start.<br />

05<br />

C<br />

1<br />

2<br />

3<br />

4<br />

5<br />

6<br />

Adherence to Safety : Maximum 15 Marks<br />

100% Supply of PPE & Uniform as identified in contract for<br />

workers.<br />

Follow health and safety plan whatever layout by safety deptt<br />

time to time<br />

Special care while working at heights. (Use of proper sized<br />

platform / safety belts, nets etc).<br />

Proper handling of material (while lifting heavy material at<br />

height). (Example: Use of cage / basket , checking of winch,<br />

crane, wire rope, etc).<br />

Periodic testing of lifting tools & tackles which are at the<br />

contractor’s scope Inspection of Tools & Tackles before start<br />

of work and during the execution of contract whenever<br />

required.<br />

Participation in Safety Awareness of the workers and training<br />

given by <strong>DVC</strong> and safety related records.<br />

7 Promptness and responsiveness during emergencies 01<br />

8<br />

D<br />

1<br />

2<br />

3<br />

Non-compliance of safety requirements (depends on Reports<br />

issued for violation of safety)<br />

Responsiveness : Maximum 10 Marks<br />

Ability to respond positively for changes in scope, schedules,<br />

manpower , providing scope and space to other contractors.<br />

Availability of the contractor / site In-charge with adequate<br />

authorization and powers for execution of job. Site In charge<br />

response on Mobile/ Phone<br />

Attending Telephone Calls both Land line and mobile for 24<br />

x7 Hrs<br />

05<br />

02<br />

02<br />

02<br />

02<br />

01<br />

0 to (-) 4<br />

4 Attending daily/ weekly/ monthly or other meetings 01<br />

5<br />

Deployment of adequate and appropriate manpower from<br />

time to time<br />

6 Timely submission of Check lists etc. 01<br />

02<br />

02<br />

02<br />

01<br />

W& P Manual – 2012 Page 125


7<br />

E<br />

1<br />

2<br />

Timely submission of Bills, invoices and other required<br />

documents<br />

Statutory Compliances: 0 to (-) 30 Marks<br />

Complaints received from the contract workers regarding<br />

underpayment (less than statutory rates)/ Delayed Payment,<br />

No payment)<br />

No Record of release of PF to workers and / or complaints<br />

received regarding the payment of PF.<br />

01<br />

0 to (-)10<br />

0 to (-)10<br />

3 Non Compliance of Statutory Compliances 0 to (-)5<br />

4 Not obtained timely insurance coverage, ESI 0 to (-)5<br />

5<br />

F<br />

Illegal disposal of waste oils, scrapes or any other hazardous<br />

material<br />

Bonus Points : 10 Marks<br />

0 to (-)2<br />

Total (A to E) 100<br />

1 Special initiative taken for the welfare of the contract workers 03<br />

2<br />

Showing interest to come out with suggestive innovative<br />

ideas.<br />

3 To provide scope and space for the work of other agencies. 02<br />

4 Response to <strong>DVC</strong> Tender Enquiries 02<br />

5 Claims and dispute 0 to (-)3<br />

G<br />

Total Marks obtained in the Month<br />

Cumulative Marks up to Previous Month<br />

Marks in this Month (Total A to F)<br />

TOTAL (A TO F)<br />

Cumulative Marks<br />

Cumulative Marks obtained<br />

Up to date Average Marks = -----------------------------------<br />

No of months<br />

NOTE: In case of Up to date Average marks obtained above is 70 or below, the Contractor<br />

shall not be Recommended for issue of tender enquiry for similar nature of work.<br />

03<br />

(Sign of Engineer-in-Charge)<br />

(Sign of Authorized Representative of Contractor)<br />

W& P Manual – 2012 Page 126


Format for Contractor’s Performance Evaluation(<strong>DVC</strong>)<br />

(To be firmed up by Indenting deptt at the time of Contract proposal put up for Tech & Adm approval)<br />

{Applicable for Overhauling, Housekeeping, Worker Intensive Maintenance Contracts}<br />

Monthly Performance Evaluation<br />

1 Name of Work:<br />

2 Work Order/ LOA Ref:<br />

3 Name of Contractor:<br />

4 Month of Performance Rating From………………to……………..<br />

Sl.<br />

No<br />

Description<br />

Max<br />

Marks<br />

Marks<br />

Obtained<br />

A<br />

Quality and Workmanship in Work: Maximum 45 Marks<br />

1<br />

Quality of manpower deployed<br />

(As per the terms & condition of contract, including literacy<br />

level etc if any).<br />

a. Skilled category, (Either ITI holder and / or selected by the<br />

Engineer in Charge as per the experience and TEST<br />

conducted).<br />

b. Unskilled category (Stress on literacy level, experience and<br />

safety consciousness).<br />

c. Trained/ qualified supervisor (Diploma holder and / or<br />

selected by Engineer in charge, knowledge/relevant<br />

experience).<br />

05<br />

05<br />

05<br />

d. Deployment/ development of highly skilled specialist<br />

technicians for critical jobs.(as and when required)<br />

05<br />

2<br />

Strictly following quality guidelines, quality plan and / or<br />

checklist for each job, given by the Engineer In charge.<br />

10<br />

3<br />

a. Repetition of job due to bad workmanship including defect<br />

liability (frequency of occurrence & compliance for<br />

rectification).<br />

b. Improper use of <strong>DVC</strong> facilities (Example: Leaving junction<br />

boxes open after the job is over etc.)<br />

0 to (-) 15<br />

W& P Manual – 2012 Page 127


4<br />

a. Maintaining cleanliness at workplace while working (use of<br />

working trays, container etc.)<br />

b. Proper handling of grease, oil etc. (proper container, no<br />

spillage & Contamination etc.)<br />

c. Cleaning the workplace including removal of scrap after<br />

completion of the job, removal of debris etc.<br />

06<br />

5 Use of proper tools & tackles applicable for a particular job. 05<br />

6<br />

B<br />

1<br />

2<br />

3<br />

4<br />

C<br />

1<br />

2<br />

3<br />

4<br />

5<br />

Training of contractor’s manpower at <strong>DVC</strong> training centre for at<br />

least 02 hours per fortnight.<br />

Adherence to Time Schedule: Maximum 30 Marks<br />

Availability of all tools & tackles (under the scope of contractor)<br />

without any time delay.<br />

Mobilization of proper skilled & unskilled manpower without<br />

any time delay<br />

a. Completion of job within the time frame specified in the<br />

contract (wherever available)<br />

b. Advance Scheduling of Jobs along with Engineer In charge<br />

before start of the job.<br />

Mobilization time taken to start the job at the beginning of the<br />

contract after getting intimation from the Engineer In charge.<br />

Promptness to call.<br />

Adherence to Safety : Maximum 15 Marks<br />

100% Supply of PPE & Uniform as identified in contract for<br />

workers.<br />

Follow health and safety plan whatever layout by safety deptt<br />

time to time<br />

Special care while working at heights. (Use of proper sized<br />

platform / safety belts etc).<br />

Proper handling of material (while lifting heavy material at<br />

height). (Example: Use of cage / basket etc).<br />

Periodic testing of lifting tools & tackles which are at the<br />

contractor’s scope Inspection of Tools & Tackles before start of<br />

work and during the execution of contract whenever required.<br />

6 Participation in Safety Awareness of the workers and training 01<br />

W& P Manual – 2012 Page 128<br />

04<br />

05<br />

05<br />

10<br />

05<br />

05<br />

05<br />

02<br />

02<br />

02<br />

02


given by <strong>DVC</strong> and safety related records.<br />

7 Promptness and responsiveness during emergencies 01<br />

8<br />

D<br />

1<br />

2<br />

3<br />

Non-compliance of safety requirements (depends on Reports<br />

issued for violation of safety)<br />

Responsiveness : Maximum 10 Marks<br />

Ability to respond positively for changes in scope, schedules,<br />

manpower<br />

Availability of the contractor / site In-charge with adequate<br />

authorization and powers for execution of job. Site In charge<br />

response on Mobile/ Phone<br />

Attending Telephone Calls both Land line and mobile for 24 x7<br />

Hrs<br />

4 Attending daily/ weekly/ monthly or other meetings 01<br />

5<br />

Deployment of adequate and appropriate manpower from time to<br />

time<br />

6 Timely submission of Check lists etc. 01<br />

7<br />

E<br />

1<br />

2<br />

Timely submission of Bills, invoices and other required<br />

documents<br />

Statutory Compliances: 0 to (-) 30 Marks<br />

Complaints received from the contract workers regarding<br />

underpayment (less than statutory rates)/ Delayed Payment, No<br />

payment)<br />

No Record of release of PF to workers and / or complaints<br />

received regarding the payment of PF.<br />

0 to<br />

(-)4<br />

02<br />

02<br />

02<br />

01<br />

01<br />

0 to<br />

(-)10<br />

0 to<br />

(-)10<br />

3 Non Compliance of Statutory Compliances 0 to(-)5<br />

4 Not obtained timely insurance coverage, ESI 0 to(-)5<br />

5<br />

F<br />

Illegal disposal of waste oils, scrapes or any other hazardous<br />

material<br />

Bonus Points : 10 Marks<br />

0 to(-)2<br />

Total (A to E) 100<br />

1 Special initiative taken for the welfare of the contract workers 03<br />

2 Showing interest to come out with suggestive innovative ideas 03<br />

W& P Manual – 2012 Page 129


3 Participation in e-Tendering 02<br />

4 Response to <strong>DVC</strong> Tender Enquiries 02<br />

5 Claims and dispute<br />

G<br />

Total Marks obtained in the Month<br />

Cumulative Marks up to Previous Month<br />

Marks in this Month (Total A to F)<br />

TOTAL (A TO F)<br />

Cumulative Marks<br />

Cumulative Marks obtained<br />

Up to date Average Marks = ----------------------------------------<br />

No of months<br />

NOTE: In case of Up to date Average marks obtained above is 70 or below, the Contractor<br />

shall not be Recommended for issue of tender enquiry for similar nature of work.<br />

(Sign of Engineer-in-Charge)<br />

0 to<br />

(-)3<br />

(Sign of Authorized Representative of Contractor)<br />

Contractor’s Performance Rating<br />

(To be filled by Concerned Engineer in charge and HOD)<br />

1 Name of Work:<br />

2 Work Order/ LOA Ref:<br />

3 Name of Contractor:<br />

4 Period of Performance Rating From………………to……………..<br />

Sl.<br />

No.<br />

Up to date Average Marks Obtained Rating Rating Obtained *<br />

1 91 & above Very Good<br />

2 81 – 90 Good<br />

3 70 – 80 Satisfactory<br />

4 Below 70 Unsatisfactory<br />

* Write as applicable and put (X) which are not applicable<br />

W& P Manual – 2012 Page 130


Recommendation Remark, (if any):<br />

Engineer In charge:<br />

Signature<br />

Name<br />

Designation<br />

Head of Deptt:<br />

Signature<br />

Name<br />

Designation<br />

NOTE:<br />

1. In case of Up to date Performance Rating obtained above is ‘Unsatisfactory’, the<br />

Contractor shall not be recommended for issue of tender enquiry for a period as<br />

deemed fit not more than 2 years.<br />

2. Enclose all the monthly filled up and Jointly Signed Performance Evaluation Form.<br />

3. The Above Performance Rating shall, generally, be given at the completion of<br />

contract period including its extension if any. However, if required, in C&M, the same<br />

shall be given during the execution of work.<br />

(Sign of Authorized Representative of Contractor)<br />

W& P Manual – 2012 Page 131


3. REMOVAL FROM THE LIST OF APPROVED/ KNOWN VENDORS/ ENLISTED CO<br />

TRACTORS, SUSPENSION AND BANNING OF BUSINESS DEALINGS WITH<br />

FIRMS & CONTRACTORS:<br />

1. Removal of the firm/contractor from the list of approved/known vendors/enlisted<br />

contractors.<br />

A firm/contractor is liable to be removed from the list of approved/known vendors/enlisted<br />

contractors if, it is no longer considered fit to remain in such list:<br />

1.1 Conditions for Removal:<br />

Removal from the list of approved/known vendor/enlisted contractor may be ordered by the<br />

Senior Chief Engineer/Chief Engineer /CMM.<br />

If a firm:-<br />

(i)<br />

(ii)<br />

Makes any false declaration to Damodar Valley Corporation (<strong>DVC</strong>).<br />

Claiming drawing double payment or submitting invoice for double payment for the<br />

supply of same materials or carrying out the same job/work.<br />

(iii) If the vendor is non-responsive against our enquires for consecutive three times.<br />

(iv)<br />

(v)<br />

Supplying defective materials and failure to replace the defective materials even after<br />

reasonable extension is given to the firm for rectification/replacement of the defective<br />

materials or carrying out defective/poor quality job, not conforming to specifications of<br />

the contract and failure to rectify it within stipulated time.<br />

Fails to execute a contract or fails to execute it as per terms of contract<br />

(vi) When the required technical staff or equipments are no longer available with the vendor<br />

or there is change in the production line of vendor.<br />

(vii) If the vendor is declared bankrupt or insolvent or its financial position has become<br />

unsound and in the case of Limited Company, it is wound up or taken into liquidation.<br />

(viii) Or any other misdeeds which may cause financial loss or commercial disadvantage to<br />

<strong>DVC</strong><br />

1.2 Implications of Removal:<br />

(i) Once removed, the name of a firm/contractor may not be included/registered unless the<br />

competent authority is satisfied that the said firm/contractor should be included in the list<br />

of approved/known vendors/enlisted contractor.<br />

(ii) Tenders received from a firm, whose name has been removed from the list of<br />

approved/known vendors/enlisted contractors, but has not been suspended/banned may be<br />

given the same consideration as is given to bidders in an open tendering process.<br />

W& P Manual – 2012 Page 132


1.3 Procedure for Removal from the list of approved/known vendor/enlisted contractor<br />

The Concerned Project Head not below the rank of Chief Engineer/CMM , on receiving<br />

complaints from concerned departments, shall pass appropriate Order for removal of the<br />

firm/contractor from the list of approved/known vendors/enlisted contractors after observing<br />

following procedure :-<br />

(i)<br />

A Show Cause Notice will be issued by the afore stated authorities, indicating clearly and<br />

precisely the charges/misconduct which should be based on facts as can be proved as<br />

distinct from mere allegations.<br />

(ii) The firm/contractors may be given a period of 30 days to submit their representations if any,<br />

against the Show Cause Notice.<br />

(iii) Thereafter, the appropriate orders for removal of the firm/contractor from the list of<br />

approved/known vendors/enlisted contractors may be taken only after perusing the<br />

representation of the firm/contractor, if any, received in reply to Show cause Notice<br />

incorporating the reasons for taking such action.<br />

(iv) In case no reply to show cause notice is received within 30 days, appropriate order for<br />

removal of the firm/contractor shall be passed ex parte.<br />

(v) The orders must specifically mention the fact that the reply to the Show cause Notice, if<br />

any, has been considered by the said authorities,. The ex parte order shall contain the fact<br />

that the reply to show cause notice has not been received within stipulated time.<br />

(vi) The decision regarding removal shall be communicated to the firm/contractor concerned by<br />

the authority passing in respect of removal.<br />

(vii) Order in respect of removal will be circulated to all the deptt./offices / CVO of the<br />

Corporation by the issuing authority. The decision of removal will be intimated to Corporate<br />

IT Cell for removing the name from the web site.<br />

1.4 Revocation:<br />

An order for removal passed for a certain specified period shall be deemed to have been<br />

automatically revoked on the expiry of that specified period. However, before expiry of such<br />

specified period an order of removal may be revoked provided the competent authority passes<br />

appropriate order to this effect. The competent authority in this case shall be higher than the<br />

authority passing the order of removal.<br />

4. Suspension of Business Dealings with the Firm/Contractor:<br />

Suspension of business dealings with a firm/contractor irrespective of whether it is<br />

known/approved or otherwise may be ordered by the concerned Chief engineer/Chief Materials<br />

Manager (CMM), <strong>DVC</strong>, where pending full enquiry into the allegation, it is considered not<br />

desirable that business with the firm, /contractor should continue. Such an order may be passed:<br />

(i) If the firm is suspected to be of doubtful loyalty to India;<br />

W& P Manual – 2012 Page 133


(ii) If the Central Bureau of Investigation (CBI) or any other investigation agency recommends<br />

such course in respect of a case under investigation.<br />

(iii) If a prima-facie case is made out that the firm is guilty of an Offence involving moral<br />

turpitude in relation to business dealings which, if established, would result in business<br />

dealings with it being banned;<br />

4.1 Procedure for Suspension of Business Dealings:<br />

(i)<br />

A Show Cause Notice will be issued by the afore stated authorities, indicating clearly and<br />

precisely the charges/misconduct which should be based on facts as can be proved as<br />

distinct from mere allegations.<br />

(ii) The firm/contractors may be given a period of 30 days to submit their representation if<br />

any, against the Show Cause Notice or ex parte after expiry of the notice period.<br />

(iii) Thereafter, the appropriate orders for suspension of the firm/contractor may be taken only<br />

after perusing the representation of the firm/contractor, if any, received in reply to Show<br />

cause notice incorporating the reasons for taking such action.<br />

(iv) In case no reply to show cause notice is received within a stipulated time, appropriate<br />

order for suspension of the firm/contractor shall be passed ex parte.<br />

(v) The orders must specifically mention the fact that the reply to the Show Cause Notice, if<br />

any, has been considered by the said authorities. The ex parte order shall contain the fact<br />

the reply to show cause notice has not been received within stipulated time.<br />

(vi) Order in respect of suspension will be circulated to all the deptt./offices including CVO of<br />

the corporation by the authority imposing the suspension of business dealings to<br />

firm/contractor.<br />

4.2 Suspension as prelude to Banning:<br />

The Competent Authority may suspend business dealings with the firm/contractor as a prelude to<br />

banning after following the procedure as indicated in para 2.1. After issuance of order in respect<br />

of suspension, a copy of such order along with self-contained note and all relevant documents<br />

shall be forwarded to the Chief Vigilance Officer, <strong>DVC</strong> within 15 days of issuance of suspension<br />

order for passing of appropriate order regarding banning of business dealings with the<br />

firm/contractor.<br />

4.3 Banning of Business Dealings with the Suspended firm/Contractor.<br />

An order for suspension business dealings with a firm/contractor implies that all<br />

departments/offices of <strong>DVC</strong> are forbidden from dealing with that firm/contractor till its<br />

revocation.<br />

5. Banning of Business Dealings:<br />

Banning of business dealings with a firm/contractor irrespective of whether it is known/approved<br />

or otherwise may be ordered by the Senior Chief Engineer /Chief Engineer /CMM <strong>DVC</strong>.<br />

W& P Manual – 2012 Page 134


5.1 Grounds for Banning of Business dealings:<br />

(i)<br />

(ii)<br />

If security considerations including question of loyalty to the state so warrant.<br />

If there is strong justification for believing that the proprietor or employee or<br />

representative of the firm/contractor has been guilty of malpractices such as Bribery,<br />

corruption, fraud, sub situation of tenders, interpolation, misrepresentation, evasion or<br />

habitual default in payment of any tax levied by law etc.<br />

(iii) If the firm/contractor continuously refuses to return <strong>DVC</strong> dues without showing<br />

adequate cause and <strong>DVC</strong> are satisfied that this is not due to reasonable dispute which<br />

would attract proceeding in arbitration or court of law.<br />

(iv) If the firm/contractor employs a government servant / <strong>DVC</strong> Officer, dismissed, removed<br />

on account of corruption or employs a non-official convicted for an offence involving<br />

corruption or abetment of such an offence, in a position where he could corrupt <strong>DVC</strong><br />

Officers<br />

(v) Formation of price cartels with other suppliers/contractors/transporters with a view<br />

to artificially hiking the prices.<br />

(vi) Continuous failure to execute the job as per terms of the contract thrice.<br />

(vii) If the firm/contractor misuses the premises or facilities of the <strong>DVC</strong>, forcefully occupies<br />

or damages the <strong>DVC</strong>’s property including land, water resources, forests/trees or tampers<br />

with documents/records etc.<br />

3.2 Procedure for Banning of Business Dealings:<br />

User department or Engineer in charge will move the case which will be processed by concerned<br />

Material Head/ Chief Purchase Officer and put up to Competent Authority, Senior Chief Engineer<br />

/Chief Engineer /CMM <strong>DVC</strong>.<br />

(i) A Show Cause Notice will be issued by the Competent Authority indicating clearly and<br />

precisely the charges/misconduct which should be based on facts as can be proved as distinct<br />

from mere allegations.<br />

(ii) The firm/contractors may be given a period of 30 days to submit their representation if any,<br />

against the Show Cause Notice.<br />

(iii) Thereafter, the appropriate orders for Banning of business dealings with the firm/contractor<br />

may be taken only after perusing the representation of the firm/contractor, if any, received in<br />

reply to Show Cause Notice incorporating the reasons for taking such action.<br />

(iv) In case no reply to show cause notice is received within stipulated time, appropriate speaking<br />

order for suspension of the firm/contractor shall be passed ex parte.<br />

(v) The orders must specifically mention the fact that the reply to the show cause Notice, if any,<br />

has been considered by the said authority. The ex parte order shall contain the fact that the<br />

reply to show cause notice has not been received within stipulated time.<br />

W& P Manual – 2012 Page 135


vi) The entire process of banning be completed within three months from the date of show cause<br />

notice.<br />

5.3 Banning order shall specify:<br />

(i) The specific period (permanent, if required) for which it will be effective;<br />

(ii) The names of all the Partners, Directors etc. of the firm and its affiliates.<br />

5.4 A copy of the order banning business dealings with a firm/contractor will be forwarded to the<br />

authorities for its communication to the firm/contractor concerned and circulation top all the<br />

procurement/contract deptt. of <strong>DVC</strong> in the following manner:<br />

(i) Orders in respect of all the Technical deptts. except Civil Engineering Deptt. will be<br />

forwarded to the Chief Materials Manager, Kolkata for its communication and circulation among<br />

the following:<br />

a. Firm/contractor concerned<br />

b. All the technical sections of Plants<br />

c. All the offices under is its control<br />

(ii) Orders in respect of Civil Engineering Deptt. will be forwarded to the Chief Engineer<br />

(Civil), Maithon for its communication to the firm contractor concerned and circulation among all<br />

the concerned deptt./offices.<br />

(iii) Orders in respect of deptts. Not falling under category (i) & (ii) above, will be forwarded to<br />

the Additional secretary, Kolkata for its communication to the firm/contractor concerned and<br />

circulation among concerned deptt./offices.<br />

5.5 No contract of any kind whatsoever shall be placed with a banned firm/contractor including<br />

its affiliates by any of the deptts./offices of <strong>DVC</strong> after the issuance of a banning order. Contracts<br />

concluded before the issue of banning order shall, however, not be affected by the banning order.<br />

Particular care should be taken to see that the same firm/contractor does not appear under a<br />

different name to transact business with <strong>DVC</strong>. Even in cases of risk purchase, no contract should<br />

be placed on a banned firm/contractor.<br />

The name of the vendor/supplier, who has been banned, be hoisted in the <strong>DVC</strong> Web site by IT<br />

Cell Under captioned BANNED VENDOR.<br />

5.6 Revocation<br />

An order for banning of business dealings passed for a certain specified period shall be deemed to<br />

have been automatically revoked on the expiry of that specified period. However, before expiry<br />

of such specified period an order of banning may be revoked provided the Senior Chief Engineer<br />

/Chief Engineer /CMM <strong>DVC</strong>. passes appropriate order to this effect.<br />

6. Appeal against Banning Order<br />

6.1 The concerned member {Member (Tech/ Sec)}will be the Appellate Authority.<br />

6.2 The vendor/ contractor may file an appeal against the order of the Competent Authority<br />

banning business deal etc. The appeal should be filed to the Appellate Authority. Such an appeal<br />

W& P Manual – 2012 Page 136


should be preferred within one month from the date of issue of the order banning business dealing<br />

etc.<br />

6.3 Appellate Authority would consider the appeal and pass appropriate order which shall be<br />

communicated to the vendor/contractor as well as to the competent Authority.<br />

W& P Manual – 2012 Page 137


PART-IV: FORMAT<br />

FORMAT FOR OPEN TENDERING TO BE USED AS BID DOCUMENT / WEBSITE<br />

PUBLICATION THE SAME MAY ALSO BE USED FOR LTE AFTER DELETING THE<br />

NON-RELEVANT PORTIONS<br />

DAMODAR VALLEY CORPORATION<br />

(ESTABLISHED BY THE ACT XIV OF 1948)<br />

NOTICE INVITING TENDER<br />

NAME OF THE PLANT/OFFICE<br />

ADDRESS OF THE PLANT/OFFICE<br />

E-mail :<br />

FAX :<br />

Phone :<br />

Tender No. Dated :<br />

Sealed tenders in duplicate for Single/two part tendering are invited from manufacturers or<br />

their duly authorised agents only, by<br />

…………………………………………………………Damodar Valley Corporation, for<br />

supply of …………….………………………………………………………………<br />

……..……………………………………securely packed F.O.R Destination on door delivery<br />

basis. Tender documents along with detailed specification can be obtained from the office of<br />

………………………………… against Cash receipt issued from Accounts Deptt., <strong>DVC</strong>,<br />

……………………………… …………………………………or Demand Draft/Banker’s<br />

Cheque drawn in favour of Damodar valley Corporation payable at Kolkata / Head of the<br />

Accounts of respective projects for Rs. ………..……… only per set on all working days upto<br />

3.00 p.m. except holidays and first and last working days of the month. In case of e-<br />

procurement the format is required to be downloaded from <strong>DVC</strong> Website for submission.<br />

Cost of tender paper will be paid along with earnest money to be placed in the envelop –A.<br />

failing which the offer may be rejected.<br />

W& P Manual – 2012 Page 138


Sealed Envelope containing tenders duly filled in should invariably be superscribed<br />

Envelope ‘A’, ‘B’, ‘C’ (defined in detail in GCC {GENERAL CONDITIONS OF<br />

CONTRACT} enclosed herewith) with “Tender No.<br />

………………………………<br />

……………………………………………… for supply of<br />

………………………..…………………….………………………………………………………<br />

…..…….……………… due on ……………………….<br />

Prospective outstation Tenderers who intend to submit tenders, may obtain the tender<br />

specification through post by remitting the prescribed cost of tender form and specification<br />

plus RS. 100/- as postal charge by Demand Draft/Bankers Cheque drawn in favour of<br />

Damodar valley Corporation payable at Kolkata / Head of the Accounts of respective<br />

projects, to the (address of the Tender Inviting Authority). The Corporation will not accept<br />

any liability for delay in receipt or non-delivery of Tender Forms despatched by post or<br />

through courier. No tender documents will be sold on the date of opening. However, tender<br />

documents will be supplied to firms registered with NSIC at free of cost against certified<br />

copies (by Notary Public) of registration certificate from appropriate Govt. authority giving<br />

details such as validity, stores, etc.<br />

Tenders, in duplicate will be received by the ……..…………………………<br />

…………………………………upto (specify time) on ………………………. and the same<br />

will be opened in presence of representative of participating vendors on the same day at<br />

(specify time). If the day is declared a holiday by <strong>DVC</strong>, then these activities will be taken up<br />

on the next working day at the same time schedule. Tenders received in the office of the<br />

Tender Inviting Authority after scheduled time and date fixed for the purpose will not be<br />

considered at all and <strong>DVC</strong> authorities will not take any responsibility to accept any tender<br />

which are received in his office late due to postal delay. When tenders are intended to be<br />

submitted to the tender inviting authority by messenger/courier/speed post, these should be<br />

submitted to the designated officer and thereafter it is to be kept in the designated place in<br />

the office of the tender inviting authority. The names and designation of at least two officers<br />

specially assigned for this purpose are to be mentioned here……………………….…….<br />

Nobody in the office of the Chief Purchase Officer/Office of Tender Issuing Authority for<br />

field formation other than those mentioned here is authorised to receive any tender or to<br />

grant receipts for tenders delivered by hand.<br />

Fully illustrated and descriptive literature and complete specification of the goods offered<br />

should accompany the tender, where necessary sample should also accompany the tender.<br />

W& P Manual – 2012 Page 139


All tenderers would be bound by the terms and conditions as detailed in tender<br />

specifications by the <strong>DVC</strong> and enclosed GCC.<br />

Once a set of tender specification is purchased by a prospective tenderer the price thereof<br />

will not be refunded on any circumstances. Tender documents issued in the name of a party<br />

is not transferable.<br />

If any tenderer submits tender without purchasing a copy of the tender specification of the<br />

<strong>DVC</strong>, their tender will be treated as irregular and will be rejected.<br />

Orders placed by the Corporation will be guided by enclosed GCC and are also subject to<br />

the following Terms & Conditions:-<br />

TERMS & CONDITIONS<br />

1) Unless agreed otherwise, the rates quoted by manufacturers must be (specify price basis,<br />

firm/variable price) on FOR destination basis and in Indian Rupees and exclusive of Customs,<br />

Import Duty (if applicable), sales tax, ED, F&I charges etc. These are to be quoted in an explicit<br />

way. If the price quoted is the variable one, then it should be guided as per terms mentioned in<br />

GCC Clause No. 08. Rates quoted for bought out items should be all inclusive price on F.O.R.<br />

Destination basis. However, specific quantum of F&I charges, if any, to be spelt out clearly.<br />

2) LD Clause and Risk Purchase Clause: It will be applicable as per Clause No. 22 of GCC.<br />

3) Supplies must be strictly in accordance with specifications and/or drawings, samples etc.<br />

furnished or approved by the <strong>DVC</strong>. For any deviation in respect of technical specifications and<br />

commercial terms and conditions whatsoever, suppliers will be responsible. Bidders are requested<br />

to go through the Clause No. 14 of GCC before submitting their offer.<br />

4) Goods supplied will be subject to our inspection and approval before despatch and also on<br />

arrival at the destination in case of payment against dispatch document through bank or where<br />

stage inspection is required. Inspection before despatch will not however, relieve the supplier of<br />

their responsibility to supply strictly in conformity with the specification and or drawing samples<br />

etc. At least 15(fifteen) days clear notice should be given to the Indenting Officer, for arranging<br />

inspection before despatch.<br />

5) (i) The supplier will be held responsible for the stores not being sufficiently and properly<br />

packed at his expenses for transport by rail, road and sea or air; so as to ensure them being free<br />

from loss or injury at their destination. This will apply to Ex-Go Down offer also.<br />

(ii) Each bale or package delivered under our order shall at the expense of the supplier be<br />

distinctly marked with description and quantity of contents with the consignee’s name and<br />

address with gross weight, with the name of supplier and with a distinctive number or mark which<br />

is also to be shown for the purpose of identification of suppliers packing account.<br />

(iii) Each bale or package shall contain a packing note quoting the number and date of our order<br />

showing its contains in detail. If any part or parts fails to deliver the desired result or proved<br />

defective within the guarantee period i.e. within 12 months from the date of commissioning or<br />

W& P Manual – 2012 Page 140


18(eighteen) months from the date of supply, whichever is earlier owing to defects in design or<br />

materials or workmanship, suppliers will have to replace them free of cost.<br />

6) In accepting the order suppliers are understood to accept to all responsibilities for any<br />

infringement in registered design, trade mark, patent rights etc.<br />

7) Arrangements for Transit insurance, where necessary, normally be made by <strong>DVC</strong> and the<br />

name of the Insurance Co. will be communicated to supplier If insurance be arranged by Supplier<br />

without <strong>DVC</strong>’s prior written approval expenses will not be met by <strong>DVC</strong>. When insurance is<br />

arranged by <strong>DVC</strong> goods are not be despatched until the name of the Insurance Co. is<br />

communicated to the supplier.<br />

8) Except where the Purchase Order specifies ‘Free delivery’, goods are to be delivered at<br />

consignee’s store on ‘freight paid’ basis and in case of “freight to Pay” basis, freight charges to be<br />

claimed against documentary evidence. Whenever freight to be paid for each truckload, the same<br />

should be on full truck basis.<br />

9) (i) Payment of the bills will be made by concerned Accounts Officer of the <strong>DVC</strong> attached to<br />

the office of the consignee by A/C Payee Cheque within a reasonable time, normally not<br />

exceeding 15 days from date of receipt of the materials at site or date of receipts of the relevant<br />

bills, whichever is later except where other arrangement is made and expressly recorded on the<br />

body of the Purchase Order. (Provision of part payment against part supply as per GCC may be<br />

included here if agreed by the indenter)<br />

(ii) The advance payment, in exceptional cases, may be given to the extent of 10% of total order<br />

value which will be interest bearing at prevailing SBI base rate plus 3.5% against submission of a<br />

Bank Guarantee of 110% amount (on amount of advance) and not less than 2 installments and<br />

Bank Guarantee should have sufficient validity covering the full delivery period of the<br />

consignment and final payment thereof. However rate of interest should be applied for calculation<br />

of interest on the advance amount in reset basis (i.e. not fixed rate of interest, it may go on<br />

changing during the period of advance remain unadjusted) based on the change of base rate time to<br />

time.<br />

10) Where a claim of Sales Tax/VAT is preferred and admitted, the supplier must satisfy that he<br />

is a registered dealer under the Sales Tax Act and Possesses a Certificate of Registration in the<br />

firms name in which the supply is made and shall in proof thereof, while submitting bills for<br />

payment, furnish the number date and other particulars of such Certificate.<br />

11) Earnest Money: Tender must accompany an “Earnest Money” of Rs. …………. Earnest<br />

money should be deposited in the mode as described in Clause No. 6.0 of GCC. Tender without<br />

Earnest Money in desired form will not be considered valid and therefore, be rejected.<br />

12) Conditions of Forfeiture of EMD: As per Clause 7.0 of GCC will be applicable.<br />

13) SECURITY DEPOSIT-CUM–PERFORMANCE GUARANTEE<br />

Applicable as per Clause No. 23 of GCC.<br />

SSI Units registered with NSIC, under its single point registration scheme, are exempted from<br />

depositing Security Deposit for ordering value upto the monetary limit for which the unit is<br />

registered. Small-scale industries seeking such exemption must enclose valid registration<br />

W& P Manual – 2012 Page 141


certificate from appropriate Govt. Authority giving details such as validity, stores, monetary limit<br />

etc. failing which exemption will not be granted.<br />

However, these SSI units will have to submit Performance Guarantee for the materials to be<br />

supplied as per <strong>DVC</strong> norms and to be submitted before the despatch of materials and no payment<br />

will be affected till the acceptance of the same.<br />

14. DELIVERY REQUIRED :-<br />

a) Materials to be delivered to consignee:<br />

i)Within<br />

*ii) within<br />

days of issuance of Purchase Order.<br />

days of date of drawing approval.<br />

Delete if it is not applicable for the tendered item. If the tendered item is to be supplied on the<br />

basis of approved drawing only, clause No. (a) to be linked with Serial (ii) only.<br />

The following needs to be inserted under this clause of NIT in filled up condition (to be furnished<br />

by Indenting Officer along with the indent) in order to firm up the delivery schedule and to<br />

identify the agency (<strong>DVC</strong>/Vendor) responsible for delay in delivery, if any, on execution of the<br />

contract.<br />

b) Drawing to be submitted to indenter for acceptance within days from date of<br />

issuance of Purchase Order.<br />

(‘Drawing’ means ‘Final Drawing’ which needs no further correction/alteration. Date of<br />

submission of final drawing to be reckoned as the date of submission of drawing by the vendor.)<br />

c) Approval of final drawing to be given by the indenting officer to the vendor within<br />

days from the date of submission of the same by the vendor.<br />

d) Inspection call (Fax/Post) to be given by the vendor to the consignee/indenting officer before<br />

15(fifteen) days of readiness of material for inspection/testing at their works.<br />

e) Inspector to be sent by the Consignee/Indenting Officer within 3(three) days of inspection date<br />

as mentioned in the inspection call letter or within 7(seven days of date of receipt of inspection<br />

call letter whichever is later.<br />

f) Dispatch clearance to the vendor to be given by the Indenting Officer through Fax/Post within<br />

5(five) days of date of inspection with a copy to consignee if not issued by the Inspection<br />

Engineer after inspection.<br />

g) Way Bill/Road Permit to be issued (by hand/post) by the consignee to the vendor (if not<br />

handed over by the Inspection Engineer along with the despatch clearance) within 3(three) days<br />

of issuance of despatch clearance/date of receipt of vendor’s request letter for the same.<br />

15. QUALIFYING REQUIREMENT : (Submitted the proof of the following documents<br />

before TC verification of the documents by L-1 bidder/s in support of the information furnished<br />

by them with techno-commercial bid failing which the offer of L1 will be rejected with forfeiture<br />

of EMD and banning bidder for one year from participating in future tenders.<br />

W& P Manual – 2012 Page 142


THE REQUIREMENT SHOULD BE MENTIONED HERE AS PER QR SET BY TENDER<br />

INVITING AUTHORITY.<br />

a)<br />

b)<br />

c)<br />

d)<br />

e)<br />

16. WARRANTY CLAUSE<br />

Guarantee/Warranty Period as asked in indent.<br />

INSTRUCTION TO BIDDERS (ITB)<br />

01. Submit your tender in the following manner : Specify the number of envelopes (A, B, C)<br />

alongwith the contents of the same in detail as per Tender Requirement (for one part/two part).<br />

02. PRE-BID CONFERENCE:<br />

(TO BE INCLUDED HERE IF DESIRED BY THE USER/PURCHASER)<br />

The Bidder or his authorised representative may be invited to attend pre-bid conference before<br />

submitting the offer at the following address :<br />

…………………………………………………………………………………….…………….…<br />

……………………………………………………………………<br />

( Name & Address of the Owner )<br />

The pre-bid conference shall be arranged on ………………………….(date, month, year) at<br />

……………………………..(time).<br />

The purpose of the conference will be to clarify any issues regarding the bidding documents in<br />

general and the Technical specifications in particular and for quick disposal of the NIT.<br />

The bidder is requested to submit questions in writing or by fax / e-mail to reach the Employer /<br />

Owner at the address indicated above, not later than 2 days before the pre-bid conference.<br />

Record notes of the conference including the text of the questions raised during pre bid and<br />

through fax/ e-mail, responses given will be transmitted without delay to all prospective Bidders<br />

who have purchased the Bidding Documents. Any modifications of basic technical specification<br />

of the Bidding Documents, which may become necessary as a result of the pre-bid conference,<br />

shall be made by the owner exclusively through an amendment of NIT and not through the record<br />

notes of the pre-bid conference with suitable extension of tender sale period and tender<br />

submission period.<br />

Non-attendance at the pre-bid conference will not be a cause for disqualification of a bidder.<br />

W& P Manual – 2012 Page 143


03. Before filling the offers, bidders are requested to go through the general conditions of<br />

Contract, <strong>DVC</strong> in order to familiarize with <strong>DVC</strong>’s commercial terms & conditions, Cost<br />

Compensations for deviations and bid evaluation procedure.<br />

04. The Bidder is also advised to visit and examine the site where the facilities are to be installed<br />

and its surroundings and will obtain on its own responsibility all information that may be<br />

necessary for preparing the bid and entering into a contract for supply and installation of the<br />

facilities. The costs of visiting the site shall be at the Bidder’s own expense.<br />

05. <strong>DVC</strong> reserves the right not to accept the lowest rate quoted by a Tenderer and reject any or<br />

all the tenders and to split up and award the P.O. to more than one tenderer without assigning any<br />

reason thereof and may also increase the number of tendered quantities to be procured, as<br />

stipulated in NIT.<br />

06. On receipt of formal Purchase Order in duplicate, one copy shall be returned to the purchase<br />

order issuing authority duly acknowledged with signature, seal of the firm with date as a mark of<br />

acceptance of the contract.<br />

07. Unsigned offer submitted by any bidder will not be considered valid.<br />

08. If anyone is not in a position to quote for any reason, please send ‘regret’ letter positively.<br />

09. Offer submitted through FAX/E-mail will not be accepted.<br />

10. MODIFICATION AND WITHDRAWAL OF BIDS:<br />

The Bidder may modify or withdraw its bid after submission, provided that written notice of the<br />

modification or withdrawal is received by the owner prior to the deadline prescribed for bid<br />

submission. In no case cost of the bidding documents will be refunded. The bidder’s<br />

modifications shall be prepared, sealed, marked and despatched as per original offer with<br />

superscribing the bid envelopes “BID MODIFICATIONS-ORIGINAL” and ”BID<br />

MODIFICATIONS – COPIES”.<br />

11. Self certified xerox copies of all relevant documents, wherever needed to be produced before<br />

TC for verification. However, <strong>DVC</strong> reserves the right to call for original document, if needed<br />

failing which the offer is liable for rejection.<br />

12. <strong>DVC</strong> shall not be responsible in any way for any delay/difficulties/ inaccessibility of the<br />

downloading facility from the website for any reason whatsoever.<br />

13. The tenderers who are found to be indulging in changing /adding or deleting the contents of<br />

the downloaded tender documents will be liable to face necessary action as deemed fit including<br />

banning, suspension of business dealings etc.<br />

14. In case of any discrepancies found between the downloaded tender documents from the<br />

website and the master copy available in the office of the Tender Inviting Authority, the latter<br />

shall prevail and will be binding on the tenderer(s). No claim/appeal on this account will be<br />

entertained or given cognizance.<br />

W& P Manual – 2012 Page 144


15. Tenderers will be solely responsible for the correctness/genuineness of the downloaded<br />

tender documents from the website. If the offer submitted through the downloaded tender<br />

documents which are incomplete, or with changed contents, the offer will summarily rejected.<br />

16. Quotation submitted by the tenderers through fax/telegrams/e-mail will not be considered<br />

valid.<br />

17. A notarise power of attorney, indicating that the persons using the digital signature/ the<br />

persons signing the bid has/ have the authority to sign the bid and that the bid is binding upon the<br />

bidder during the full periods of validity.<br />

18. Settlement of disputes and Arbitration : It will be guided as per Clause No. 47 of enclosed<br />

GCC.<br />

19. All suits arising out of the enquiry and subsequent Purchase Order if any, are subject to the<br />

jurisdiction in the City of Kolkata only.<br />

Chief Purchase Officer/Tender Inviting Authority<br />

For & on behalf of Damodar Valley Corporation<br />

W& P Manual – 2012 Page 145


GENERAL CONDITIONS OF CONTRACT<br />

1. DEFINITION:<br />

The following terms and expressions used herein shall have the meaning as indicated therein:-<br />

Purchase Order/The Contract: Shall mean the documents forming the tenders and acceptance<br />

thereof together with the documents referred to therein including the conditions,<br />

specifications/Scope of Work, designs, drawings and instructions issued from time to time by the<br />

Purchaser/ Owner and all these documents taken together shall be deemed to form one contract.<br />

Applicable Law : This contract including all matters connected with this Contract shall be<br />

governed and construed in accordance with the Indian Law both substantive and procedural and<br />

shall be subject to the exclusive jurisdiction of Indian courts at Kolkata (India).<br />

Contract Price: It means the total price to be paid for the supply of materials/goods/services to<br />

the consignee.<br />

Supplier/Vendor/Contractor: Shall mean the registered individual firm, Company or Corporation<br />

whether incorporated or otherwise to whom the Purchase Order/Work Order/LOA/LOI is<br />

addressed and shall include its permitted assigns and successors.<br />

Purchaser/Owner: Shall mean Damodar Valley Corporation, a statutory body established under<br />

Act No. XIV of 1948 of GOI having its Corporate Office at <strong>DVC</strong> Towers, VIP Road, Kolkata –<br />

700 054.<br />

Party: It means the owner or the bidder, as the case may be, and ‘Parties’ means both of them.<br />

Sub-Vendor/Sub Contractor : Shall mean the person/organization/firm named in the Purchase<br />

Order/Contract for any part of the material/works to whom that part of the Purchase<br />

Order/Contract has been sublet by the vendor with the consent in writing of the ‘Owner’ and will<br />

include the legal representatives, successors and permitted assigns of such person.<br />

Equipment/Stores/Materials: Shall mean and include equipment, stores & materials to be<br />

supplied by the vendor under the contract.<br />

Specification/Scope of Work : Shall mean the Specifications and Bidding documents forming a<br />

part of the contract and also such other schedules and drawings furnished by purchaser/owner and<br />

or as may be mutually agreed upon.<br />

Guarantee/Warranty Period: Shall mean the period during which the vendor shall remain liable<br />

to repair or replacement of any defective part of the Stores/Equipment/Materials supplied/works<br />

executed under the contract.<br />

2. REFERENCE:<br />

The number of the concerned Purchase Order/Work Order/LOA/LOI must appear on all<br />

correspondence, drawings, invoices, packing and shipping documents and on all documents or<br />

papers connected with the Contract.<br />

W& P Manual – 2012 Page 146


3. SPECIFICATIONS AND DRAWINGS:<br />

3.1 Any information, details etc. called for in the specification and not shown in the drawings and<br />

vice-versa shall have the same effect and meaning as if called for and shown both in the<br />

specification and drawings. In case of conflict between the specifications and drawings, the<br />

decision of the Purchaser/owner or his duly authorized representative shall be final and binding.<br />

3.2 STANDARDS :<br />

The goods/materials supplied under this contract shall conform to the standards mentioned in the<br />

Technical Specification, and, when no applicable standard is mentioned, the authoritative<br />

standard appropriate to the goods/materials issued by the concerned institution and such standard<br />

shall be the latest.<br />

4. GENERAL INFORMATIONS:<br />

4.1 Single Stage Bidding :<br />

(a) One Part Limited/Open Tender: Bidders are requested to Submit their offer in sealed<br />

envelope superscribing on it Enquiry/Tender No. and Date. Also indicate the Name and Address<br />

of the firm; and date of opening on the envelope. In case, earnest money is required to be<br />

deposited, the above envelope should contain two smaller sealed envelopes marked ‘A’ & ‘B’.<br />

(i) Envelope ‘A’ superscribed on it “Earnest Money against Tender Notice No. and Date” should<br />

contain the Earnest Money in desired form and also the cost of tender documents if the same is<br />

downloaded from website in DD / Pay Order in favour of Chief Accounts Officer, <strong>DVC</strong>, Kolkata-<br />

54, / Head of the Accounts of respective project.<br />

(ii) Envelope ‘B’ superscribed on it ‘Techno-Commercial acceptance and Price Bid against<br />

Tender Notice No. and Date” should contain quotation with price and other details.<br />

(b) For two part Limited / Open Tender :<br />

1. 3 ENVELOPE BIDDING:<br />

(i) Envelope ‘A’ superscribed on it “Earnest Money @ Cost of Tender documents against<br />

Tender Notice No. and Date” should contain Earnest Money in desired form and also the cost of<br />

tender documents if the same is downloaded from the website in DD/Pay Order in favour of Chief<br />

Accounts Officer, <strong>DVC</strong>, Kolkata-54 / Head of the Accounts of respective project.<br />

(ii) Envelope ‘B’ superscribed on it Techno commercial bid against Tender Notice No. and<br />

Date’ should contain required information for Qualifying Requirement as asked in the NIT<br />

and acceptance of techno-commercial offers along with Deviation Schedule as per format given<br />

in Annexure ‘C’.<br />

(iii) Envelope ‘C’ superscribed on it “Price Bid against Tender Notice No. and Date” should<br />

contain the Price Schedule along with the withdrawal prices for deviation, if any, as per format<br />

given in Annexure ‘D’. This envelope will be opened only for techno-commercially and QR<br />

complied bids based on the information submitted by the bidders at a date to be notified later on.<br />

W& P Manual – 2012 Page 147


2. 4 ENVELOPE BIDDING :<br />

Bidders are requested to submit their offer in sealed envelope superscribing on it “Tender Notice<br />

No. and Date”. Also indicate the Name and Address of the firm; and date of opening on the<br />

envelope. Above sealed envelope should contain four smaller sealed envelopes marked ‘A’, ‘B’,<br />

‘C’ & ’D’.<br />

(I) Envelope ‘A’ superscribed on it “Earnest Money against Tender Notice No.<br />

and Date” should contain Earnest Money in desired form and also the cost of tender documents if<br />

the same is downloaded from the website in DD/Pay Order in favour of Chief Accounts Officer,<br />

<strong>DVC</strong>, Kolkata-54, / Head of the Accounts of respective project.<br />

(ii) Envelope ‘B’ superscribed on it ‘Q/R against Tender Notice No. and Date should contain<br />

required information for Qualifying Requirement as asked in the NIT.<br />

(iii) Envelope ‘C’ superscribed on it ‘‘Techno Commercial Bid against Tender Notice No. and<br />

Date’ should contain acceptance of technical details and commercial terms along with<br />

Deviation Schedule as per format given in Annexure ‘C’.<br />

(iv) Envelope ‘D’ superscribed on it “Price Bid against Tender Notice No. and Date” should<br />

contain the Price Schedule along with the withdrawal prices for deviation, if any, as per format<br />

given in Annexure ‘D’. This envelope will be opened only for techno-commercially and QR<br />

complied bids based on the information submitted by the bidders at a date to be notified later on.<br />

5. BIDDING DOCUMENTS:<br />

Each bidder shall submit with its bid the following attachments for single stage bidding :<br />

Attachment 1: EMD/BID SECURITY. An EMD to be furnished in accordance with GCC Clause<br />

No. 06 and cost of bid documents separately in DD if the same is downloaded from Website.<br />

Attachment 2: Techno-commercial Terms & Conditions as per Format given in Annexure “A”<br />

and Specification Booklet/Sheet.<br />

Attachment 3: Price schedule as per Annexure “B”. The bidder shall also provide the withdrawal<br />

price, if any, for withdrawal of techno-commercial deviations as per format given in Annexure<br />

‘D’ along with the price bid.<br />

Attachment 4: Deviation sheet – Deviations, if any, from the commercial terms and conditions<br />

or Technical Specifications shall be listed ONLY as per format given in Annexure “C” and to be<br />

enclosed with the Techno-commercial offer.<br />

Attachment 5 : Information on supporting Documents as asked in support of the qualifying<br />

requirements in accordance with this NIT.<br />

Attachment 6 : Proforma and check list of Bank Guarantee against EMD.<br />

Each bidders shall submit with its bids the following attachments for two stage bidding :<br />

W& P Manual – 2012 Page 148


Each bidder should respond for single stage bidding with<br />

(i) 4-envelope (Two part tendering): Attachment 1 & 6 in envelope ‘A’, attachment 5 in envelope<br />

‘B’, attachment 2 & 4 in envelope ‘C’ and attachment 3 in envelope ‘D’.<br />

(ii) 3-envelope (Two part tendering): Attachment 1 & 6 in envelope A, Attachment 2, 4 & 5 in<br />

envelope B and Attachment 3 in envelope C.<br />

(iii) 2- envelope (1 part tendering ): Attachment 1 & 6 in envelope A and Attachment 2, 3, 4 & 5<br />

in envelope ‘B’.<br />

6. EARNEST MONEY DEPOSIT (IF APPLICABLE) :<br />

Every tender must accompany ‘Earnest Money’ as mentioned in the Tender Notice/Enquiry in<br />

desired form as mentioned below without which the tender will not be accepted. The Earnest<br />

Money should be deposited in any of the following forms :-<br />

a) E-payment mode has been enabled. The bidders can pay the cost of bid document and the<br />

EMD through electronic mode i.e. credit card/ debit card/ net banking. Provision for NEFT/<br />

RTGS has also been enable, moreover in case the bidder who do not have any credit card/ debit<br />

card or net banking facilities can use NEFT/ RTGS facilities for payment by downloading the<br />

challan from the web site and submit the same to nearest bank..<br />

b) Earnest Money can be submitted in the form of Bank Guarantee from an Indian Nationalized<br />

Bank / Schedule Bank / Foreign Bank (in the scheduled list of Reserve Bank of India),<br />

irrevocable and operative till the validity of the offer as per enclosed Proforma.<br />

Overseas bidder in case of participation is permitted to submit the Bank Guarantee from Foreign<br />

Bank which are included in the scheduled list of Reserve Bank of India, copy of which is annexed<br />

in Annexure-F. However, any Foreign Bank not mentioned here but subsequently included in the<br />

scheduled list of RBI in the course of bidding shall be accepted. Such inclusion of Bank’s name<br />

to be obtained from the website of RBI – www.rbi.org.in .<br />

The Bank Guarantee currency shall be same as currency of Price Bid. In case the bidder arranges<br />

to submit BG in INR from Nationalized or Schedule Bank through their trade relation and quote<br />

the bid in USD/EURO, the same shall be accepted.<br />

c) Earnest money can also be deposited through E-payment to Damodar Valley corporation ,A/c<br />

No…………….. ,Name of prescribed bank........., branch..........., IFSC code No………., MICR<br />

code No…………. The bidder is required to furnish the transaction reference No. for the e-<br />

payment made to <strong>DVC</strong>.<br />

d) <strong>DVC</strong> Bonds duly endorsed in favour of <strong>DVC</strong>.<br />

e) Attested photocopy of certificate issued by <strong>DVC</strong> as permanent EMD account holder.<br />

f) Post Office National Savings Certificate having face value equal to the EMD value and duly<br />

endorsed in favour of <strong>DVC</strong>.<br />

g) Pay Order/DD to be made in favour of <strong>DVC</strong> .<br />

No Bank Guarantee shall be accepted for EMD amount upto Rs. 50,000/-However, EMD<br />

W& P Manual – 2012 Page 149


exceeding Rs.50000/- may be accepted in any of the above forms.<br />

The offer accompanied by B.G. against EMD will only be considered valid on acceptance of the<br />

Bank Guarantee. The offer not accompanied by EMD or specified EMD in proper form as<br />

defined above shall not be considered as valid tender for opening provided necessary stipulations<br />

are made in the NIT.<br />

i) Earnest Money will be refunded only to the unsuccessful Tenderer within 15 days after<br />

finalisation of Tender and no interest will be paid for the same.<br />

ii) The amount of Earnest Money will be refunded to the successful tenderer, after acceptance of<br />

their Security Deposit-cum-Performance B.G. / successful completion of the order.<br />

iii) Small Scale Industries registered with NSIC shall be exempted from the payment of Earnest<br />

Money. Small Scale Industries seeking such exemption must enclose valid registration certificate<br />

from the appropriate Govt. authority giving details such as validity, stores etc., failing which<br />

exemption will not be granted.<br />

7. CONDITIONS FOR FORFEITURE OF EMD :<br />

The EMD may be forfeited<br />

1. In case the purchase order/work order is not executed by the vendor in full.<br />

2. For failure of tenderers to accept the order / LOI / LOA placed within the validity period<br />

of their offer,<br />

3. Any bidder withdraws/varies his offer within the bid validity period before finalisation of<br />

the tender.<br />

4. If the bidder does not accept the arithmetical correction of its bid price.<br />

5. For failure to submit security cum performance BG within 30 days from the last day of the<br />

specified time limit as stipulated in the PO/LOI/LOA.<br />

6. If the acceptance of order is not received within the stipulated period.<br />

7. If the Bidder does not withdraw any deviation listed in Statement of Deviations at the cost<br />

of withdrawal indicated by him,<br />

8. If the Bidder refuse to withdraw, without any cost to the Owner, any deviation not listed<br />

in Statement of Deviations but found elsewhere in the Bid,<br />

9. On providing false or incorrect information in respect of qualifying requirement etc.<br />

10. In case the L1 bidder for any item fails to produce the documents within the specified<br />

period of 10 days in case of domestic tenders and 15 days in case of global tenders, or if<br />

any of the information furnished by L1 bidder on-line is found to be false by the Tender<br />

Committee during verification of documents.<br />

W& P Manual – 2012 Page 150


8. PRICE BASIS:<br />

Price mentioned in the Purchase Order/Work Order/Turnkey Project Contracts shall be firm till<br />

execution of the contract unless stated otherwise.<br />

The bids may be invited either on ‘firm price basis’ or on ‘variable price basis’, but not on both.<br />

Tender Inviting Authority may invite any or all the items / components in supply / works /<br />

turnkey project tenders on ’variable price basis’ i.e. few items / components of a NIT may be on<br />

‘variable price’ basis and remaining items / components of the same NIT may be on ‘firm price<br />

basis’.<br />

The bids may be invited on variable price basis. In such cases Standard Price Variation Formula,<br />

based on PV formula published by IEEMA / CACMAI or similar recognised sources or adopted<br />

by power utilities like NTPC / PGCIL etc shall be indicated in the bid document. Bid document<br />

shall also indicate the standard source of different indices (for labour / material / exchange rate<br />

etc.) used in the PV formula for purpose of calculation of variable component. The base date for<br />

different indices for the purpose of calculating price variation will normally be considered 30<br />

days prior to the last date of submission of price bid or as indicated in the bid document. The cut<br />

off date for different indices in the PV formula for the purpose of calculating price variation may<br />

be considered as 2 to 4 months ahead of scheduled delivery period or as decided by TIA to be<br />

indicated component-wise in the bid document. The PV formula shall be stipulated by <strong>DVC</strong> in<br />

the bid document with or without any ceiling limit as decided by Tender Inviting Authority. In<br />

case of non-publication of applicable indices on a particular date, which happens to be applicable<br />

date for price adjustment purposes, the published indices prevailing immediately prior to the<br />

particular date will be applicable.<br />

Such bids shall be evaluated on the basis of offered price without any loading on account of price<br />

variation. In case a specific ceiling limit is mentioned in the bid document, payment shall,<br />

however, be restricted to the actual extent of variation that would take place limited to the ceiling<br />

limit. For bids on variable price basis without any ceiling limit, payment will also be effected on<br />

actuals as per PV formula without any ceiling limit.<br />

No price variation beyond scheduled contractual delivery/completion period will be allowed.<br />

Where it has been There shall also be no price variation on the advance payment component, if<br />

any.<br />

In case of any bidder offering firm price against NIT stipulation of variable price basis or variable<br />

price against NIT stipulation of firm price basis, it will be considered as deviation and bidder<br />

shall declare the cost of withdrawal of the same along with the price bid, failing which the offer<br />

will be considered unresponsive and to be rejected.<br />

9. TAXES, LEVIES AND DUTIES :<br />

Manufacturers / Contractors shall quote statutory taxes and duties (Sales Tax, VAT, Excise Duty,<br />

E. Cess, Customs Duty, Service Tax, Municipal Tax, Octroi, Levies and any other duties) as<br />

applicable against documentary evidence on the date of bid opening and shall be shown<br />

separately in the offer. This shall be to the account of the Damodar Valley Corporation (<strong>DVC</strong>),<br />

W& P Manual – 2012 Page 151


unless otherwise mentioned in the Purchase Order /Work Order. Any upward/downward variation<br />

in statutory taxes and duties after bid opening and up to the scheduled delivery period/work<br />

completion period shall be to the Damodar Valley Corporation account. Since such statutory<br />

taxes shall be on the account of <strong>DVC</strong>, benefits of any decrease in the same shall be retained by<br />

the <strong>DVC</strong> irrespective of decrease taking place during period of submission of bid and opening of<br />

bid. Taxes – duties shall always be paid at actual. Any upward variation in statutory taxes and<br />

duties beyond the contractual delivery period/work completion period will not be paid by <strong>DVC</strong> if<br />

the reasons of the delay are attributable to the vendor. Entry Tax / Octroi/ or any new taxes &<br />

duties imposed by statutory bodies after opening of the bid as applicable will be to the account of<br />

<strong>DVC</strong> at actual as per rate ruling within contractual delivery period/work completion period, if<br />

applicable.<br />

Changes in the tax rate dependant on the volume of turn over shall not come under the purview of<br />

reimbursement and should be spelt out in the bid documents itself.<br />

Bidders, other than manufacturers shall quote all-inclusive price up to the consignee’s end, clearly<br />

indicating the quantum of CST/VAT, if applicable and F&I Charges embedded in all-inclusive<br />

FOR Destination Price.<br />

For turnkey contracts/any other similar contracts, the bidder shall quote price of all the items<br />

manufactured by them and to be directly supplied to <strong>DVC</strong> with ruling rates of taxes and duties<br />

which would be reimbursed at actual including variations, if any, against documentary evidence<br />

at the time of supply, up to contractual completion period. All taxes and duties applicable on<br />

materials / equipment supplied as finished goods to <strong>DVC</strong> through Sub-vendor / Sub-contractor as<br />

bought out items are to be included in the price quoted by the bidder for such items, which will<br />

remain firm throughout the pendency of the contract. This will also cover raw material,<br />

component, special assembly procured for manufacturing finished goods, material/equipment to<br />

be supplied to <strong>DVC</strong> either directly by the contractor or through Sub Vendor. However, taxes and<br />

duties charged by the concerned State Govt. / Local Statutory Body for entry into the destination<br />

state / site viz. (a) Octroi, (b) Entry / Exit Tax, (c) Additional Toll Tax, (d) Special Toll Tax, (e)<br />

Turnover Tax etc. or any other taxes and duties having the same spirit and purpose shall be to the<br />

account of <strong>DVC</strong> as applicable as per rate ruling within contractual delivery period/work<br />

completion period.<br />

Service Tax as applicable on service that are provided directly by the contractor to the <strong>DVC</strong> shall<br />

be indicated separately in the bid price schedule with the ruling rate and will be reimbursed at<br />

actual including variation, if any, up to contractual completion period, on production of<br />

documentary evidence. However, Service Tax on services that is not provided directly by the<br />

contractor to <strong>DVC</strong> viz., transportation, insurance etc. shall be included in the bid price itself and<br />

shall not be considered separately.<br />

Works Contract Tax (WCT) at the admissible rate wherever applicable , will normally be<br />

included in bid price. <strong>DVC</strong> will, however, deduct WCT from the vendor’s bill/invoice and deposit<br />

the same to the concerned authorities as per statutory provisions.<br />

Beyond contractual completion period, <strong>DVC</strong> will normally accept lower of the tax liability either<br />

W& P Manual – 2012 Page 152


on the scheduled or actual date of completion unless the contractor is not responsible for the delay<br />

and/or it is otherwise decided by the authority granting the extension of time. Changes in the tax<br />

rate dependant on the volume of turn over shall not come under the purview of reimbursement<br />

and should be spelt out in the bid documents itself.<br />

For reimbursement of Sales / VAT / Service Tax, self-attested/notarized copy of registration<br />

certificate will normally be accepted as documentary evidence.<br />

In case of change of source of supply from Sub Vendor to bidder or Sub Vendor to contractor (if<br />

approved by <strong>DVC</strong>), no additional payment shall be made by <strong>DVC</strong> towards reimbursement of<br />

taxes and duties as they are deemed to be included in the contract price.<br />

In the event of change of source of supply from bidder/contractor to Sub Vendor (if approved by<br />

<strong>DVC</strong>), taxes and duties will be reimbursed at actual against documentary evidence restricted to<br />

the amount of taxes and duties as originally payable to the bidder in terms of the contract.<br />

10. DISCREPANCIES IN THE BID &TREATMENT THEREOF:<br />

The bids shall also be checked for computational error, if any, to arrive at the computed price, as<br />

per provisions in the following:<br />

• In case of discrepancy between the original and copies of bid, the original bid will be considered<br />

correct.<br />

• If there is a discrepancy between the unit price and the total price, which is obtained by<br />

multiplying the unit price and quantity of any item, or between sub-total and the total price, the<br />

unit or sub-total price shall prevail, and the total price shall be corrected accordingly.<br />

• If there is a discrepancy between words and figures, the amount in words will prevail.<br />

• If there is a discrepancy between the quantity specified by <strong>DVC</strong> in the bidding document and<br />

that indicated by the bidder in his bid, the former shall be taken to arrive at the computed price on<br />

pro-rata basis.<br />

• In case the unit rate of an item is not quoted but the total price is indicated, the same shall be<br />

taken to arrive at the computed price. The computed price arrived at, as above, shall be<br />

considered for the purpose of award also.<br />

• If the bidder does not accept the correction of errors as worked out by above methodology, its<br />

bid will be rejected and the earnest money will be forfeited.<br />

11. OFFER VALIDITY:-Quotation must be kept valid for at least 90/180 days or as decided by<br />

Tender Inviting Authority from the date of opening of the Enquiry / Tender and to be indicated in<br />

the NIT. If any bidder offers bid having validity shorter than that asked in the NIT, bid should<br />

not be rejected outrightly. Bidder should be persuaded to accept NIT stipulation.<br />

12. CLARIFICATIONS ON BID DOCUMENT:<br />

Bidder may seek clarifications on the bidding documents (GCC + SCC, if any + Technical<br />

Specification Booklet + NIT {Tender Notice} along with annexure + Proforma & Check List of<br />

W& P Manual – 2012 Page 153


BG against EMD), if required, upto 7 days before the scheduled bid opening date. Any<br />

clarification sought by the bidders must be sent in writing to the Tender Inviting Authority.<br />

Besides this, a Pre-bid Conference may also be held at the Tender Iinviting Office at the<br />

discretion of Tender Inviting Authority. If agreed by Tender Inviting Authority, date, time and<br />

place for holding the Pre-bid Conference to be mentioned in the bidding document (NIT).<br />

13. AMENDMENT OF BIDDING DOCUMENTS :<br />

At any time prior to the deadline for submission of bids, the owner may, for any reason, whether<br />

at its own initiative, or in response to the clarifications requested by the prospective Bidders,<br />

amend the bidding documents except QR after due approval of Tender Inviting Authority.<br />

The amendment will be notified in writing or by telephone/fax/e-mail to all prospective Bidders<br />

that have received the bidding documents and will be binding on them. Bidders are required to<br />

immediately acknowledge receipt of any such amendment, and it will be assumed that the<br />

information contained therein have been taken into account by the Bidder in his bid.<br />

In order to give reasonable time to prospective bidders to take the amendment into account in<br />

preparing their bid, the owner may, at his discretion, extend the deadline for the submission of<br />

bids.<br />

Any addendum/corrigendum/extension, if required, pertaining to Open NIT published through<br />

press advertisement will be hoisted in <strong>DVC</strong> website only and will not be published in Newspaper<br />

again. Bidders may be requested to visit <strong>DVC</strong> website regularly for any<br />

addendum/corrigendum/extension till opening of said NITs. This stipulation to be incorporated in<br />

the original press advertisement for the NIT.<br />

In case of change in technical parameter/ specification/ scope of work, selling and submission<br />

date to be extended.<br />

14. COST COMPENSATIONS FOR DEVIATIONS :<br />

Deviations specifically declared by the bidders in the respective Deviation Schedules of as per<br />

Annexure C (to be submitted along with techno-commercial offer) and respective cost of<br />

withdrawal of such deviation as per Annexure D (to be submitted along with the price bid)<br />

only will be taken into account for the purpose of evaluation. The bidders are required to declare<br />

the prices for the withdrawal of the deviations declared by them in the Deviation Schedules. Such<br />

prices declared by the bidders for the withdrawal of the deviations in the Deviation Schedules<br />

shall be added to the bid price to compensate for these deviations. In case prices for the<br />

withdrawal for declared deviations are not furnished by the bidder, their offer will be considered<br />

as unresponsive and will be rejected. In case the bidder refuses to withdraw the deviations at the<br />

cost of withdrawal indicated by the bidder in the Deviation Schedules, the bid Security / EMD of<br />

the bidder may be forfeited.<br />

Bidders may note that deviations, variations and additional conditions etc. found elsewhere in the<br />

bid other than those stated in the Deviation Schedules, save those pertaining to any rebates, shall<br />

W& P Manual – 2012 Page 154


not be given effect to in evaluation and it will be assumed that the bidder complies to all the<br />

conditions of Bidding Documents. In case bidder refuses to withdraw, without any cost to the<br />

Owner, those deviations which the bidder did not state in the Deviation Schedules, the bid<br />

security of the bidder may be forfeited and the bid is liable for rejection.<br />

Bidders are requested to quote the technical parameters/ guaranteed technical particulars of the<br />

quoted item as per specification sheet/booklet enclosed with the bid document.<br />

(ii) Bidders are requested to offer their commercial terms and conditions as per Annexure-A<br />

attached herewith.<br />

(iii) Manufacturers are requested to offer their pricing as per Annexure - B attached herewith.<br />

15. PRICE BID EVALUATION PROCEDURE:<br />

Offered bids from any manufacturer will be evaluated in the following methodology. Bids from<br />

other than manufacturer to be evaluated by deleting the respective components which are not<br />

applicable to them, namely, ED, Cess, P&F charges etc.<br />

Original Basic Price : Ex-Works Price (Rs.) = Rs .….………..<br />

+Packing & forwarding charges, if any<br />

: ……% on basic price only<br />

+Excise Duty : ……% on ( Basic Price + P & F )<br />

+Education Cess<br />

: …… % on ED<br />

+Sales Tax/VAT : .......% on ( Basic Price + P & F + E.D.+ Cess )<br />

+Freight<br />

: …….% on ( Basic Price + P&F ) or any<br />

lump sum value<br />

(In case the bidder fails to quote any value, or quotes as per actual, the bid evaluation will<br />

be done on the basis of highest quoted freight charges by the other bidders.)<br />

+Insurance<br />

: ……..% on ( Basic Price + P & F + E.D. + Cess + S.T.)<br />

or any other value against documentary evidence<br />

or actual premium in case of <strong>DVC</strong>’s Open Policy<br />

(presently it is 0.0112% of basic price).<br />

+ Cost of withdrawal price : As declared by the bidder in annexure-D with the price bid.<br />

for declared deviation<br />

+ Highest quoted price of Other bidders, :<br />

in case the Bidder fails to quote the Mandatory items<br />

or description of item not as per our specification *<br />

+ Type test charge/3 rd Party Inspection Charge :<br />

W& P Manual – 2012 Page 155


as per our QAP with applicable taxes and duties, if any *<br />

+ Loss capitalization charges, if any* –<br />

+ Any Other taxes and duties, such as TOT, Entry Tax, Municipal Tax<br />

etc. as applicable **<br />

= Total Evaluated Price<br />

In case of independent items, evaluation is to be made item-wise and to be clearly spelt out in<br />

NIT under the evaluation process.<br />

The liability of <strong>DVC</strong> shall be as per actual ED and E-Cess as applicable at the time of despatch,<br />

subject to production of documentary evidence by the manufacturer (bidder). Further the rate of<br />

ED shall be restricted to as applicable within the contractual delivery period only. Increase in ED<br />

rate, if any due to delay in supply beyond the contractual delivery period shall not be payable by<br />

<strong>DVC</strong> if the reasons for delay is attributable to the vendor only. However, the benefit of any<br />

decreases in ED shall be passed on to <strong>DVC</strong>.<br />

For tenders with lot of components/items, if any bidder fails to quote against a particular<br />

component/item or when the quoted item description is not as per NIT, the respective bid will be<br />

evaluated by loading the highest quoted price of that particular component/item of other eligible<br />

bidders. However order to be placed on rate negotiation of the subject item with L-1 bidder.<br />

If any bidder offers lesser quantity than the BOQ as stipulated in NIT against a particular<br />

component / item, the respective bid will be evaluated by loading on pro-rata basis.<br />

The lines with * mark may be deleted wherever not applicable.<br />

** = { Rate as on date of bid opening to be taken. }<br />

If a tenderer is exempted from payment of excise duty ED upto any value of supplies, or is<br />

entitled to concessional rate/quantum of ED, and has not stated that no ED will be charged by him<br />

upto the limit of exemption and has not indicated the concessional rate/quantum of ED leviable in<br />

respect of the tendered supplies but has made stipulation like, excise duty presently not<br />

applicable, but the same will be charged, if it becomes leviable latter on, the quoted price should<br />

be loaded with the quantum of excise duty with education cess which is applicable on the item as<br />

on the date of bid opening for the purpose of bid ranking.<br />

In respect of imported stores, when foreign bids are received in different currencies, conversion<br />

of foreign currency into rupees is to be done taking into account T.T selling rate of State Bank of<br />

India on the date of opening of price bid.<br />

In respect of Works/services contract, applicable service Tax with Education Cess to be loaded<br />

for evaluation of bids, if not specifically mentioned the same in the off<br />

16. INSPECTION / CHECKING / TESTING :<br />

All materials/equipments manufactured/supplied by the vendor against the Purchase<br />

Order/contract shall be subject to inspection, check and/or test by the Purchaser or his authorised<br />

W& P Manual – 2012 Page 156


epresentative. All these tests shall be carried out in the presence of Owner and/or his authorized<br />

representative. Vendor shall notify the Purchaser at least 15 days in advance when the material /<br />

equipment is ready for inspection. If upon delivery, the material / equipment does not meet the<br />

specifications / samples, the material / equipment / spares shall be rejected and vendor to be<br />

intimated for necessary repairs / modification etc. or for replacement. In such cases all expenses<br />

including to-and-fro freight, repacking charges etc., if required, shall be to the account of the<br />

vendor.<br />

Inspection by Purchaser and / or his authorized representative or failure by the Purchaser and/or<br />

his authorized representative to inspect the material / equipment shall neither relieve the Vendor<br />

of any responsibility or liability under this Purchase Order / contract in respect of such material /<br />

equipment nor be interpreted in any way to imply acceptance thereof by the Owner.<br />

Whenever specifically asked for by the Owner/Purchaser and/or his authorized representative, the<br />

Vendor shall arrange for inspection/testing by the Owner or third party authorised agencies as<br />

stipulated in the Purchase Order / contract. In such cases Vendor shall adhere to the inspection /<br />

testing procedure laid down by such agencies. All expenses including inspection fees shall be to<br />

the Purchaser account unless agreed to the contrary and specified in the Purchase Order/contract.<br />

17. ACCESS TO VENDOR’S PREMISES :<br />

The Owner and/or his authorized representative shall be provided access to Vendor’s and/or his<br />

sub-vendor’s premises at any time during the pendency of the Order/contract for expediting<br />

inspection, checking etc. of work.<br />

18. TRANSIT INSURANCE & REMOVAL OF REJECTED GOODS AND<br />

REPLACEMENT ;<br />

The items to be supplied have to be covered by Insurance during transit from vendors works/<br />

site/ godown upto the consignee’s respective project/formation/ store. It is mandatory to avail<br />

<strong>DVC</strong>’s Open Insurance Policy for all concerned for all O&M Projects and all other installations.<br />

In Turnkey Project Contracts, the bidders have to supply materials / equipment from the vendors<br />

approved by <strong>DVC</strong> (which may also include the bidder as manufacturer of the product), which is<br />

normally firmed up after placement of order. The quoted freight & insurance charges for this<br />

purpose are, therefore, irrespective of the vendors and geographical locations of their works. The<br />

bidder is, therefore, entitled to the fixed freight & insurance charges and no documentary<br />

evidence in support of the claim may be insisted upon and hence Mega Risk Policy would not be<br />

applicable for them.<br />

18.1 If upon delivery to consignee’s go-down, whether inspected and approved earlier or<br />

otherwise, the material / equipment is not found in conformity with the specifications, the same<br />

shall be rejected by the Purchaser or his duly authorized representative and notification to this<br />

effect will be issued to the Vendor normally within 30 days from the date of Receipt of the<br />

W& P Manual – 2012 Page 157


material at the Works / Site / consignee’s end.<br />

The Vendor on receipt of notification shall arrange removal of the rejected items within 15 days<br />

from the date of notification at his own cost. In the event the Vendor fails to lift the materials<br />

within the said 15 days, the consignee or his authorised representatives without any further notice<br />

or information to the vendor, shall be at liberty to dispose of such rejected items in any manner<br />

as he may think fit. All expenses shall be recoverable from the Vendor.<br />

18.2 In the event, the equipment and materials or any portion thereof are damaged or lost during<br />

transit, the consignee or his authorised representatives shall give notice to the Supplier/vendor<br />

detailing the particulars of such equipments & materials damaged or lost during transit. The<br />

replacement of such equipment and materials to be effected by the supplier / vendor free of<br />

costs including handling and transportation charges upto site, within a reasonable time.<br />

19. TERMS OF PAYMENT:<br />

For purchase order involving supply only, payment terms will be as below:<br />

100% payment alongwith full taxes & duties will normally be made by the purchaser/Owner to<br />

the Vendor through A/C Payee Cheque /RTGS within 15 working days from the date of receipt of<br />

material at site and after inspection & acceptance thereof or from date of receipt of invoice<br />

whichever is later. The consignee would arrange for inspection of the supplied items. All<br />

documents relating to payment would be checked and verified and to be passed by the concerned<br />

Accounts Office before effecting payment, with reference to the P.O./ LOI /LOA.<br />

However, payment terms for POs placed directly on manufacturer /authorised dealer may also be<br />

done as below :<br />

90% of the ordered value to be paid against despatch documents through bank subject to prior<br />

acceptance of SDBG, if applicable. Balance 10% of the ordered value to be paid after receipt of<br />

materials at site and acceptance thereof.<br />

Provision of part payment against part supply of consignment at consignee’s end may be<br />

incorporated in Purchase order on the merit of the case (only if the part consignment can be used<br />

independently), provided necessary stipulation is made in the bid document.<br />

The payment terms for any works/service contract may be regulated as below :<br />

90% of contract price for works/service contract against RA bills. This also includes initial<br />

advance, if any. Remaining 10% after completion of the contract.<br />

The payment terms for supply and erection & commissioning for any Turnkey<br />

contracts/packages may be regulated as follows :<br />

1) Supply portion only :<br />

70% of the Ex-works price /ordered value of supply (of bought out items also) with full taxes and<br />

duties as applicable after adjustment of advance, if any, will be paid against proof of despatch<br />

(viz. R/R, L/R) , detailed invoice / packing list, warranty certificate, test certificate ,insurance<br />

policy / certificate, dispatch clearance .<br />

W& P Manual – 2012 Page 158


20%of the Ex-works price / ordered value of supply (in case of bought out items also) after<br />

receipt of the materials and inspection and acceptance at site. Remaining 10% after complete<br />

erection and commissioning & testing and handing over.<br />

However, for spares, balance 30% shall be paid after receipt of materials and inspection &<br />

acceptance at site.<br />

2) Erection & Commissioning :<br />

90% of contract price for Erection & commissioning against RA bills. This also includes initial<br />

advance, if any. Remaining 10% after complete erection and commissioning & testing and<br />

handing over.<br />

3) Payment terms in respect of imports will be regulated as below :<br />

100% FOB price less Indian Agency Commission in Rs, if any, shall be paid against presentation<br />

of shipping documents as called for in the purchase order through irrevocable LC. The Indian<br />

Agency Commission in Rs, if any, shall be paid within 30 days of receipt of material at the<br />

consignee end.<br />

In case of direct import without involvement of Indian agency, 90% of FOB price will be paid<br />

against presentation of shipping documents as called for in the purchase order through irrevocable<br />

LC. Remaining 10% after receipt of materials by consignee in good condition.<br />

MOBILZATION ADVANCE:<br />

Advance payment is normally discouraged. In exceptional circumstances, interest-bearing<br />

advance to the extent of 10% of contract price may be given against submission of a BG taken<br />

towards security of the advance should be atleast 110% of advance so as to recovery of not only<br />

principal amount but also interest portion if so required.<br />

The BG wherever applicable should be valid upto the date of completion of works/supply and<br />

acceptance thereof.<br />

Advance should not be paid in less than two installments except in special circumstances for that<br />

reasons to be recorded.<br />

A clause in the tender enquiry to be incorporated that the interest free advance would be deemed<br />

as interest bearing advance at a base rate of SBI plus 3.5% if the contract is terminated due to<br />

default of the contractor. However rate of interest should be applied for calculation of interest on<br />

the advance amount in reset basis (i.e. not fixed rate of interest, it may go on changing during the<br />

period of advance remain unadjusted) based on the change of base rate time to time.<br />

Advance should be recovered within the original completion time.<br />

OTHER ADVANCE:<br />

Provision for 100% advance (interest free) may also be allowed in dealing with procurement on<br />

single tender basis from CPSU/Govt. controlled autonomous Organisation / Universities /<br />

Laboratories/ Reputed Private Manufacturer as OEM etc.<br />

W& P Manual – 2012 Page 159


The payment of advance is normally discouraged. The advance payment, in exceptional cases,<br />

may be given to the extent of 10% of total ordered value against submission of a Bank Guarantee<br />

of equivalent amount (on account of advance) and the same should have sufficient validity<br />

covering the full delivery period / full completion period and final payment thereof. Rate of<br />

interest of advance should be package specific and commensurate with the market rate.<br />

PAYMENT THROUGH RTGS/NEFT<br />

All payments to the vendors will be released through RTGS/EFT only.<br />

Vendors are requested to submit the requisite details as per Annexure E.<br />

The contractor/vendor shall furnish the following certificate to the Paying Authority along with<br />

each invoice/bill against payment for supplies made against any supply order/RC with longer<br />

completion period (more than a year), if the same is placed on firm price basis. ‘I / we certify that<br />

there has been no reduction in the sale price of the stores of description identical to this item,<br />

supplied to any person/organization and such stores have not been offered/sold by me/us to any<br />

person/organization at a price lower than the price charged under this contract upto the date of<br />

this bill.’<br />

20. ADDITIONS / ALTERATIONS / MODIFICATIONS :<br />

The Owner reserves the right to make additions/reduction/ alterations/ modifications to the<br />

quantity of the items in the Purchase Order. The Vendor shall supply such quantities also at the<br />

same rate as originally agreed to and incorporated in the Purchase Order. If, however, the<br />

additional supply is at variance with design, size and specifications and not already covered by<br />

the Purchase Order or the amendments therein, the rates for such additional supply shall be<br />

negotiated and mutually agreed upon.<br />

21. DELIVERY SCHEDULE / COMPLETION PERIOD :<br />

Time is the essence of this contract and normally no variation shall be permitted in the<br />

completion time/delivery schedule mentioned in the Order/contract unless an amendment in this<br />

regard is issued by <strong>DVC</strong>. Time extension may be issued on specific request/reason provided such<br />

request is communicated to the Order Issuing Authority before the expiry of the stipulated<br />

delivery schedule/completion period. Date of delivery of materials/goods is to be reckoned as the<br />

date of receipt of same by the consignee.<br />

22. LIQUIDATED DAMAGES FOR DELAY IN DELIVERY /COMPLETION OF<br />

WORKS:<br />

22.1 The time remains the essence of any contract/ purchase order awarded by <strong>DVC</strong> and all<br />

supply under a Purchase Order/all deliverables under a Work Order needs to be completed within<br />

the stipulated time schedule.<br />

The Contractor shall commence work on the Facilities from the date of Notification of Award.<br />

The Contractor shall thereafter proceed with the Facilities in accordance with the time schedule<br />

specified in Time Schedule to the Contract Agreement.<br />

Therefore, the provision has been kept in the contract that in case of delay in completion/delivery,<br />

for the reasons attributable to the contractor/ vendor, owner reserves the right to recover from the<br />

W& P Manual – 2012 Page 160


contractor/vendor, a sum equivalent to 0.5% of the value of the delayed materials / equipment /<br />

spares / work for each week of delay and part thereof subject to maximum of 5% of the total<br />

value of the order as Liquidated Damage (LD).<br />

In cases, where the works/supply/services extend beyond the contractual completion<br />

schedule/delivery period and provisional extension order is issued without deciding on the<br />

application of LD, no amount from the RA bill will be deducted as “withheld LD” amount in case<br />

where adequate retention payment (over and above SD) remains with <strong>DVC</strong> as per terms of the<br />

contract.<br />

22.2 Alternatively, the Purchaser reserves the right to purchase/outsourced the<br />

material/spares/equipment/ works /service from elsewhere at the sole risk and cost of the Vendor<br />

and recover all such extra cost incurred by the Purchaser in procuring the material/ works/service<br />

by the above procedure.<br />

22.3 Alternatively, the Purchaser may cancel the Order/contract completely or partly without<br />

prejudice to his right under the alternatives mentioned above.<br />

22.4 In the event of recourse to alternative 22.2 and 22.3 above, the Purchaser will have the right<br />

to re-purchase/ outsource the stores/works &service, to meet urgency in requirement caused by<br />

Vendor’s failure to comply with the schedule of delivery/ completion of the work, irrespective of<br />

the fact whether the materials/equipments/works/service are similar or not.<br />

23. SECURITY DEPOSIT-CUM-PERFORMANCE GUARANTEE:<br />

• No Security Deposit-cum-Performance Guarantee is required for contract value upto Rs. 5 lacs<br />

when 100% payment is released after full execution/ completion of the contract.<br />

• Security Deposit may be given in the form of BG of 10% ordered value<br />

or10% ordered value in Advance in the form of Bank Draft.<br />

At the discretion of Tender Inviting Authority for any site packages/procurement upto Rs. 100<br />

lacs /, security deposit may be recovered as.,Pro-rata deduction @ 10% from the running<br />

bill/submitted invoice .<br />

• Pro-rata deduction @ 10% is also allowed as SD for scheduled upward variation on account of<br />

variation of scope/quantity/price for any value of contract irrespective of instrument used for<br />

original SD.<br />

For all other cases, the successful tenderer will have to deposit as security, for satisfactory<br />

execution of the order, and for guaranteed performance of the supplied item/executed works or<br />

services for an amount equivalent to 10% of the ordered value in the form of Bank Guarantee (as<br />

per <strong>DVC</strong> format) within 30 days from the date of issuance of Purchase Order/Work Order, from<br />

any Nationalised / Scheduled Bank and it should have validity initially for 18 months from the<br />

date of execution of BG plus 6 months claim period thereafter. The said BG should be extended<br />

suitably covering the entire warranty period plus 6 months claim period after despatch of<br />

materials.<br />

W& P Manual – 2012 Page 161


For turnkey projects/project contracts, this SDBG should have the validity covering the entire<br />

warranty/guarantee period plus six months claim period thereafter and to be submitted within 30<br />

days of issuance of W.O. / LOA / LOI.<br />

The amount so deducted /accepted as SD to be refunded to the bidder after completion of<br />

warranty/guarantee period as mentioned in the contract.<br />

No payment, whatsoever will be made till the acceptance of SDBG/deposit of initial SD as the<br />

case may be as per the terms of the contract.<br />

In case banks refuse to issue BGs having Claim Period separately, the validity period of those<br />

BGs may be taken as warranty period plus six months.<br />

However, for ordered value above RS. 100 lakhs, Security Deposit in the form of Bank Guarantee<br />

shall only be acceptable.<br />

SSI Units registered with NSIC, under its single point registration scheme, are exempted from<br />

depositing Security Deposit for ordering value upto the monetary limit for which the unit is<br />

registered. Small-scale industries seeking such exemption must enclose valid registration<br />

certificate from appropriate Govt. Authority giving details such as validity, stores, monetary limit<br />

etc. failing which exemption will not be granted.<br />

However, these SSI units will have to submit Performance Guarantee for the materials to be<br />

supplied as per <strong>DVC</strong> norms and to be submitted before the despatch of materials and no payment<br />

will be effected till the acceptance of the same.<br />

In case of acceptance of SD in the form of Demand Draft or pro-rata reduction from running<br />

bills/submitted invoices, the amount so accepted/deducted as SD may be refunded to the vendors<br />

after submission of acceptable BG of equivalent amount valid till expiry of warranty/guarantee<br />

period plus six months claim period or valid covering warranty/guarantee period plus six months.<br />

24. PURCHASE PREFERENCE :<br />

At present <strong>DVC</strong>, an autonomous body under Ministry of Power, GOI is granted exemption from<br />

Purchase Preference Policy vide GOI OM dated 18-07-2005. However, any change in Govt.<br />

Policy/Directives on this subject will be applicable.<br />

25. SOURCE OF SUPPLY :<br />

The Vendor shall ensure that the indigenous capacity is utilized to the fullest extent possible in<br />

execution of the order. Where the imports are unavoidable, the Vendor shall import all such items<br />

in good time against his own import licence without affecting the contractual delivery schedule.<br />

26. PATENT RIGHTS :<br />

Royalties and fees for patents covering materials/equipments/ spares or processes used in<br />

executing the work shall be to the account of the Vendor. The Vendor shall satisfy all demands<br />

that may be made at any time for such royalties and fees and he alone shall be liable for damages,<br />

W& P Manual – 2012 Page 162


infringement and shall keep the Purchaser indemnified in that regard in the event of any<br />

equipment / spares / material or part thereof supplied by the Vendor is involved any suit or other<br />

proceedings held to constitute infringement and its use is enjoyed, the Vendor shall, at his own<br />

expenses, either procure for the Purchaser the right to continue the use of such<br />

equipment/spares/material replace it with a non-infringing material / spares / equipment or<br />

modify it so it become non-infringing.<br />

27. FORCE MAJEURE :<br />

Vendor shall not be considered in default if delay in delivery occurs due to causes beyond his<br />

control such as acts of God, natural calamities, civil wars, fire, strike, frost, floods, riot and acts of<br />

unsurpassed power. Only those causes which have duration of more than seven (7) days shall be<br />

considered cause of force / calendar majeure. A notification to this effect duly certified by the<br />

statutory authorities shall be given by the Vendor to the Owner within 10 days from the date of<br />

such Force Majeure condition by registered letter. In the event of delay due to such causes, the<br />

delivery schedule will be extended for a length of time equal to the period of force majeure or at<br />

the option of the Owner the order may be cancelled. Such cancellation would be without any<br />

liability whatsoever on the part of the Owner. In the event of such cancellation, the Vendor shall<br />

refund any amount advanced or paid to the Vendor by the Purchaser and deliver back any<br />

materials issued to him by the Purchaser and release facilities, if any, provided by the Purchaser.<br />

However, applicability of Force Majeure Clause in respect to a particular contract in the above<br />

backdrop is to be decided by Tender Accepting Authority.<br />

28. CANCELLATION/SHORT CLOSURE:<br />

The Owner may terminate/short close the contract, by not less than 30 days’ written notice to the<br />

bidder, to be given after occurrence any of the events specified in the Sl. No. (a) to (e) of this<br />

clause and 60 days in the case of the event referred to Sl. No. (g), (h) & (f) below :<br />

a) The Vendor fails to comply with any of the terms of the Order or the bidder do not remedy a<br />

failure in the performance of their obligations under the Contract, within thirty (30) days after<br />

being notified or within any further period as the Owner may have subsequently approved in<br />

writing.<br />

b) The Vendor becomes bankrupt or goes into liquidation.<br />

c) If as a result of Force Majeure, the Bidder is unable to supply a material for a period of not less<br />

than 60 days.<br />

d) If the Bidder, in the judgment of the Owner has engaged in corrupt or fraudulent practices in<br />

competing or in executing the Contract. For the purpose of this clause:<br />

e) “Corrupt Practice” means the offering, giving, receiving or soliciting of any thing of value to<br />

influence the action of a public official in the selection process or in contract execution.<br />

f) “Fraudulent Practice” means a misrepresentation of facts in order to influence a selection<br />

process or the execution of a contract to the detriment of the Owner.<br />

g) The vendor is otherwise precluded from complying with any of the terms of the order on<br />

W& P Manual – 2012 Page 163


account of any directives of any lawful authority.<br />

h) If the Owner, at its sole discretion, decides to terminate this Contract.<br />

<strong>DVC</strong> reserves the right not to issue tender documents to any intending bidders with whom<br />

<strong>DVC</strong> has stopped entering into business by virtue of policy decision.<br />

29. OWNER SUPPLIED MATERIALS (OSM):<br />

In turnkey contracts/Work contracts, there are occasions where <strong>DVC</strong> supply some of the<br />

materials/equipment to the contractor free of cost, for erection. The contractor shall arrange<br />

proper storing and insure against all risks for such OSM. The contractor shall furnish indemnity<br />

bond for the total value of OSM.<br />

30. RECOVERY OF EXCESS CONSUMPTION:<br />

Rate of recovery (for excess consumption of OSM exceeding allowable wastage) for OSM may<br />

be determined on the basis of latest PO with storage charge (wherever incurred) / 15% service<br />

charge and price variation, wherever applicable (only positive variation to be considered without<br />

any ceiling) as on date of commissioning of OSM after erection.<br />

The contractor may be allowed to replenish the excess consumed materials from the sources<br />

approved by <strong>DVC</strong>. However, if the OSM has to be issued through additional procurement on<br />

demand of the contractor because of excess consumption of his/their part, replacement of such<br />

additional quantity may not be allowed at the discretion of <strong>DVC</strong> and the same will be recovered<br />

as per procedure described above. In case penal recovery is considered to be expedient in respect<br />

of any critical equipment, the same shall be provided in the contract/bid document only after<br />

obtaining approval of HOD/Director.<br />

In case of issuance of any Tools and Plants, the contractor should return the same in as received<br />

condition.<br />

31. ELIGIBILITY CRITERIA OF JOINT VENTURE/ASSOCIATES IN TURNKEY<br />

CONTRACT:<br />

i) The bidder shall be a joint venture company incorporated in India and registered under the<br />

Companies Act 1956, provided that eligibility criteria of individual bidder mentioned at NIT is<br />

met by one of the promoters or jointly by more than one promoter. Each promoter company on<br />

the basis of whom the joint venture company gets qualified shall have minimum 26% equity in<br />

the JV company. The equity shall be locked in at least for a period of 5 years from the date of bid<br />

opening or till the completion of the warranty period of the project whichever is later. The bidder<br />

and the promoter company (ies) on whose strength the JV company is qualified, shall be jointly<br />

and severally liable for the execution of the contract and an undertaking to this effect shall be<br />

submitted along with the bid. In case of award, the said promoter company (ies) shall be required<br />

to give separate on demand bank guarantee for an amount equal to 1% of the total contract price<br />

in addition to the contract performance guarantee of 10% of contract value to be furnished by the<br />

bidder. NO JVC partner shall be allowed to bid independently or as a member in a consortium for<br />

this bid.<br />

W& P Manual – 2012 Page 164


ii) Bidders may take part in the bidding process with associates, provided he associates with a<br />

single firm for covering the any deficiency of QR part of individual bidder specified at NIT. In<br />

such a case the bidder shall furnish undertaking jointly executed by him and his associate for<br />

successful performance of the relevant system along with the bid. In case of award, associate shall<br />

be required to furnish bank guarantee for 5.0% (five percent) of contract price of the work value<br />

in addition to the contract performance guarantee of 10% (ten percent) of contract value to be<br />

furnished by the bidder.<br />

iii)In case, bidder is a JVC and does not meet financial requirements stated at NIT, the financial<br />

capability of at least one of the JVC partners on whose experience the qualification is sought,<br />

shall meet the financial QR.<br />

The lead partner shall be authorized to incur liabilities and receive instruction for and/or on<br />

behalf of partners of Joint Venture and the entire execution of the contract including receipt of<br />

payment shall be done exclusively through lead partners. The authorization shall be authenticated<br />

by submitting power of attorney signed by the legally authorized signatories of all the partners as<br />

per approved proforma of <strong>DVC</strong>.<br />

iv)All the partners of the Joint Venture Companies shall be liable jointly and severally for the<br />

execution of the contract, if awarded, in accordance with the settled terms & conditions and a<br />

copy of agreement entered into by the Joint Venture partners having such provision shall be<br />

submitted with the bid. A statement to this effect shall be included in the authorisation mentioned<br />

under (IV) above.<br />

v) The Joint Venture of the firms shall furnish all the required information as asked for in the NIT<br />

/ GCC / Specification in respect of each of their partners in their bid. In case of successful bid, the<br />

form of agreement shall be signed so as to be legally binding on all the partners. The format of<br />

the power of attorney and other documents to be submitted by Joint Venture Partners as indicated<br />

in (iii), (iv) & (v) may be suitably structured by our Legal Department.<br />

1. SELECTION OF SUB VENDORS FOR TURNKEY CONTRACTS / PACKAGES :<br />

Approved list of Sub-vendors will be indicated in the bidding documents for QR and non-QR<br />

items of supply.<br />

For non-critical items, there may not be enlisted Sub-vendors for every item and the supply shall<br />

be accepted as per related standards, approved sample, and satisfactory inspection, wherever<br />

applicable.<br />

The bidders are, permitted to propose new/different Sub Vendor for approval of <strong>DVC</strong> in the pre<br />

and post bid stage.<br />

If any new sub-vendor is proposed by the bidder, it may be approved and if it is acceptable on<br />

consideration that the proposed Sub Vendor made previous supplies to <strong>DVC</strong> or is included in the<br />

approved list in any other <strong>DVC</strong> / PGCIL / NTPC Project for similar supply.<br />

In case the proposed Sub Vendor is found to meet the QR and is neither in the approved list nor<br />

has made any previous supply to <strong>DVC</strong>, appropriate decision may be taken by the concerned Chief<br />

W& P Manual – 2012 Page 165


Engineer in consideration of documents furnished by the sub-vendor and further assessment, if<br />

required, may be done in the pre-award/post award stage.<br />

For non-QR items of supply, if new Sub Vendor is proposed by the bidder, it will be obligatory<br />

on the part of bidder to furnish the details / documents in support of their claim which would be<br />

reviewed and appropriate decision taken. In the event of further assessment of credential of Sub<br />

Vendor being felt necessary beyond the document furnished by the bidders, it shall be dealt with<br />

during post award stage.<br />

Normally no separate QR may be stipulated for sub-contracting of erection works. In cases,<br />

where Sub-contractor for erection job is proposed by the bidder, the qualification of the proposed<br />

Sub-Contractor may be examined keeping in view the qualification requirement applicable for the<br />

quantum of job proposed to be sub-contracted and other relevant aspects related to the site<br />

condition and overall responsibility of the contractor.<br />

The Sub Vendor / vendors shall be approved by the Tender Accepting Authority/concerned CEs.<br />

32. CHANGES IN CONSTITUTION OF BUSINESS :<br />

In the event of change in constitution of business of the contractor after issuance of contract due<br />

to merger/acquisition/any other reasons, the newly formed entity shall be equally held responsible<br />

to fulfil the contractual obligation. This is notwithstanding anything contained in NIT or<br />

subsequent LOI / LOA / GCC or any other document issued or provisions contained in any other<br />

Rules / Acts / Legislation.<br />

33. WAIVER :<br />

Any waiver by the Owner of any breach of the terms and conditions of the Order shall not<br />

constitute any subsequent breach of the waiver of any other right or conditions.<br />

34. COMPLIANCE OF REGULATIONS :<br />

The Vendor shall warrant that all Goods and/or services covered by this Purchase Order/ contract<br />

shall have been produced, sold, dispatched, delivered, tested and commissioned in strict<br />

compliance with all applicable laws, regulations including industries (Development &<br />

Regulations) Act, 1951 & Industrial Dispute Act, 1947 and any amendments there under, labour<br />

agreements, Safety rules and PF compliance, working conditions and technical codes and<br />

requirement as applicable from time to time.<br />

All laws, rules and regulations required to be followed in execution of the order / contract, must<br />

be complied with. The Vendor should execute and deliver such documents as may be needed by<br />

the Purchaser/ owner in evidence of compliance. Any liability arising out of contravention of any<br />

of the laws on executing this order shall be the sole responsibility of the Vendor and the Owner<br />

shall not be responsible in any manner whatsoever.<br />

35. SUB-LETTING & ASSIGNMENT :<br />

The Vendor shall not sub-let or assign any part of this Purchase Order/ contract to any other<br />

vendor/agency without the prior written consent of the Purchaser / owner. Such assignments or<br />

W& P Manual – 2012 Page 166


sub-letting or transfer shall not relieve the Vendor from any obligation, duty and responsibility<br />

under this Purchase Order / contract. Any assignment, transfer or sub-letting without the prior<br />

written approval of the Owner shall be void. The Purchaser / owner shall have the right to cancel<br />

the order/contract and to purchase the goods/services from elsewhere and the supplier/vendor<br />

shall be liable to the Purchaser / owner for any loss or damage which the Purchaser / owner may<br />

sustain in consequence or arising out of such purchase and the Vendor shall indemnify such loss<br />

or damage to the Owner.<br />

36. VENDORS DRAWING & DATA :<br />

All Drawings, data and documentation in respect of the ordered items are an integral part of the<br />

Purchase Order / contract. The Vendor will furnish all such drawings, data and documentation to<br />

the Purchaser / owner. Purchaser / owner will specify the schedule for submission of these<br />

documents by the Vendor and the required number of copies. The vendor shall ensure strict<br />

compliance to this schedule.<br />

37. INFORMATION PROVIDED BY THE PURCHASER /OWNER:<br />

All Drawings, data and documentation that are given to the vendor by the Purchaser / owner for<br />

the execution of the Order / contract shall be the property of the Purchaser / owner and shall be<br />

returned by the Vendor on demand by the Purchaser / owner. The Vendor shall not make use of<br />

any of the above documents for any purpose at any time except for the purpose of executing the<br />

Order / contract of the Purchaser / owner. The Vendor shall not disclose any of the information<br />

given by the Purchaser / owner to any person, firm, corporate body or authority and shall make all<br />

endeavours to ensure that the above information is kept confidential. All such information shall<br />

also remain the absolute property of the Purchaser/owner.<br />

38. SPARE PARTS, OILS & LUBRICANTS :<br />

Wherever applicable, the Vendor shall furnish item wise price list of spare parts required for two<br />

years operation of the equipment ordered. The Vendor shall also provide the necessary<br />

instructions and drawings to identify the spare part numbers and their location as well as an<br />

interchangeability chart. The Vendor shall recommend the quality of oils and lubricants required<br />

to be used to the operation of the equipment supplied under this Order for a continuous operation<br />

for a period of at least one year.<br />

39. VENDORS LIABILITY :<br />

Vendor hereby accepts full responsibility and indemnifies the Purchaser/owner and shall hold the<br />

Purchaser / owner harmless from all acts of omissions and commissions on the part of the vendor,<br />

his agents, his subcontractors and employees in execution of the Order. The Vendor also agrees to<br />

defend and hereby undertakes to indemnify the Purchaser / owner and also hold him harmless<br />

from any and all claims of injury to or death of any and all persons including but not limited to<br />

employees and for damage to the property arising out of or in connection with the performance of<br />

the work under the Purchase Order / contract. Vendor will also be responsible and indemnify the<br />

owner for any consequential damages .<br />

W& P Manual – 2012 Page 167


40. PACKING AND MARKING :<br />

All goods shall be securely packed in cases, bundles, crates etc. suitable for Rail / Road / Air /<br />

Sea transport. All exposed services/connections, protrusions shall be properly protected. All<br />

unexposed parts shall be packed with due care and the packages should bear the words “Handle<br />

with Care”. The packing of the goods to be transported by Rail / Road / Air / Sea shall be as per<br />

the conditions laid down by the appropriate authorities and the Vendor shall obtain clean railway /<br />

goods receipts without any qualifying remark.<br />

All packages and unpacked materials shall be marked on at least two places indicating the name<br />

of the Purchaser/ Consignee, Purchase Order No., gross & net weights and dimensions with<br />

indelible paint in English. In case of bundles, metallic plates marked with the above details shall<br />

be tagged. All packages containing harmful/ hazardous materials should be prominently marked.<br />

All goods should be despatched as per the relevant terms of the Purchase Order. In case any mode<br />

of transports has to be resorted to other than that mentioned in the Purchaser Order, the same<br />

should be done only after obtaining prior approval in writing from the Purchaser. All movement<br />

sanctions, loading permissions etc. from the railway or other authorities shall be obtained by the<br />

Vendor. The vendor should also take care of the odd-size consignments and their clearances<br />

involved.The Vendor shall communicate the relevant dispatch particulars immediately on<br />

dispatch by telex/telegram to the consignee as specified in the Purchase Order.<br />

The Vendor shall also forward original and copies of dispatch documents to the concerned<br />

authorities as required in the Purchase Order within two days from the date of despatch, failing<br />

which the Vendor shall be responsible for any delay in payments of consignment for want of<br />

documents and consequent demurrage, detention charges, etc.<br />

41. MODIFICATIONS :<br />

This order constitutes an entire agreement between the parties hereto. Any modifications to this<br />

Order shall become binding only upon the same being confirmed in writing duly signed by both<br />

the parties.<br />

42. GUARANTEE / WARRANTY :<br />

42.1 The Vendor shall warrant that all material / equipment / services supplied under this Order /<br />

contract shall be new, unused and conform to the Purchasers / owners requirements and<br />

specifications. The Vendor shall guarantee the material / equipment / services under this Order for<br />

a period of 18 months from the date of delivery or 12 months from the date of commissioning<br />

whichever is earlier.<br />

For turnkey contracts, Guarantee / Warranty period is to be considered as 12 months from the<br />

date of commissioning of the same irrespective of date of delivery. The date of delivery to be<br />

reckoned as the date of receipt of the material by the consignee. The Vendor shall agree to replace<br />

any material, which has been proved defective or fails to conform to the desired specifications<br />

free of cost to the Purchaser within the Guarantee/Warranty Period. The guarantee period for such<br />

replaced part shall be the same as that of equipments / materials specified earlier.<br />

W& P Manual – 2012 Page 168


42.2 Checking / approval of vendors drawings, inspection and acceptance of material / spares /<br />

equipment / furnishing to effect shipment and / or work done for erection, installation and<br />

commissioning of the equipment by the Purchaser/owner or any other agency on behalf of the<br />

Purchaser / owner shall not in any way relieve the Vendor from the responsibility for proper<br />

performance during the guarantee period.<br />

42.3 Service contracts like hiring of vehicle / Insurance / consultancy / Clearing & Forwarding<br />

services etc and other consumable items like stationeries, printing of matter etc. are beyond the<br />

purview of Warranty Clause.<br />

However, before floating of enquiry, Indentor / TIA at his discretion and depending on the<br />

technical intricacies of the procurement of goods and services may decide on the period of<br />

warranty / guarantee.<br />

43. MODE OF DESPATCH:<br />

Vendor shall despatch the materials as per schedule mode of despatch as indicated in the purchase<br />

order/contract and any violations to this effect without taking prior written approval from the<br />

purchaser/owner is not permissible. If it is dispatched without per mission , all risk and cost is to<br />

borne by the vendor.<br />

44. DEMURRAGE / WHARFAGE :<br />

In cases where documents are negotiated through Bank, any consequential charges e.g. demurrage<br />

/ wharfage charges, due to late retirement of documents on account of (i) violation of the<br />

inspection clause, (ii) material despatched after expiry of delivery period without obtaining<br />

approval in advance for extension of delivery period (iii) despatch of materials not as per<br />

schedule mode of despatch by approved transporters as per P.O/contract. (iv) late receipt of<br />

invoice or due to violation of any other clause/clauses of the purchase order will be to the<br />

Vendors account. Supplier would also be responsible for all such payment due to late receipt of<br />

RR/LR and other documents.<br />

45. GRAFTS / COMMISSION :<br />

Any graft, commission, gift or advantage given, promised or offered by or on behalf of the<br />

Supplier or his partner, agent officers, director, employee or servant or any one on his or their<br />

behalf in relation to the obtaining or to the execution of this or any other Contract with the<br />

Owner, shall in addition to any criminal liability which it may incur, subject the Supplier to the<br />

cancellation of this and all other Contracts and also to pay for any loss or damage to the Owner<br />

resulting from such cancellation. The Owner shall then be entitled to deduct the amount so<br />

payable from any money otherwise due to supplier.<br />

INTEGRITY PACT :Vendors/contractors are required to unconditionally accept the<br />

“Integrity pact” (executed in plain paper) as per format furnished by <strong>DVC</strong><br />

46. ACCEPTANCES :<br />

The Vendor shall return the duplicate copy of the Purchase Order / contract / Work Order and the<br />

other enclosed documents duly signed with seal and date as a mark of acceptance, within 15 days<br />

W& P Manual – 2012 Page 169


from the date of issuance of the order to the Order Issuing Authority.<br />

47. GOVERNING LAW<br />

The Contract shall be governed by and interpreted in accordance with laws in force in India. The<br />

Courts of Kolkata shall have exclusive jurisdiction in all matters arising under the Contract.<br />

48. SETTLEMENT OF DISPUTES & ARBITRATION:<br />

48.1. ADJUDICATOR<br />

48.1.1If any dispute of any kind whatsoever shall arise between the Employer and the Contractor<br />

in connection with or arising out of the Contract, including without prejudice to the generality of<br />

the foregoing, any question regarding its existence, validity or termination, or the execution of the<br />

Facilities—whether during the progress of the Facilities or after their completion and whether<br />

before or after the termination, abandonment or breach of the Contract—the parties shall seek to<br />

resolve any such dispute or difference by mutual consultation. If the parties fail to resolve such a<br />

dispute or difference by mutual consultation, then the dispute shall be referred in writing by either<br />

party to the Adjudicator, with a copy to the other party.<br />

48.1.2 The Adjudicator shall give its decision in writing to both parties within twenty-eight (28)<br />

days of a dispute being referred to it. If the Adjudicator has done so, and no notice of intention to<br />

commence arbitration has been given by either the Employer or the Contractor within fifty-six<br />

(56) days of such reference, the decision shall become final and binding upon the Employer and<br />

the Contractor. Any decision that has become final and binding shall be implemented by the<br />

parties forthwith.<br />

48.1.3 Should the Adjudicator resign or die, or should the Employer and the Contractor agree that<br />

the Adjudicator is not fulfilling its functions in accordance with the provisions of the Contract,<br />

another retired Judge of High Court / Supreme Court of India shall be jointly appointed by the<br />

Employer and the Contractor as Adjudicator under the Contract. Failing agreement between the<br />

two, within twenty eight (28) days, the new retired Judge of High Court/Supreme Court of India<br />

shall be appointed as Adjudicator under the Contract at the request of either party by the<br />

Appointing Authority specified in the SCC. The Adjudicator shall be paid fee plus reasonable<br />

expenditures incurred in the execution of its duties as Adjudicator under the Contract. These<br />

costs shall be divided equally between the Employer and the Contractor.<br />

48.2. ARBITRATION<br />

48. 2.1 If either the Employer or the Contractor is dissatisfied with the Adjudicator’s decision, or<br />

if the Adjudicator fails to give a decision within twenty-eight (28) days of a dispute being referred<br />

to it, then either the Employer or the Contractor may, within fifty-six (56) days of such<br />

reference, give notice to the other party, with a copy for information to the Adjudicator, of its<br />

intention to commence arbitration, as hereinafter provided, as to the matter in dispute, and no<br />

arbitration in respect of this matter may be commenced unless such notice is given.<br />

48.2.2 Any dispute in respect of which a notice of intention to commence arbitration has been<br />

given in accordance with GCC Sub-Clause 48.2.1, shall be finally settled by arbitration.<br />

Arbitration may be commenced prior to or after completion of the Facilities.<br />

48.2.3 Any dispute submitted by a party to arbitration shall be heard by an arbitration panel<br />

composed of three arbitrators, in accordance with the provisions set forth below.<br />

48.2.4 The Employer and the Contractor shall each appoint one arbitrator, and these two<br />

arbitrators shall jointly appoint a third arbitrator, who shall chair the arbitration panel. If the two<br />

arbitrators do not succeed in appointing a third arbitrator within twenty-eight (28) days after the<br />

W& P Manual – 2012 Page 170


latter of the two arbitrators has been appointed, the third arbitrator shall, at the request of either<br />

party, be appointed by the Appointing Authority for arbitrator designated in the SCC.<br />

48.2.5 If one party fails to appoint its arbitrator within forty-two (42) days after the other party<br />

has named its arbitrator, the party which has named an arbitrator may request the Appointing<br />

Authority to appoint the second arbitrator.<br />

48.2.6 If for any reason an arbitrator is unable to perform its function, the mandate of the<br />

Arbitrator shall terminate in accordance with the provisions of applicable laws as mentioned in<br />

GCC Clause 47(Governing Law) and a substitute shall be appointed in the same manner as the<br />

original arbitrator.<br />

48.2.7 Arbitration proceedings shall be conducted as follows:-<br />

(i) Appointing Authority for Adjudicator: Chairman of <strong>DVC</strong><br />

Appointing Authority for third Arbitrator:<br />

a) President, Institution of Engineers in case of an Indian Contractor.<br />

b) President, International Chambers of Commerce, Paris in case of a<br />

Foreign Contractor.<br />

(ii) Rules of procedure for arbitration proceedings:<br />

a) In case of a foreign contractor the arbitration proceeding shall be conducted in accordance with<br />

the United Nations Commission on International Trade Law (UNCITRAL) Arbitration Rules of<br />

1976.<br />

b) In case of an Indian Contractor, the arbitration proceedings shall be conducted in accordance<br />

with Indian Arbitration and Conciliation Act 1996. In case the Indian Contractor is an Indian<br />

Public Sector Enterprise /Government Department (but not a state Govt. Undertaking of Joint<br />

Sector Undertaking which is not a subsidiary of Central Govt. Undertaking), the dispute arising<br />

between the Employer and the Contractor shall be referred for resolution to a Permanent<br />

Arbitration machinery (PAM) of the Department of Public Enterprises, Government of India.<br />

(iii) The Place for Arbitration shall be : Kolkata, India<br />

48.2.8 The decision of a majority of the arbitrators (or of the third arbitrator chairing the<br />

arbitration panel, if there is no such majority) shall be final and binding and shall be enforceable<br />

in any court of competent jurisdiction as decree of the court. The parties thereby waive any<br />

objections to or claims of immunity from such enforcement.<br />

48.2.9 The arbitrator(s) shall give reasoned award.<br />

48.3. Notwithstanding any reference to the Adjudicator or arbitration herein,<br />

(a) the parties shall continue to perform their respective obligations under the Contract<br />

unless they otherwise agree<br />

(b) the Employer shall pay the Contractor any monies due to the Contractor.<br />

W& P Manual – 2012 Page 171


49. Safety Aspects To Be Complied:<br />

CLAUSE<br />

NO.<br />

1.0<br />

2.0<br />

2.1<br />

2.2<br />

2.3<br />

REQUIREMENT<br />

The contractor/ agency shall comply with all the requirements of the rules framed<br />

by Damodar Valley Corporation (Also referred here as <strong>DVC</strong>) relating to Safety,<br />

provisions of Factories Act, 1948 State Factories Rules as amended time to time,<br />

and all other statutory requirements as applicable to his work, like Indian<br />

Electricity Act, ESI Act (Wherever the facility is available), PF Act, Workmen’s<br />

Compensation Act, Motor Vehicles Act etc. He shall ensure compliance of all the<br />

responsibilities of the Occupier and Factory Manager as mentioned in the Factories<br />

Act in his place of work.<br />

Additionally, the contractor shall comply with all the Rules framed by <strong>DVC</strong><br />

relating to Safety of all working in the work place, and ensure compliance with all<br />

types of permit to work. He shall also comply with all directions given by the<br />

Engineer In-charge or Head of <strong>DVC</strong> Project Safety Deptt. or their nominated<br />

representative with specific regard to Safety and Health of the workers.<br />

The Contractor/ Agency shall frame and implement it’s Safety and Health Policy<br />

which shall contain all the provisions relating to compliance of <strong>DVC</strong> Safety/ Health<br />

and Safety Policy.<br />

The Contractor shall appoint a full time Engineer with either Degree in Engg. With<br />

not less than 1 years of experience or Diploma in Engg. With not less than 2 years<br />

of experience to supervise the work for each 50 workers/ staff or a part thereof.<br />

Where the work is of hazardous in nature the supervisor shall be appointed for first<br />

20 workers also.<br />

If at any time the contractor employs more than 150 workers including staff, he<br />

shall appoint from the start of work itself a Safety Officer, with the qualification as<br />

mentioned in the Factories Act/ State Factories Rules applicable to the state, in<br />

which the work is carried out. The Safety Officer of the Contractor shall discharge<br />

only those responsibilities as mentioned in statutory rules for the Safety Officers.<br />

Before Start of work by the Contractor, The Contractor shall sign an MOU with<br />

Head of <strong>DVC</strong> Project Safety Deptt. and Engineer In charge of the contract, wherein<br />

he shall submit following documents also:<br />

a) Safety Plan of the Contractor for his own as well as his sub- contractors;<br />

b) Methodology (Including responsibility) of accident reporting to <strong>DVC</strong> authorities<br />

and Statutory authorities, conduct of enquiries, and implementation of corrective<br />

measures.<br />

W& P Manual – 2012 Page 172


2.5<br />

c) The Contractor shall get all his Lifting equipments and tackles thoroughly<br />

examined / tested through a Competent Persons, approved by the local state<br />

government, where the work is being undertaken.<br />

d) Before Start of work by the Contractor, the Contractor shall present his Personal<br />

Protective equipments to Head of <strong>DVC</strong> Safety Deptt, and Engineer In charge, for<br />

inspection, who will inspect these equipments for necessary legal compliance. Only<br />

after this inspection and clearance in writing, above referred items shall be used or<br />

issued by the Contractor.<br />

e) Before using the lifting equipments and other safety related items, the contractor<br />

shall present these to Head of <strong>DVC</strong> Safety Deptt, and Engineer In charge, for<br />

inspection, who will inspect these equipments for its safety. Only after their<br />

clearance in writing, these items shall be used by the Contractor. However, all<br />

liabilities for statutory violations for these equipment shall be of the Contractor.<br />

Before Start of the contract, the Contractor shall provide appropriate Safety<br />

Training to all his workers of at least one full day duration, through an external<br />

agency, with faculty having the qualification as mentioned in the Factories Act/<br />

State Rules for the Safety Officer, and having minimum 5 years of power plant site<br />

exposure, with regard to implementing safety provisions.. Only those who are<br />

trained, as above, shall be allowed for issue of Gate Pass.<br />

f) Before Start of work by the Contractor, the Contractor shall get occupational<br />

health examination of his workers, working/ to work in hazardous activities<br />

through a Medical Practitioner, approved by the State Government, and<br />

subsequently as mentioned in the state factories rules.<br />

g) In case any accident occurs and <strong>DVC</strong> Officials investigate it, the Contractor<br />

shall provide full cooperation in conduct of inquiry, conducted by the <strong>DVC</strong><br />

officials, in case of any accident at his workplace or to his worker.<br />

e) Wherever there is probability of fall of worker/ material from more than 8 Ft, to<br />

prevent his fall, the contractor shall provide Safety Harness to all his workers and<br />

ensure its use. He shall also provide safety net below such work place. He shall<br />

ensure compliance of all provisions of Permit for working at height devised by<br />

<strong>DVC</strong>. If the fall arrester is provided by <strong>DVC</strong>, the Contractor shall ensure its right<br />

use.<br />

The contractor shall use only double insulated power tools shall be used at the<br />

construction place. He shall only use 3 Core cable for Single phase Supply and 4<br />

Core Cable for 3 Phase supply. For all electrical connections appropriate ELCB<br />

shall be used by the Contractor.<br />

a) In no case any electric supply shall be taken through loose wire like supply<br />

without Plug Top.<br />

W& P Manual – 2012 Page 173


3.0<br />

4.0<br />

5.0<br />

6.0<br />

b) No electrical repair work shall be carried out on any live equipment. It shall be<br />

done only by the Electrician having either ITI qualification or Wireman’s<br />

certificate issued by the State Government.<br />

In case any accident occurs during the construction or erection work or other<br />

associated activities undertaken by the Contractor In-charge, it shall be the<br />

responsibility of the Contractor to promptly inform the same to the Engineer Incharge,<br />

<strong>DVC</strong> Head of Safety Deptt. in the prescribed form (Which can be collected<br />

by the Contractor/ Agency from the Project Safety Deptt.), and also to all the<br />

statutory authorities envisaged under the applicable laws.<br />

The Engineer In-charge as well as <strong>DVC</strong> Head of Safety Deptt. or their nominated<br />

representative shall have the right at his sole discretion to stop the work, if in his<br />

opinion the work is being carried out in such a way that it may cause accidents and<br />

endanger the safety of the persons and / or property, and / or equipments. In such<br />

cases, the contractor shall be informed in writing, and the contractor shall<br />

immediately stop the work, and comply to remove shortcomings promptly.<br />

If the Contractor does not provide safety equipments to his workers or fails to<br />

discharge of his other responsibilities, statutory or otherwise, as mentioned above,<br />

<strong>DVC</strong> may provide the same and recover the expenditure along with overhead cost<br />

etc. However, this does not absolve the contractor from his responsibility as<br />

mentioned in the contract..<br />

If the Contractor fails complying with the provisions as mentioned above, the<br />

Contractor shall pay to <strong>DVC</strong> at the rate of Rs. 2,000/- per day or part thereof for<br />

contract value exceeding Rs Twenty Lakhs, and, at the rate of Rs 500/- per day for<br />

the contract value less than Rs 20 Lakhs till the instructions are complied with and<br />

so certified by the Engineer In-charge and <strong>DVC</strong> Head of Project Safety Deptt.. If<br />

it is not paid by the Contractor, it shall be deducted from his next bill.<br />

In case of injury, the compensation as calculated/ directed by the State Government<br />

Authorities shall be paid by the Contractor to the Victim/ his heir, in accordance<br />

with the statutory provisions.<br />

50. WORK PROGRAM<br />

50.1. CONTRACTOR’S ORGANIZATION<br />

The Contractor shall supply to the Employer and the Project Manager a chart showing the<br />

proposed organization to be established by the Contractor for carrying out work. The chart shall<br />

include the identities of the key personnel together with the curricula vitae of such key personnel<br />

to be employed within twenty-one (21) days of the Effective Date. The Contractor shall promptly<br />

inform the Employer and the Project Manager in writing of any revision or alteration of such an<br />

organization chart.<br />

50.2. PROGRAM OF PERFORMANCE<br />

W& P Manual – 2012 Page 174


Within twenty-eight (28) days after the date of Notification of Award of Contract, the Contractor<br />

shall prepare and submit to the Project Manager a detailed program of performance of the<br />

Contract, made in the form of PERT network and showing the sequence in which it proposes to<br />

design, manufacture/procure, transport, work at site as well as the date(s) by which the Contractor<br />

reasonably requires that the Employer shall have fulfilled its obligations under the Contract so as<br />

to enable the Contractor to execute the Contract in accordance with the program and to achieve<br />

Completion of the Facilities in accordance with the Contract. The program so submitted by the<br />

Contractor shall accord with the Time Schedule to the Contract Agreement and any other dates<br />

and periods specified in the Contract. The Contractor shall update and revise the program as and<br />

when appropriate or when required by the Project Manager, but without modification in the<br />

Times for Completion given in the SCC and any extension granted in accordance with GCC<br />

Clause 35, and shall submit all such revisions to the Project Manager.<br />

50.3 Progress Report<br />

The Contractor shall monitor progress of all the activities specified in the program referred to in<br />

GCC Sub-Clause 50.2 (Program of Performance) above, and supply a progress report to the<br />

Project Manager every month.<br />

The progress report shall be in a form acceptable to the Project Manager and shall also indicate:<br />

(a) percentage completion achieved compared with the planned percentage completion for each<br />

activity; and (b) where any activity is behind the program, giving comments and likely<br />

consequences and stating the corrective action being taken.<br />

50.4 PROGRESS OF PERFORMANCE<br />

If at any time the Contractor’s actual progress falls behind the program referred to in GCC Sub-<br />

Clause 50.2 (Program of Performance), or it becomes apparent that it will so fall behind, the<br />

Contractor shall, at the request of the Employer or the Project Manager, prepare and submit to the<br />

Project Manager a revised program, taking into account the prevailing circumstances, and shall<br />

notify the Project Manager of the steps being taken to expedite progress so as to attain<br />

Completion of the Facilities within the Time for Completion under GCC Clause 22 (Time for<br />

Commencement and Completion), or any extended period as may otherwise be agreed upon<br />

between the Employer and the Contractor.<br />

50.5 WORK PROCEDURES<br />

The Contract shall be executed in accordance with the Contract Documents and the procedures<br />

given in the section on Forms and Procedures of the Contract Documents.<br />

If agreed between the Employer and the Contractor, the Contractor may execute the Contract in<br />

accordance with its own standard project execution plans and procedures to the extent that they<br />

do not conflict with the provisions contained in the Contract.<br />

50.6 Maintenance of Records of Weekly Progress Review Meetings at Site.<br />

The Contractor shall be required to attend all weekly progress review meetings organized by the<br />

'Project Manager' or his authorised representative. The deliberations in the meetings shall interalia<br />

include the weekly program, progress of work (including details of manpower, tools and<br />

plants deployed by the contractor vis-a-vis agreed schedule), inputs to be provided by Employer,<br />

delays, if any and recovery program, specific hindrances to work and work instructions by<br />

Employer. The minutes of the weekly meetings shall be recorded in triplicate in a numbered<br />

register available with the Project Manager or his authorized representative. These recordings<br />

shall be jointly signed by the Project Manager or his authorized representative and the Contractor<br />

and one copy of the signed records shall be handed over to the Contractor".<br />

W& P Manual – 2012 Page 175


51. TRANSFER OF OWNERSHIP<br />

51.1 Ownership of the Contractor’s Equipment used by the Contractor and its Subcontractors in<br />

connection with the Contract shall remain with the Contractor or its Subcontractors.<br />

51.2 Disposal of surplus material: Ownership of any goods/materials in excess of the<br />

requirements for the Facilities (i.e. surplus material) shall revert to the Contractor upon<br />

Completion of the Facilities or at such earlier time when the Employer and the Contractor agree<br />

that the goods/materials in question are no longer required for the Facilities. The Contractor shall<br />

remove from the site such surplus material brought by him in pursuance of the Contract, subject<br />

to the Contractor producing the necessary clearance from the relevant authorities (Custom, Excise<br />

etc.), if required by the law, in respect of re-export or disposal of the surplus material locally.<br />

The liability for the payment of the applicable taxes/duties, if any, on the surplus material so reexported<br />

and / or disposed locally shall be that of the Contractor.<br />

The Contractor shall also indemnify to keep the Employer harmless from any act of omission or<br />

negligence on the part of the Contractor in following the statutory requirements with regard to<br />

removal/disposal of surplus material. The Indemnity Bond shall be furnished by Contractor as<br />

per proforma. Further, in case the laws require the Employer to take prior permission of the<br />

relevant Authorities before handing over the surplus material to the Contractor, the same shall be<br />

obtained by the Contractor on behalf of the Employer.<br />

51.3 Notwithstanding the transfer of ownership of the goods/materials, the responsibility for<br />

care and custody thereof together with the risk of loss or damage thereto shall remain with the<br />

Contractor hereof until Completion of the Facilities or the part thereof in which such<br />

goods/materials are incorporated.<br />

51.4 In case of where the Employer hands over his goods/materials/Equipments to the<br />

Contractor for executing the Contract, then the Contractor shall, at the time of taking delivery of<br />

the goods/materials/Equipments through Bill of Lading or other despatch documents, furnish<br />

Trust Receipt for goods/materials/Equipments and also execute an Indemnity Bond in favour of<br />

the Employer for keeping the equipment in safe custody and to utilise the same exclusively for<br />

the purpose of the said Contract.<br />

52. CHANGES IN THE FACILITIES<br />

52.1 INTRODUCING A CHANGE<br />

52.1.1 The Employer shall have the right to propose, and subsequently require, that the Project<br />

Manager order the Contractor from time to time during the performance of the Contract to make<br />

any change, modification, addition or deletion to, in or from the Facilities (hereinafter called<br />

“Change”), provided that such Change falls within the general scope of the Facilities and does not<br />

constitute unrelated work and that it is technically practicable, taking into account both the state<br />

of advancement of the Facilities and the technical compatibility of the Change envisaged with the<br />

nature of the Facilities as specified in the Contract .<br />

52.1.2 The Contractor may from time to time during its performance of the Contract propose to<br />

the Employer (with a copy to the Project Manager) any Change that the Contractor considers<br />

necessary or desirable to improve the quality, efficiency or safety of the Facilities. The Employer<br />

may at its discretion approve or reject any Change proposed by the Contractor.<br />

52.1.3 Notwithstanding GCC Sub-Clauses 52.1.1 and 52.1.2, no change made necessary because<br />

of any default of the Contractor in the performance of its obligations under the Contract shall be<br />

W& P Manual – 2012 Page 176


deemed to be a Change, and such change shall not result in any adjustment of the Contract Price<br />

or the Time for Completion.<br />

52.1.4 The procedure on how to proceed with and execute Changes is specified in GCC Sub<br />

Clauses 52.2 and 52.3.<br />

52.2 CHANGES ORIGINATING FROM EMPLOYER<br />

52.2.1 If the Employer proposes a Change pursuant to GCC Sub-Clause 52.1.1, it shall send to<br />

the Contractor a “Request for Change Proposal,” requiring the Contractor to prepare and furnish<br />

to the Project Manager as soon as reasonably practicable a “Change Proposal,” which shall<br />

include the following:<br />

(a) brief description of the Change<br />

(b) effect on the Time for Completion<br />

(c) estimated cost of the Change<br />

(d) effect on any other provisions of the Contract.<br />

52.2.2 The pricing of any Change shall, as far as practicable, be calculated in accordance with<br />

the rates and prices included in the Contract. If the rates and prices of any change are not<br />

available in the Contract, the parties thereto shall agree on specific rates for the valuation of the<br />

Change.<br />

52.2.3 If before or during the preparation of the Change Proposal it becomes apparent that the<br />

aggregate effect of compliance therewith and with all other Change Orders that have already<br />

become binding upon the Contractor under this GCC Clause 52 would be to increase or decrease<br />

the Contract Price as originally set forth in Contract Price of the Contract Agreement, the<br />

Contractor may give a written notice of objection thereto prior to furnishing the Change Proposal<br />

as aforesaid. If the Employer accepts the Contractor’s objection, the Employer and the<br />

Contractor shall agree on specific rates for valuation of the change.<br />

52.2.4 Upon receipt of the Change Proposal, the Employer and the Contractor shall mutually<br />

agree upon all matters therein contained including agreement on rates if such rates are not<br />

available in the Contract or if the limit set forth in Clause 52.2.3 has been exceeded. Within<br />

fourteen (14) days after such agreement, the Employer shall, if it intends to proceed with the<br />

Change, issue the Contractor with a Change Order.<br />

If the Employer is unable to reach a decision within fourteen (14) days, it shall notify the<br />

Contractor with details of when the Contractor can expect a decision.<br />

If the Employer decides not to proceed with the Change for whatever reason, it shall, within the<br />

said period of fourteen (14) days, notify the Contractor accordingly.<br />

52.2.5 If the Employer and the Contractor cannot reach agreement on the price for the Change,<br />

an equitable adjustment to the Time for Completion, or any other matters identified in the Change<br />

Proposal, the Employer may nevertheless instruct the Contractor to proceed with the Change by<br />

issue of a “Pending Agreement Change Order.”<br />

Upon receipt of a Pending Agreement Change Order, the Contractor shall immediately proceed<br />

with effecting the Changes covered by such Order. The parties shall thereafter attempt to reach<br />

agreement on the outstanding issues under the Change Proposal.<br />

W& P Manual – 2012 Page 177


If the parties cannot reach agreement within sixty (60) days from the date of issue of the Pending<br />

Agreement Change Order, then the matter may be referred to the Adjudicator in accordance with<br />

the provisions of GCC Sub-Clause 48.1 (Adjudicator).<br />

52.3 CHANGES ORIGINATING FROM CONTRACTOR<br />

52.3.1 If the Contractor proposes a Change pursuant to GCC Sub-Clause 52.1.2, the Contractor<br />

shall submit to the Project Manager a written “Application for Change Proposal,” giving reasons<br />

for the proposed Change and including the information specified in GCC Sub-Clause 52.2.1.<br />

Upon receipt of the Application for Change Proposal, the parties shall follow the procedures<br />

outlined in GCC Sub-Clauses 52.2.4 and 52.2.5<br />

53 TERMINATION<br />

53.1TERMINATION FOR EMPLOYER’S CONVENIENCE<br />

53.1.1 The Employer may at any time terminate the Contract for any reason by giving the<br />

Contractor a notice of termination that refers to this GCC Sub-Clause 53.1.<br />

53.1.2 Upon receipt of the notice of termination under GCC Sub-Clause 53.1.1, the Contractor<br />

shall either immediately or upon the date specified in the notice of termination<br />

(a) cease all further work, except for such work as the Employer may specify in the notice of<br />

termination for the sole purpose of protecting that part of the Facilities already executed, or any<br />

work required to leave the Site in a clean and safe condition<br />

(b) terminate all subcontracts, except those to be assigned to the Employer pursuant to<br />

paragraph (d)(ii) below<br />

(c) remove all Contractor’s Equipment from the Site, repatriate the Contractor’s and its<br />

Subcontractors’ personnel from the Site, remove from the Site any wreckage, rubbish and debris<br />

of any kind, and leave the whole of the Site in a clean and safe condition<br />

(d) In addition, the Contractor, subject to the payment specified in GCC Sub-Clause 53.1.3, shall<br />

(i) deliver to the Employer the parts of the Facilities executed by the Contractor up to the date<br />

of termination<br />

(ii) to the extent legally possible, assign to the Employer all right, title and benefit of the<br />

Contractor to the Facilities and to the Plant and Equipment as at the date of termination,<br />

and, as may be required by the Employer, in any subcontracts concluded between the<br />

Contractor and its Subcontractors<br />

(iii) deliver to the Employer all non-proprietary drawings, specifications and other documents<br />

prepared by the Contractor or its Subcontractors as at the date of termination in connection<br />

with the Facilities.<br />

53.1.3 In the event of termination of the Contract under GCC Sub-Clause 53.1.1, the Employer<br />

shall pay to the Contractor the following amounts:<br />

(a) the Contract Price, properly attributable to the parts of the Facilities executed by the<br />

Contractor as of the date of termination<br />

(b) the costs reasonably incurred by the Contractor in the removal of the Contractor’s<br />

Equipment from the Site and in the repatriation of the Contractor’s and its<br />

Subcontractors’ personnel<br />

(c) any amounts to be paid by the Contractor to its Subcontractors in connection with the<br />

termination of any subcontracts, including any cancellation charges<br />

W& P Manual – 2012 Page 178


(d) costs incurred by the Contractor in protecting the Facilities and leaving the Site in a clean<br />

and safe condition pursuant to paragraph (a) of GCC Sub-Clause 53.1.2<br />

(e) the cost of satisfying all other obligations, commitments and claims that the Contractor<br />

may in good faith have undertaken with third parties in connection with the Contract and<br />

that are not covered by paragraphs (a) through (d) above.<br />

53.2TERMINATION FOR CONTRACTOR’S DEFAULT<br />

53.2.1 The Employer, without prejudice to any other rights or remedies it may possess, may<br />

terminate the Contract forthwith in the following circumstances by giving a notice of termination<br />

and its reasons therefore to the Contractor, referring to this GCC Sub-Clause 53.2:<br />

(a) if the Contractor becomes bankrupt or insolvent, has a receiving order issued against it,<br />

compounds with its creditors, or, if the Contractor is a corporation, a resolution is passed or<br />

order is made for its winding up (other than a voluntary liquidation for the purposes of<br />

amalgamation or reconstruction), a receiver is appointed over any part of its undertaking or<br />

assets, or if the Contractor takes or suffers any other analogous action in consequence of<br />

debt<br />

(b) if the Contractor assigns or transfers the Contract or any right or interest therein in<br />

violation of the provision of GCC Clause 35 (Assignment).<br />

(c) if the Contractor, in the judgement of the Employer has engaged in corrupt or fraudulent<br />

practices in competing for or in executing the Contract.<br />

For the purpose of this Sub-Clause:<br />

"corrupt practice" means the offering, giving, receiving or soliciting of anything of value to<br />

influence the action of a public official in the procurement process or in contract execution.<br />

"fraudulent practice" means a misrepresentation of facts in order to influence a procurement<br />

process or the execution of a contract to the detriment of the Employer and includes collusive<br />

practice among Bidders (prior to or after bid submission) designed to establish bid prices at<br />

artificial non-competitive levels and to deprive the Employer of the benefits of free and open<br />

competition.<br />

53.2.2 If the Contractor<br />

(a) has abandoned or repudiated the Contract<br />

(b) has without valid reason failed to commence work on the Facilities promptly or has<br />

suspended (other than pursuant to GCC Sub-Clause 53.2) the progress of Contract<br />

performance for more than twenty-eight (28) days after receiving a written instruction from<br />

the Employer to proceed<br />

(c) persistently fails to execute the Contract in accordance with the Contract or persistently<br />

neglects to carry out its obligations under the Contract without just cause<br />

(d) refuses or is unable to provide sufficient materials, services or labour to execute and<br />

complete the Facilities in the manner specified in the program furnished under GCC Clause<br />

50 (Program of Performance) at rates of progress that give reasonable assurance to the<br />

Employer that the Contractor can attain Completion of the Facilities by the Time for<br />

Completion as extended then the Employer may, without prejudice to any other rights it<br />

may possess under the Contract, give a notice to the Contractor stating the nature of the<br />

default and requiring the Contractor to remedy the same. If the Contractor fails to remedy<br />

W& P Manual – 2012 Page 179


or to take steps to remedy the same within fourteen (14) days of its receipt of such notice,<br />

then the Employer may terminate the Contract forthwith by giving a notice of termination<br />

to the Contractor that refers to this GCC Sub-Clause 53.2.<br />

53.2.3 Upon receipt of the notice of termination under GCC Sub-Clauses 53.2.1 or 53.2.2, the<br />

Contractor shall, either immediately or upon such date as is specified in the notice of termination,<br />

(a) cease all further work, except for such work as the Employer may specify in the notice<br />

of termination for the sole purpose of protecting that part of the Facilities already<br />

executed, or any work required to leave the Site in a clean and safe condition<br />

(b) terminate all subcontracts, except those to be assigned to the Employer pursuant to<br />

paragraph (d) below<br />

(c) deliver to the Employer the parts of the Facilities executed by the Contractor up to the<br />

date of termination<br />

(d) to the extent legally possible, assign to the Employer all right, title and benefit of the<br />

Contractor to the Works and to the Plant and Equipment as at the date of termination,<br />

and, as may be required by the Employer, in any subcontracts concluded between the<br />

Contractor and its Subcontractors<br />

(e) deliver to the Employer all drawings, specifications and other documents prepared by the<br />

Contractor or its Subcontractors as at the date of termination in connection with the<br />

Facilities.<br />

53.2.4 The Employer may enter upon the Site, expel the Contractor, and complete the Facilities<br />

itself or by employing any third party. The Employer may, to the exclusion of any right of the<br />

Contractor over the same, take over and use with the payment of a fair rental rate to the<br />

Contractor, with all the maintenance costs to the account of the Employer and with an<br />

indemnification by the Employer for all liability including damage or injury to persons arising out<br />

of the Employer’s use of such equipment, any Contractor’s Equipment owned by the Contractor<br />

and on the Site in connection with the Facilities for such reasonable period as the Employer<br />

considers expedient for the supply and work of the Facilities.<br />

Upon completion of the Facilities or at such earlier date as the Employer thinks appropriate, the<br />

Employer shall give notice to the Contractor that such Contractor’s Equipment will be returned to<br />

the Contractor at or near the Site and shall return such Contractor’s Equipment to the Contractor<br />

in accordance with such notice. The Contractor shall thereafter without delay and at its cost<br />

remove or arrange removal of the same from the Site.<br />

53.2.5 Subject to GCC Sub-Clause 53.2.6, the Contractor shall be entitled to be paid the<br />

Contract Price attributable to the Facilities executed as at the date of termination, the value of any<br />

unused or partially used Plant and Equipment on the Site, and the costs, if any, incurred in<br />

protecting the Facilities and in leaving the Site in a clean and safe condition pursuant to<br />

paragraph (a) of GCC Sub-Clause 53.2.3. Any sums due to the Employer from the Contractor<br />

accruing prior to the date of termination shall be deducted from the amount to be paid to the<br />

Contractor under this Contract.<br />

53.2.6 If the Employer completes the Facilities, the cost of completing the Facilities by the<br />

Employer shall be determined.<br />

If the sum that the Contractor is entitled to be paid, pursuant to GCC Sub-Clause 53.2.5, plus the<br />

reasonable costs incurred by the Employer in completing the Facilities, exceeds the Contract<br />

W& P Manual – 2012 Page 180


Price, the Contractor shall be liable for such excess.<br />

If such excess is greater than the sums due to the Contractor under GCC Sub-Clause 53.2.5, the<br />

Contractor shall pay the balance to the Employer, and if such excess is less than the sums due<br />

to the Contractor under GCC Sub-Clause 53.2.5, the Employer shall pay the balance to the<br />

Contractor.<br />

The Employer and the Contractor shall agree, in writing, on the computation described above and<br />

the manner in which any sums shall be paid.<br />

53.3TERMINATION BY CONTRACTOR<br />

53.3.1 If<br />

(a) the Employer has failed to pay the Contractor any sum due under the Contract within the<br />

specified period, has failed to approve any invoice or supporting documents without just cause<br />

pursuant to Terms and Procedures of Payment of the Contract Agreement, or commits a<br />

substantial breach of the Contract, the Contractor may give a notice to the Employer that requires<br />

payment of such sum, requires approval of such invoice<br />

or supporting documents, or specifies the breach and requires the Employer to remedy the same,<br />

as the case may be. If the Employer fails to pay such sum, fails to approve such invoice or<br />

supporting documents or give its reasons for withholding such approval, fails to remedy the<br />

breach or take steps to remedy the breach within fourteen (14) days after receipt of the<br />

Contractor’s notice, or<br />

(b) the Contractor is unable to carry out any of its obligations under the Contract for any reason<br />

attributable to the Employer, including but not limited to the Employer’s failure to provide<br />

possession of or access to the Site or other areas or failure to obtain any governmental permit<br />

necessary for the execution and/or completion of the Facilities which the Employer is required to<br />

obtain as per provision of the Contract or as per relevant applicable laws of the country, then the<br />

Contractor may give a notice to the Employer thereof, and if the Employer has failed to pay the<br />

outstanding sum, to approve the invoice or supporting documents, to give its reasons for<br />

withholding such approval, or to remedy the breach within twenty-eight (28) days of such notice,<br />

or if the Contractor is still unable to carry out any of its obligations under the Contract for any<br />

reason attributable to the Employer within twenty-eight (28) days of the said notice, the<br />

Contractor may by a further notice to the Employer referring to this GCC Sub-Clause 53.3.1,<br />

forthwith terminate the Contract.<br />

53.3.2 The Contractor may terminate the Contract forthwith by giving a notice to the Employer<br />

to that effect, referring to this GCC Sub-Clause 53.3.2, if the Employer becomes bankrupt or<br />

insolvent, has a receiving order issued against it, compounds with its creditors, or, being a<br />

corporation, if a resolution is passed or order is made for its winding up (other than a voluntary<br />

liquidation for the purposes of amalgamation or reconstruction), a receiver is appointed over any<br />

part of its undertaking or assets, or if the Employer takes or suffers any other analogous action in<br />

consequence of debt.<br />

53.3.3 If the Contract is terminated under GCC Sub-Clauses 53.3.1 or 53.3.2, then the Contractor<br />

shall immediately<br />

(a) cease all further work, except for such work as may be necessary for the purpose of<br />

protecting that part of the Facilities already executed, or any work required leaving the Site<br />

in a clean and safe condition<br />

W& P Manual – 2012 Page 181


(b) terminate all subcontracts, except those to be assigned to the Employer pursuant to<br />

paragraph (d)(ii)<br />

(c) remove all Contractor’s Equipment from the Site and repatriate the Contractor’s and its<br />

Subcontractor’s personnel from the Site<br />

(d) In addition, the Contractor, subject to the payment specified in GCC Sub-Clause 53.3.4,<br />

shall<br />

(i)<br />

deliver to the Employer the parts of the Facilities executed by the Contractor up to the<br />

date of termination<br />

(ii) to the extent legally possible, assign to the Employer all right, title and benefit of the<br />

Contractor to the Facilities and to the Plant and Equipment as of the date of<br />

termination, and, as may be required by the Employer, in any subcontracts concluded<br />

between the Contractor and its Subcontractors<br />

(iii) deliver to the Employer all drawings, specifications and other documents prepared by<br />

the Contractor or its Subcontractors as of the date of termination in connection with the<br />

Facilities.<br />

53.3.4 If the Contract is terminated under GCC Sub-Clauses 53.3.1 or 53.3.2, the Employer<br />

shall pay to the Contractor all payments specified in GCC Sub-Clause 53.1.3, and reasonable<br />

compensation for all loss or damage sustained by the Contractor arising out of, in connection<br />

with or in consequence of such termination.<br />

53.3.5 Termination by the Contractor pursuant to this GCC Sub-Clause 53.3 is without prejudice<br />

to any other rights or remedies of the Contractor that may be exercised in lieu of or in addition to<br />

rights conferred by GCC Sub-Clause 53.3.<br />

53.4 In this GCC Clause 53, the expression “Facilities executed” shall include all work<br />

executed, Installation Services provided, any or all Plant and Equipment acquired (or subject to a<br />

legally binding obligation to purchase) by the Contractor and used or intended to be used for the<br />

purpose of the Facilities, up to and including the date of termination.<br />

53.5 In this GCC Clause 53, in calculating any monies due from the Employer to the<br />

Contractor, account shall be taken of any sum previously paid by the Employer to the Contractor<br />

under the Contract, including any advance payment paid pursuant to Terms and Procedures of<br />

Payment to the Contract Agreement.<br />

54. CONFIDENTIAL INFORMATION<br />

54.1 The Employer and the Contractor shall keep confidential and shall not, without the written<br />

consent of the other party hereto, divulge to any third party any documents, data or other<br />

information furnished directly or indirectly by the other party hereto in connection with the<br />

Contract, whether such information has been furnished prior to, during or following<br />

termination of the Contract. Notwithstanding the above, the Contractor may furnish to its<br />

Subcontractor(s) such documents, data and other information it receives from the Employer<br />

to the extent required for the Subcontractor(s) to perform its work under the Contract, in<br />

which event the Contractor shall obtain from such Subcontractor(s) an undertaking of<br />

confidentiality similar to that imposed on the Contractor under this GCC Clause 54.<br />

54.2 The Employer shall not use such documents, data and other information received from the<br />

Contractor for any purpose other than execution of the Contract and operation and<br />

maintenance of the Facilities. Similarly, the Contractor shall not use such documents, data<br />

and other information received from the Employer for any purpose other than the design,<br />

procurement , construction or such other work and services as are required for the<br />

W& P Manual – 2012 Page 182


performance of the Contract.<br />

54.3 The obligation of a party under GCC Sub-Clauses 54.1 and 54.2 above, however, shall not<br />

apply to that information which<br />

(a)<br />

now or hereafter enters the public domain through no fault of that party<br />

(b)<br />

(c)<br />

can be proven to have been possessed by that party at the time of disclosure and which was<br />

not previously obtained, directly or indirectly, from the other party hereto<br />

otherwise lawfully becomes available to that party from a third party that has no obligation<br />

of confidentiality.<br />

54.4 The above provisions of this GCC Clause 54 shall not in any way modify any undertaking of<br />

confidentiality given by either of the parties hereto prior to the date of the Contract in<br />

respect of the Facilities or any part thereof.<br />

54.5 The provisions of this GCC Clause 54 shall survive termination, for whatever reason, of the<br />

Contract.<br />

55. REPRESENTATIVES<br />

55.1 PROJECT MANAGER<br />

If the Project Manager is not named in the Contract, then within fourteen (14) days of the<br />

Effective Date, the Employer shall appoint and notify the Contractor in writing of the name<br />

of the Project Manager. The Employer may from time to time appoint some other person as<br />

the Project Manager in place of the person previously so appointed, and shall give a notice<br />

of the name of such other person to the Contractor without delay. The Employer shall take<br />

reasonable care to see that no such appointment is made at such a time or in such a manner<br />

as to impede the progress of work. The Project Manager shall represent and act for the<br />

Employer at all times during the currency of the Contract. All notices, instructions, orders,<br />

certificates, approvals and all other communications under the Contract shall be given by<br />

the Project Manager, except as herein otherwise provided.<br />

All notices, instructions, information and other communications given by the Contractor to<br />

the Employer under the Contract shall be given to the Project Manager, except as herein<br />

otherwise provided.<br />

55.2 Contractor’s Representative & Construction Manager<br />

55.2.1 If the Contractor’s Representative is not named in the Contract, then within fourteen (14)<br />

days of the Effective Date, the Contractor shall appoint the Contractor’s Representative and shall<br />

request the Employer in writing to approve the person so appointed. If the Employer makes no<br />

objection to the appointment within fourteen (14) days, the Contractor’s Representative shall be<br />

deemed to have been approved. If the Employer objects to the appointment within fourteen (14)<br />

days giving the reason therefore, then the Contractor shall appoint a replacement within fourteen<br />

(14) days of such objection, and the foregoing provisions of this GCC Sub-Clause 55.2.1 shall<br />

apply thereto.<br />

55.2.2 The Contractor’s Representative shall represent and act for the Contractor at all times<br />

during the currency of the Contract and shall give to the Project Manager all the Contractor’s<br />

notices, instructions, information and all other communications under the Contract.<br />

All notices, instructions, information and all other communications given by the Employer or the<br />

Project Manager to the Contractor under the Contract shall be given to the Contractor’s<br />

W& P Manual – 2012 Page 183


Representative or, in its absence, its deputy, except as herein otherwise provided.<br />

The Contractor shall not revoke the appointment of the Contractor’s Representative without the<br />

Employer’s prior written consent, which shall not be unreasonably withheld. If the Employer<br />

consents thereto, the Contractor shall appoint some other person as the Contractor’s<br />

Representative, pursuant to the procedure set out in GCC Sub-Clause 55.2.1.<br />

55.2.3 The Contractor’s Representative may, subject to the approval of the Employer (which<br />

shall not be unreasonably withheld), at any time delegate to any person any of the powers,<br />

functions and authorities vested in him or her. Any such delegation may be revoked at any time.<br />

Any such delegation or revocation shall be subject to a prior notice signed by the Contractor’s<br />

Representative, and shall specify the powers, functions and authorities thereby delegated or<br />

revoked. No such delegation or revocation shall take effect unless and until a copy thereof has<br />

been delivered to the Employer and the Project Manager.<br />

Any act or exercise by any person of powers, functions and authorities so delegated to him or her<br />

in accordance with this GCC Sub-Clause 55.2.3 shall be deemed to be an act or exercise by the<br />

Contractor’s Representative.<br />

55.2.3.1 Notwithstanding anything stated in GCC Sub-clause 55.1 and 55.2.1 above, for the<br />

purpose of execution of contract, the Employer and the Contractor shall finalise and agree to a<br />

Contract Co-ordination Procedure and all the communication under the Contract shall be in<br />

accordance with such Contract Co-ordination Procedure.<br />

55.2.4 From the commencement of work at the Site until completion, the Contractor’s<br />

Representative shall appoint a suitable person as the construction manager (hereinafter referred to<br />

as “the Construction Manager”). The Construction Manager shall supervise all work done at the<br />

Site by the Contractor and shall be present at the Site throughout normal working hours except<br />

when on leave, sick or absent for reasons connected with the proper performance of the Contract.<br />

Whenever the Construction Manager is absent from the Site, a suitable person shall be appointed<br />

to act as his or her deputy.<br />

55.2.5 The Employer may by notice to the Contractor object to any representative or person<br />

employed by the Contractor in the execution of the Contract who, in the reasonable opinion of the<br />

Employer, may behave inappropriately, may be incompetent or negligent, or may commit a<br />

serious breach of the Site regulations provided under GCC Sub-Clause 56.3. The Employer shall<br />

provide evidence of the same, whereupon the Contractor shall remove such person from the<br />

Facilities/Site.<br />

55.2.6 If any representative or person employed by the Contractor is removed in accordance with<br />

GCC Sub-Clause 55.2.5, the Contractor shall, where required, promptly appoint a replacement.<br />

56. SITE WORKS<br />

56.1 SETTING OUT/SUPERVISION/LABOUR<br />

56.1.1 Bench Mark: The Contractor shall be responsible for the true and proper setting-out of<br />

the jobs in relation to bench marks, reference marks and lines provided to it in writing by or on<br />

behalf of the Employer.<br />

If, at any time during the progress of work, any error shall appear in the position, level or<br />

alignment of the Facilities, the Contractor shall forthwith notify the Project Manager of such error<br />

and, at its own expense, immediately rectify such error to the reasonable satisfaction of the<br />

Project Manager. If such error is based on incorrect data provided in writing by or on behalf of<br />

W& P Manual – 2012 Page 184


the Employer, the expense of rectifying the same shall be borne by the Employer.<br />

56.1.2 Contractor’s Supervision: The Contractor shall give or provide all necessary<br />

superintendence during the work, and the Construction Manager or its deputy shall be constantly<br />

on the Site to provide full-time superintendence of the work. The Contractor shall provide and<br />

employ only technical personnel who are skilled and experienced in their respective callings and<br />

supervisory staff who are competent to adequately supervise the work at hand.<br />

56.1.3 Labour:<br />

(a) The Contractor shall provide and employ on the Site in the work such skilled, semi-skilled<br />

and unskilled labour as is necessary for the proper and timely execution of the Contract. The<br />

Contractor is encouraged to use local labour that has the necessary skills.<br />

(b) Unless otherwise provided in the Contract, the Contractor shall be responsible for the<br />

recruitment, transportation, accommodation and catering of all labour, local or expatriate,<br />

required for the execution of the Contract and for all payments in connection therewith.<br />

(c) The Contractor shall be responsible for obtaining all necessary permit(s) and/or visa(s) from<br />

the appropriate authorities for the entry of all labour and personnel to be employed on the Site<br />

into the country where the Site is located.<br />

(d) The Contractor shall at its own expense provide the means of repatriation to all of its and its<br />

Subcontractor’s personnel employed on the Contract at the Site to their various home Countries.<br />

It shall also provide suitable temporary maintenance of all such persons from the cessation of<br />

their employment on the Contract to the date programmed for their departure. In the event that<br />

the Contractor defaults in providing such means of transportation and temporary maintenance, the<br />

Employer may provide the same to such personnel and recover the cost of doing so from the<br />

Contractor.<br />

(e) The Contractor shall at all times during the progress of the Contract use its best endeavours<br />

to prevent any unlawful, riotous or disorderly conduct or behaviour by or amongst its employees<br />

and the labour of its Subcontractors.<br />

(f) The Contractor shall, in all dealings with its labour and the labour of its Subcontractors<br />

currently employed on or connected with the Contract, pay due regard to all recognized festivals,<br />

official holidays, religious or other customs and all local laws and regulations pertaining to the<br />

employment of labour.<br />

56.2 CONTRACTOR’S EQUIPMENT<br />

56.2.1 All Contractors’ Equipment brought by the Contractor onto the Site shall be deemed to<br />

be intended to be used exclusively for the execution of the Contract. The Contractor shall not<br />

remove the same from the Site without the Project Manager’s consent that such Contractor’s<br />

Equipment is no longer required for the execution of the Contract.<br />

56.2.2 Unless otherwise specified in the Contract, upon completion of the Facilities, the<br />

Contractor shall remove from the Site all Equipment brought by the Contractor onto the Site and<br />

any surplus materials remaining thereon.<br />

56.2.3 The Employer will, if requested, use its best endeavours to assist the Contractor in<br />

obtaining any local, state or national government permission required by the Contractor for the<br />

export of the Contractor’s Equipment imported by the Contractor for use in the execution of the<br />

Contract that is no longer required for the execution of the Contract.<br />

W& P Manual – 2012 Page 185


56.3 SITE REGULATIONS AND SAFETY<br />

The Employer and the Contractor shall establish Site regulations setting out the rules to be<br />

observed in the execution of the Contract at the Site and shall comply therewith. The Contractor<br />

shall prepare and submit to the Employer, with a copy to the Project Manager, proposed Site<br />

regulations for the Employer’s approval, which approval shall not be unreasonably withheld.<br />

Such Site regulations shall include, but shall not be limited to, rules in respect of security, safety<br />

of the Facilities, gate control, sanitation, medical care, and fire prevention.<br />

56.4 OPPORTUNITIES FOR OTHER CONTRACTORS<br />

56.4.1 The Contractor shall, upon written request from the Employer or the Project Manager,<br />

give all reasonable opportunities for carrying out the work to any other contractors employed by<br />

the Employer on or near the Site.<br />

56.4.2 If the Contractor, upon written request from the Employer or the Project Manager,<br />

makes available to other contractors any roads or ways the maintenance for which the Contractor<br />

is responsible, permits the use by such other contractors of the Contractor’s Equipment, or<br />

provides any other service of whatsoever nature for such other contractors, the Employer shall<br />

fully compensate the Contractor for any loss or damage caused or occasioned by such other<br />

contractors in respect of any such use or service, and shall pay to the Contractor reasonable<br />

remuneration for the use of such equipment or the provision of such services.<br />

56.4.3 The Contractor shall also so arrange to perform its work as to minimize, to the extent<br />

possible, interference with the work of other contractors. The Project Manager shall determine<br />

the resolution of any difference or conflict that may arise between the Contractor and other<br />

contractors and the workers of the Employer in regard to their work.<br />

56.4.4 The Contractor shall notify the Project Manager promptly of any defects in the other<br />

Contractors’ work that come to its notice, and that could affect the Contractor’s work. The<br />

Project Manager shall determine the corrective measures, if any, required to rectify the situation<br />

after inspection of the Facilities. Decisions made by the Project Manager shall be binding on the<br />

Contractor.<br />

56.5 EMERGENCY WORK<br />

If, by reason of an emergency arising in connection with and during the execution of the Contract,<br />

any protective or remedial work is necessary as a matter of urgency to prevent damage to the<br />

Facilities, the Contractor shall immediately carry out such work.<br />

If the Contractor is unable or unwilling to do such work immediately, the Employer may do or<br />

cause such work to be done as the Employer may determine is necessary in order to prevent<br />

damage to the Facilities. In such event the Employer shall, as soon as practicable after the<br />

occurrence of any such emergency, notify the Contractor in writing of such emergency, the work<br />

done and the reasons therefore. If the work done or caused to be done by the Employer is work<br />

that the Contractor was liable to do at its own expense under the Contract, the reasonable costs<br />

incurred by the Employer in connection therewith shall be paid by the Contractor to the<br />

Employer. Otherwise, the cost of such remedial work shall be borne by the Employer.<br />

56.6 SITE CLEARANCE<br />

56.6.1 Site Clearance in Course of Performance: In the course of carrying out the Contract, the<br />

Contractor shall keep the Site reasonably free from all unnecessary obstruction, store or remove<br />

any surplus materials, clear away any wreckage, rubbish or temporary works from the Site, and<br />

W& P Manual – 2012 Page 186


emove any Contractor’s Equipment no longer required for execution of the Contract.<br />

56.6.2 Clearance of Site after Completion: After Completion of all parts of the Facilities, the<br />

Contractor shall clear away and remove all wreckage, rubbish and debris of any kind from the<br />

Site, and shall leave the Site and Facilities clean and safe.<br />

56.6.3 Disposal of Scrap<br />

The Contractor shall in consultation with the Project Manager promptly remove from the site any<br />

'Scrap’ generated during performance of any activities at site in pursuance of the Contract. The<br />

term 'Scrap' shall refer to scrap / waste / remnants arising out of the fabrication of structural steel<br />

work and piping work at the project site in the course of execution of the contract and shall also<br />

include any wastage of cables during the termination process while installing the cables.<br />

The ownership of such Scrap shall vest with the Contractor except in cases where the items have<br />

been issued by the Employer from its stores for their installation only without any adjustment to<br />

the Contract Price. The removal of scrap shall be subject to the Contractor producing the<br />

necessary clearance from the relevant authorities (Custom, Excise etc.), if required by the law, in<br />

respect of disposal of the scrap. The liability for the payment of the applicable taxes/duties shall<br />

be that of the Contractor.<br />

The Contractor shall also indemnify to keep the Employer harmless from any act of omission or<br />

negligence on the part of the Contractor in following the statutory requirements with regard to<br />

removal/disposal of scrap. The Indemnity Bond shall be furnished by Contractor as per proforma<br />

enclosed in Section-VI (Bid Forms and Procedure). Further, in case the laws require the<br />

Employer to take prior permission of the relevant Authorities before handing over the scrap to the<br />

Contractor, the same shall be obtained by the Contractor on behalf of the Employer.<br />

56.7 WATCHING AND LIGHTING<br />

The Contractor shall provide and maintain at its own expense all lighting, fencing, and watching<br />

when and where necessary for the proper execution and the protection of the Facilities, or for the<br />

safety of the employers and occupiers of adjacent property and for the safety of the public.<br />

56.8 WORK AT NIGHT AND ON HOLIDAYS<br />

56.8.1 Unless otherwise provided in the Contract, no work shall be carried out during the night<br />

and on public holidays of the country where the Site is located without prior written consent of<br />

the Employer, except where work is necessary or required to ensure safety of the Facilities or for<br />

the protection of life, or to prevent loss or damage to property, when the Contractor shall<br />

immediately advise the Project Manager, provided that provisions of this GCC Sub-Clause 56.8.1<br />

shall not apply to any work which is customarily carried out by rotary or double-shifts.<br />

56.8.2 Notwithstanding GCC Sub-Clauses 56.8.1 or 56.1.3, if and when the Contractor considers<br />

it necessary to carry out work at night or on public holidays so as to meet the Time for<br />

Completion and requests the Employer’s consent thereto, the Employer shall not unreasonably<br />

withhold such consent.<br />

W& P Manual – 2012 Page 187


PART-V: ANNEXURES<br />

ANNEXURE - A<br />

COMMERCIAL TERMS & CONDITIONS<br />

NAME OF THE PROJECT : ……………………………………………………..……….<br />

1. Enquiry /NIT No : ……………………………………………………………….<br />

Date<br />

Date of Opening :<br />

2. Name of the firm :<br />

…………………<br />

M/s…………………………….…………………………………………………………..………<br />

………………………………………………………………………….<br />

Phone No……………………….. Fax No……………………… E-mail ………………<br />

3. Address of the firm :<br />

(a) Head Office :<br />

(b) Registered Office :<br />

(c) Local/ Branch Office :<br />

(d) Works :<br />

(e) Auth. Distributor/ Autho. Agent, if any :<br />

4. Registered with :…………………………………………………<br />

5. Manufacturer/Make of the item(s) : M/s. ………………………………………………………<br />

(In case of Distributor or Agent, relevant document shall be attached)<br />

6. (a) Specify relevant Specification No……………………………………………<br />

(b) Whether Certified by BIS or any other International Standard : YES/NO<br />

(c)Whether Certified by ISO : YES/NO<br />

W& P Manual – 2012 Page 188


7. To be furnished<br />

(a)Relevant Drawing within ……………………..days of date of the P.O.<br />

(b)Sample to be furnished within……………….days of date of the P.O.<br />

8. Delivery : i) Delivery period ………………days from the date of PO<br />

ii) Delivery period….days from the date of drawing approval.<br />

9. Guarantee/Warranty Period : ………………months from the date of despatch /<br />

…………… months from the date of commissioning<br />

whichever is earlier.<br />

10. Agreed to accept <strong>DVC</strong>’s Security Deposit-cum-Performance : YES<br />

Guarantee Clause, GCC cl. No. 23<br />

11. Agreed to accept <strong>DVC</strong>’s LD Clause GCC cl No.22 : YES<br />

12.(a) Basis of Price : Firm/Variable<br />

(b) If the price is variable, mention<br />

13. Price Based on : EX<br />

-WORKS ……………………<br />

14. Packing & Forwarding (if any) : ……....% on quoted EX-WORKS price/NA.<br />

15. Basis of Freight Charge :<br />

Road/Rail/Sea/Air.<br />

: ……………..………relevant PV Formula, base<br />

date & ceiling limit for payment purpose, if any,<br />

as mentioned in the bid document<br />

Freight Charge based on By<br />

16. Quantum of Freight Charge : …….…% of Ex-works of price<br />

or (lump sum) on actuals against doc. evidence or<br />

free delivery at consignee store.<br />

17. Payment Terms : <strong>DVC</strong>’s payment term / any other<br />

18. Insurance : By <strong>DVC</strong>’s Open Policy/by the firm.<br />

19. a) Excise Duty : Extra @ as on the date of bid<br />

b) Education Cess opening/not applicable.<br />

20. a) Customs duty on imports : Extra as applicable on the date of bid<br />

opening/NA.<br />

b) CVD if applicable<br />

21. Sales Tax/ vat : Concessional Sales Tax/vat as on the date of<br />

bid opening extra / Not applicable.<br />

W& P Manual – 2012 Page 189


22. Whether type test/inspection charge by 3 rd party attracts any statutory taxes and duties (like<br />

ED/Cess/ST/Service Charge etc.) : ….……….<br />

Actual quantum as on the date of bid opening to be specified / NA<br />

23. Any other Statutory Taxes or Duties : Extra as applicable at the time of<br />

delivery, if any / not applicable.<br />

DATE :<br />

SIGNATURE OF THE BIDDER ALONG WITH SEAL<br />

W& P Manual – 2012 Page 190


ANNEXURE – B<br />

PRICE BID<br />

(APPLICABLE FOR MANUFACTURER ONLY. BIDDERS OTHER THAN<br />

MANUFACTURER MAY QUOTE FOR ALL INCLUSIVE F.O.R. DESTINATION PRICE<br />

INDICATING FREIGHT & INSURANCE COMPONENT SEPARATELY).<br />

NAME OF THE PLANT : …………………………………………………<br />

ADDRESS : …………….…………………………………………………<br />

Enquiry/NIT No. : ………… …………………………………………………<br />

Date : ……………………………………<br />

ITEM<br />

SL. NO.<br />

MATERIAL<br />

DESCRIPTION<br />

QUANTITY<br />

UNIT EX-<br />

WORKS<br />

PRICE (RS.)<br />

UNIT F&I<br />

CHARGE OR<br />

UNIT<br />

FREIGHT<br />

CHARGE *<br />

(RS.)<br />

UNIT FOR<br />

DESTINATIO<br />

N PRICE (RS.)<br />

TOTAL FOR<br />

DESTINATIO<br />

N PRICE (RS.)<br />

(1) (2) (3) (4) (5) (6) (7)<br />

* if the bidder opts for <strong>DVC</strong>’s Open Insurance Policy.<br />

W& P Manual – 2012 Page 191


Besides above, the following items to be quantified, if applicable.<br />

i.Packing & Forwarding charges, if any :……………………<br />

ii.Excise Duty<br />

: ……………………………..<br />

iii.Education Cess : ……………………………<br />

iv.Customs Duty +CVD, if any : ……………………………<br />

v.Sales Tax /vat as applicable : ……………………………..<br />

vi.Octroi/any other taxes & duties, if any : ……………………..<br />

vii.Type test charge, including any taxes and duties, if any : ……………………………<br />

viii.3 rd Party Inspection Charge as per QAP including taxes & duties, if any : ………….……...<br />

ix. Ex-works Cost of mandatory/recommended spares : ……………………….<br />

(enclose separate sheet if required)<br />

x.Freight & Insurance Charge in respect of Sl. No.(ix) :……<br />

xi.Statutory Taxes & Duties as applicable on item described at Sl. No. (ix) : …………<br />

DATE :<br />

SIGNATURE OF THE BIDDER ALONG WITH SEAL<br />

W& P Manual – 2012 Page 192


ANNEXURE - C<br />

Techno-Commercial Deviation Schedule<br />

Bidder should agree to all the techno-commercial terms and conditions of the bid documents.<br />

However, deviation, if any, should be stated as per the following schedule and to be submitted<br />

along with the techno-commercial bid failing which it will be presumed that all terms and<br />

conditions are acceptable to them. Deviations taken elsewhere and not brought out in the<br />

following deviation schedule, the same will not be accepted. The owner reserves the right to<br />

reject the offer on account of such deviations if the bidder, on advice of owner, does not withdraw<br />

the deviations.<br />

Name of the Project : ……………………………………………..<br />

Your NIT No. :……………………………………………………..<br />

(Bidder’s Name & Address) :………………………………………<br />

To<br />

…………………………………………<br />

………………………………………….<br />

(Purchaser’s Name & Address)<br />

Dear Sir(s),<br />

Following are the deviations proposed by us relating to techno-commercial terms and conditions.<br />

We confirm that we shall withdraw the deviations proposed by us at the cost of withdrawal<br />

indicated in the price bid falling which our bid may be rejected and Bid Security forfeited.<br />

Sl.<br />

No.<br />

Clause No.<br />

Deviation<br />

Date : ……………………. Signature ……………………………….<br />

Place : ……………………<br />

(Designation) ……………………………<br />

(Common Seal) …………………………<br />

(Name)……………………………………<br />

NOTE : If there are no deviation, this deviation schedule shall be submitted along with the<br />

techno-commercial bid duly signed and stamped after stating “NIL DEVIATIONS”.<br />

W& P Manual – 2012 Page 193


ANNEXURE - D<br />

Cost of withdrawal of deviations<br />

Name of the Project : ……………………………<br />

Your NIT No. ……………………………………..<br />

(Bidder’s Name & Address) :…………….…………………………………………<br />

To<br />

………………………………………………..<br />

(Purchaser’s Name & Address)<br />

Dear Sir(s),<br />

Following are the deviations as proposed by us relating to techno-commercial terms and<br />

conditions. We are also furnishing below the cost of withdrawal for the deviations proposed by<br />

us. We confirm that we shall withdraw the deviations proposed by us at the cost of withdrawal<br />

indicated in this attachment falling which our bid may be rejected and Bid Security forfeited.<br />

Sl.<br />

No.<br />

Clause No. Deviation Cost of Withdrawal in Rs.<br />

Date :……………………<br />

Place : ………………….<br />

(Designation) …………………………………..<br />

(Common Seal) ……………………………….<br />

(Signature)………………………………………..<br />

(Name)……………………………………….….<br />

NOTE : Bidders may note that bids containing deviations without the cost of withdrawal price<br />

shall be considered as unresponsive offer and will be out rightly rejected. This schedule indicating<br />

the cost of withdrawal price for such deviations should be submitted along with the price bid only<br />

and will be taken into consideration for the purpose of bid evaluations. Where the bidder quote<br />

lumpsum amount as cost of withdrawal of all the listed deviations without furnishing itemwise<br />

break ups, the entire amount will be added for the purpose of evaluation.<br />

W& P Manual – 2012 Page 194


ANNEXURE -E<br />

DETAILS OF BANKER FOR MAKING PAYMENT THROUGH RTGS/NEFT<br />

1. Name of the Company/ Beneficiary:<br />

2. Address:<br />

3. Phone/ FAX Number :<br />

4. Bank Particulars :<br />

a) Bank Name:<br />

b) Branch Name:<br />

c) Branch Address:<br />

d) Branch Telephone No.& FAX No:<br />

e) Branch Code:<br />

Requirement for RTGS / CBS /NEFT<br />

f) 9 Digit MICR No. of Branch (Enclose a cancelled Cheque):<br />

g) 11 Digit IFSC Code of Bank Branch:<br />

h) Bank Account No.:<br />

i) Bank Account Type: Current / CC etc.:<br />

We hereby declare that the particulars given are correct and complete. If the transaction is<br />

delayed or credit is not affected at all for reasons of incomplete or incorrect information, we<br />

would not hold <strong>DVC</strong> responsible.<br />

Date:<br />

Place:<br />

(Authorised Signatory)<br />

(Printed Name)<br />

(Designation) ……………………<br />

(Name) ……………………<br />

Address…………………...<br />

(Company Seal)<br />

Bank Certification:<br />

It is certified that above mentioned beneficiary holds a Bank Account No.----------<br />

with our branch and the Bank particulars mentioned above are correct.<br />

Date:<br />

Place:<br />

(Authorised Signatory)<br />

(Name)<br />

(Designation)<br />

(Authorisation No.)<br />

(Bank Seal)<br />

W& P Manual – 2012 Page 195


ANNEXURE-F<br />

NO.<br />

Date :<br />

To<br />

DAMODAR VALLEY CORPORATION<br />

(ESTABLISHED BY THE ACT XIV OF 1948)<br />

NAME OF THE PLANT/ OFFICE<br />

ADDRESS OF THE PLANT/ OFFICE<br />

PURCHASE ORDER FORMAT<br />

Tel No.<br />

Fax No.<br />

** VENDOR’S NAME & VENDOR’S TELEPHONE:………………<br />

ADDRESS :……………………………..<br />

……………………………………………<br />

……………………………………………<br />

FAX : ……………………….<br />

E-MAIL : ……………………<br />

MOBILE :…………………...<br />

Sub: Supply of<br />

Ref : i) Tender Enquiry No :<br />

ii) Your Quotation No :<br />

iii) Our Letter No :<br />

iv) Your letter No :<br />

Dated<br />

Dated<br />

Dated<br />

Dated<br />

Dear Sirs,<br />

With reference to above, DAMODAR VALLEY CORPORATION is pleased to place order on<br />

you to deliver the following item(s) subject to the terms and conditions specified herein and as<br />

contained in our General Conditions of contract (GCC) supplied with the bid document or<br />

download from site. Item-wise detailed specifications are also enclosed.<br />

Sl.<br />

No.<br />

Description<br />

of item<br />

Qty Unit Unit Exworks<br />

(to<br />

be<br />

mentioned<br />

as per<br />

quotation)<br />

price (Rs)<br />

* If the bidder opts for <strong>DVC</strong>’s Open Insurance Policy.<br />

Unit<br />

F&I<br />

Charge<br />

(Rs.) or<br />

Unit<br />

Freight<br />

Charge*<br />

(Rs.)<br />

Unit FORdestination<br />

price (Rs.)<br />

Total<br />

FORdestination<br />

Price (Rs.)<br />

W& P Manual – 2012 Page 196


TERMS & CONDITIONS<br />

1. PRICE BASIS :<br />

2. EXCISE DUTY :<br />

3. EDUCATION CESS :<br />

4. SALES TAX / VAT :<br />

5. ANY OTHER STATUTORY<br />

TAXES & DUTIES :<br />

6. FREIGHT CHARGES :<br />

7. TYPE TEST CHARGE/3 RD PARTY :<br />

INSPECTION CHARGE, IF ANY<br />

8. PACKING & FORWARDING CHARGES :<br />

9. MODE OF DESPATCH & :<br />

PLACE OF DESPATCH<br />

10. INSURANCE :<br />

11. PAYMENT TERMS :<br />

12. SECURITY DEPOSIT CUM :<br />

PERFORMANCE GUARANTEE<br />

13. L.D CLAUSE :<br />

14. DELIVERY :<br />

15. INSPECTION :<br />

(AS & WHERE REQUIRED)<br />

16. GUARANTEE :<br />

17. CONSIGNEE :<br />

18. PAYING AUTHORITY :<br />

19. SPECIAL CONDITIONS, IF ANY :<br />

Please acknowledge receipt and convey your acceptance by returning the duplicate copy of this<br />

Purchase Order duly signed with company seal and date within 10(ten) days to the Purchase<br />

Order Issuing Authority.<br />

W& P Manual – 2012 Page 197


Enclosure :-<br />

1. DETAILED SPECIFICATIONS OF THE ITEM (S).<br />

2. BANK GUARANTEE FORMAT.<br />

3. GUARANTEED TECHNICAL PARTICULARS.<br />

4. special condition of contract<br />

Yours faithfully,<br />

(PO SIGNING AUTHORITY)<br />

FOR & ON BEHALF OF<br />

DAMODAR VALLEY CORPORATION<br />

** This format is for items procured from manufacturer only. FOR non-manufacturer vendor, allinclusive<br />

FOR-D price to be indicated in PO.<br />

W& P Manual – 2012 Page 198


ANNEXURE –G<br />

DAMODAR VALLEY CORPORATION<br />

NAME OF THE PLANT :……………………………………<br />

ADDRESS :……………………………………………………<br />

CERTIFICATE OF OEM/OES/ PROPRIETORY/STANDARDISED ARTICLES<br />

A. Manufacturer’s/Vendor’s ::<br />

Name and Address & details of works where the item is manufactured<br />

B Description of Articles ::<br />

C. Control Code No ::<br />

D. Indigenous/Imported Item ::<br />

E. If Imported, Name of the Indian Agent if any ::<br />

F. Indent No with Date ::<br />

G. Estimated Value ::<br />

H. Basis of estimate : ………………………<br />

1. This is to certify that to the best of my knowledge the items covered in the above indent are<br />

manufactured by the manufacturer indicated above only and as such these items are declared to<br />

be proprietary items of them.<br />

2. This is to certify that the above item has been standardized for a period of<br />

vide Office Memorandum No.<br />

dated<br />

.<br />

3. This is to certify that the spares covered in above Indent are required for use on the equipment<br />

manufactured as indicated on the face of indent and as such these spares are declared as<br />

proprietary spares of them.<br />

4.a)This is to certify that items covered in above indent are required for use on the equipment<br />

manufactured by the vendor indicated on the face of Indent and given therein above will only<br />

serve our purpose and no other make shall be suitable. Hence the items indented may be<br />

procured from them on single tender basis.<br />

4. b) This is to certify that the equipment indented is from Original Equipment Manufacturer<br />

(OEM)<br />

5. (a) In case the indented item to be procured from OES, Indenting authority should certify that<br />

to the best their knowledge no substitute for the items covered in the above indent are<br />

available in the market and there is no other vendor available for supply of the indented<br />

item.<br />

W& P Manual – 2012 Page 199


(b) OES as indicated by the Indenting Authority should certify that the tendered items are<br />

manufactured under their direct technical supervision and necessary measures have been<br />

taken by them for ensuring quality assurance.<br />

6. This is to certify that the items covered in the above indent have been originally manufactured<br />

/ supplied by the vendor mentioned above.<br />

Signature<br />

Name<br />

Designation<br />

Date<br />

Please strike out which are not applicable.<br />

This certificate should be issued by authority not below the rank of<br />

Station Chief/Sr.C.E. HOD./CE<br />

Please note the following in general with respect to OEM & OES :<br />

OEM - In case of complete equipment such as, Pump, Motor, Panel etc., manufacturer of the<br />

complete equipment as a whole or component parts manufactured by the OEM only, may be<br />

considered as Original Equipment Manufacturer (OEM).<br />

OES – In case of supply of a package consisting of number of equipments/components, the<br />

supplier of the total package may be considered as the original equipment supplier (OES) and the<br />

same is a bought out item.<br />

PAC - The article/component is manufactured by the vendor only and there is no other known<br />

vendor who manufacture the same article.<br />

W& P Manual – 2012 Page 200


ANNEXURE-H<br />

DAMODAR VALLEY CORPORATION<br />

NAME OF THE PLANT………………………….<br />

ADDRESS………………………………………...<br />

BID OPENING STATEMENT<br />

Tender Enquiry No. :<br />

Date of Opening :<br />

Number of Tender Documents sold :<br />

Number of Tenders received :<br />

Original Opening Date :<br />

Extended Opening date if any :<br />

Tenders were opened at on in presence of the following<br />

representatives of the Vendors:<br />

Sl. No. Name of Vendor’s<br />

representative<br />

with<br />

Designation<br />

01.<br />

Full signature of the<br />

representative with<br />

date<br />

Authorization letter<br />

No & Date of the<br />

Vendor to attend<br />

Tender Opening.<br />

02.<br />

03.<br />

04.<br />

05.<br />

W& P Manual – 2012 Page 201


1. <strong>DVC</strong> OFFICER’S FROM FINANCE / ACCOUNTS DEPARTMENT PRESENT IN THE<br />

BID OPENING.<br />

Full Name :<br />

Designation :<br />

Signature & Date :<br />

2. <strong>DVC</strong> OFFICERS PRESENT IN THE BID OPENING<br />

i. Full Name:<br />

Designation:<br />

Signature & Date :<br />

ii. Full Name :<br />

Designation :<br />

Signature & Date :<br />

NB. In case of E-procurement, tender opening committee members will open the bid through<br />

their individual key and fill in the auto generated form.<br />

W& P Manual – 2012 Page 202


ANNEXURE-I<br />

DAMODAR VALLEY CORPORATION<br />

NAME OF THE PLANT<br />

ADDRESS<br />

FROM: SDE / SE / (PURCHASE<br />

DEPTT) / CPO<br />

TO: ACAO,SR.AO(CASH)<strong>DVC</strong><br />

AO (CASH), <strong>DVC</strong><br />

SUB : Release of Earnest Money Deposit (EMD) against Tender Enquiry No.<br />

dated .<br />

REF: OUR EMD FORWARDING LETTER NO.<br />

DATED<br />

ADDRESSED TO THE<br />

(ACCO/SR.AO-CASH).<br />

As the ordering action against the above tender has already been finalised, you are requested to<br />

release the EMD of the following unsuccessful bidders with intimation to us.<br />

Sl. No. Name of the Party EMD details (Rs. ) in the form of<br />

1.<br />

2.<br />

3.<br />

4.<br />

5.<br />

SIGNATURE WITH DATE CHIEF<br />

PURCHASE OFFICER/ TENDER<br />

INVITING AUTHORITY<br />

W& P Manual – 2012 Page 203


ANNEXURE -J<br />

REQUEST TO INDENTING OFFICER FOR NO DEMAND CERTIFICATE TO<br />

RELEASE BG<br />

DAMODAR VALLEY CORPORATION<br />

NAME OF THE PLANT<br />

ADDRESS<br />

SUB : REQUEST FOR NO DEMAND CERTIFICATE TO RELEASE BANK<br />

GUARANTEE NO.<br />

DATED<br />

REF: PURCHASE ORDER NO. DATED FOR SUPPLY<br />

OF<br />

M/S.<br />

PLACED<br />

THE SUBJECT MENTIONED BANK GURANTEE AMOUNTING TO<br />

RS. THE FIRM HAS NOW<br />

REQUESTED TO RETURN THE BG VIDE THEIR LETTER NO<br />

ON<br />

DATED<br />

(COPY ENCLOSED). YOU ARE, THEREFORE, REQUESTED TO ISSUE<br />

NO DEMAND CERTIFICATE TO RELEASE THE BG IF THE CONTRACTUAL<br />

OBLIGATIONS including technical parameters AS PER THE TERMS & CONDITIONS OF<br />

THE PURCHASE ORDER HAS BEEN FULFILLED BY THE SUPPLIER. IN CASE THERE<br />

IS ANY DIFFICULTY IN ISSUING THE NO DEMAND CERTIFICATE, THE REASON FOR<br />

THE SAME MAY PLEASE BE COMMUNICATED. PLEASE SEND YOU REPLY<br />

IMMEDIATELY.<br />

SIGNATURE WITH DATE<br />

(EE/SDE/SE OF PURCHASE DEPARTMENT)<br />

W& P Manual – 2012 Page 204


ANNEXURE-K<br />

NO DEMAND CERTIFICATE TO RELEASE BG<br />

DAMODAR VALLEY CORPORATION<br />

NAME OF THE PLANT<br />

ADDRESS<br />

FROM: HEAD OF INDENTING<br />

DEPARTMENT/PLANT/IO<br />

TO: SDE/SE/CPO/PURCHASE<br />

DEPARRMNT<br />

SUB : NO DEMAND CERTIFICATE TO RELEASE BANK GUARANTEE NO.<br />

DATED<br />

REF: 1. PURCHASE ORDER NO. DATED<br />

FOR SUPPLY OF PLACED ON M/S.<br />

2. LETTER NO. DATED OF CPO<br />

NO DEMAND IS HERE BY ISSUED TO RELEASE THE ABOVE MENTIONED BANK<br />

GUARANTEE AMOUNTING TO RS. AS THE CONTRACTUAL<br />

OBLIGATIONS AS PER THE TERMS & CONDITIONS OF THE ABOVE PURCHASE<br />

ORDER HAS BEEN FULFILLED BY THE SUPPLIER M/S.<br />

SIGNATURE WITH DATE<br />

CE/HOD/IO, INDENTING DEPARTMENT/PLANT<br />

W& P Manual – 2012 Page 205


ANNEXURE-L<br />

RELEASE OF SECURITY DEPOSIT – BANK GUARANTEE<br />

DAMODAR VALLEY CORPORATION<br />

NAME OF PLANT<br />

ADDRESS<br />

FROM : EE / SDE / SE / CPO<br />

TO: CAO / ADDL. ACO<br />

SUB : REQUEST FOR RELEASE OF BANK GUARANTEE NO.<br />

.<br />

REF:1. PURCHASE ORDER NO.<br />

FOR SUPPLY OF<br />

M/S. .<br />

2. OUR LETTER NO. DATED<br />

DATED<br />

PLACED<br />

DATED<br />

ON<br />

THE SUBJECT MENTIONED BANK GUARANTEE AMOUNTING TO RS.<br />

HAS EXPIRED ON<br />

(DATE). AS THE FIRM HAS FULLY EXECUTED THE<br />

ORDER, YOU ARE, THEREFORE, REQUESTED TO RELEASE THE SDBG AGAINST THE<br />

ABOVE PURCHASE ORDER IMMEDIATELY.<br />

SIGNATURE WITH DATE<br />

(PURCHASE DEPARTMENT)<br />

W& P Manual – 2012 Page 206


DAMODAR VALLEY CORPORATION<br />

NAME OF PLANT<br />

ADDRESS<br />

BANK GUARANTEE VERIFICATION CHECK LIST<br />

ANNEXURE-M<br />

CHECKLIST YES NO<br />

1. Does the Bank Guarantee compare verbatim with<br />

standard <strong>DVC</strong> Proforma for BG<br />

2. a) Has the executing Officer of BG indicated his<br />

name, designation & power of Attorney No. /<br />

Signing Power number etc. on BG<br />

b) Is each page of BG duly signed / initialed by the<br />

executants and last page is signed with full<br />

particulars as required in the <strong>DVC</strong>’s standard<br />

Proforma of BG and under the seal of the Bank<br />

c) Is BG no. and date mentioned on all pages of the<br />

BG.<br />

d) Does the last page of the BG carry the signature<br />

of two witnesses alongside the signature of the<br />

Executing Bank Manager.<br />

3. a) Is the BG on non – judicial stamp paper of<br />

appropriate value.<br />

b) Is the date of sale of non-judicial stamp paper is<br />

issued not more than six months prior to date of<br />

execution of BG<br />

4. a) Are the factual details such as Bid<br />

specifications No. /NIT No. /LOA/PO No. contract<br />

price, etc. correct<br />

b) Whether overwriting /cutting if any on the BG<br />

authenticated under signature & seal of executants.<br />

5) Is the amount and validity of BG in line with<br />

contract provisions<br />

W& P Manual – 2012 Page 207


6) Is the foreign bank guarantee, confirmed by a<br />

Nationalized/Scheduled bank in India (as<br />

applicable)<br />

7) Whether the BG has been issued by a<br />

Nationalized Bank/non-Nationalized Bank<br />

Acceptable to <strong>DVC</strong> / Scheduled bank of India (the<br />

applicability of the bank should be in line with the<br />

provisions of bidding Documents). (on non-judicial<br />

stamp paper of appropriate value to be purchased in<br />

the name of the Bank).<br />

W& P Manual – 2012 Page 208


(on non-judicial stamp paper of appropriate value to be purchased in the name of the Bank).<br />

FORM OF EXTENSION OF BANK GUARANTEE<br />

ANNEXURE-N<br />

Ref. No. :<br />

To<br />

*Damodar Valley Corporation,<br />

Date……….<br />

Sub : Extension of Bank Guarantee No. Dated for<br />

Rs. favouring yourselves, expiring on on account of<br />

M/s.<br />

in respect of P.O. No.<br />

Dated .<br />

(Hereinafter called original Bank Guarantee)<br />

Dear Sirs,<br />

At the request of M/s.………………………… We…………………… Bank Branch Office at<br />

………………………and having its head office at ………………………do hereby extend the<br />

validity of the above mentioned Bank Guarantee No……………………… dated ………… by<br />

another ……………….. months/years and will now expire on ………………… with claim<br />

period upto ………………….<br />

Except as provided above, all other terms and conditions of the original Bank Guarantee<br />

No……………Dated…………………shall remain unaltered and binding.<br />

Please treat this as an integral part of the original guarantee to which it would be attached.<br />

Yours faithfully,<br />

For……………………………………….<br />

Manager/Agent/Accountant<br />

Dated……………….<br />

SEAL OF BANK<br />

Note : * Please mention the full address of project/office where the Bank Guarantee is to be<br />

submitted.<br />

The non – judicial stamp paper should be in the name of issuing Bank.<br />

W& P Manual – 2012 Page 209


ANNEXURE-O<br />

PROFORMA BANK GUARANTEE FOR ADVANCE<br />

(To be stamped in accordance with Stamp Act)<br />

Ref : ………………………………………<br />

Bank Guarantee No……………<br />

Dated : ………………………….<br />

To<br />

*Damodar Valley Corporation<br />

Address of the Plant<br />

Know all men by these presents that in the consideration of the Damodar Valley Corporation<br />

(herein after referred to as the ‘Owner’, which expression shall unless repugnant to the context or<br />

meaning thereof include its successors, administrators and assigns) having awarded to<br />

M/s……………………… With its Registered / Head Office<br />

at……………………………………………… hereinafter referred to as ‘Contractor ‘ which<br />

expression shall unless repugnant to the context or meaning thereof, include its successors,<br />

administrators, executors, and assigns) a contract by issue of Owner’s Letter of Award<br />

No. dated and the same having been unequivocally<br />

accepted by the Contractor, resulting into a Contract bearing No.<br />

dated<br />

valued at for (scope of work) contract (hereinafter<br />

called ‘Contract’) and the owner having agreed to make an advance payment to the Contractor for<br />

performance of the above Contract amounting to<br />

(in<br />

words and figures) as an Advance against Bank Guarantee to be furnished by the Contractor.<br />

We<br />

(name of the Bank) having its head Office at<br />

(address) (hereinafter referred to as the ‘ Bank’ which expression shall unless repugnant to the<br />

context or meaning thereof, include its successors, administrators, executors and assigns) do<br />

hereby guarantee and undertake to pay the owner immediately on demand any or all money<br />

payable by the Contractor to the extent of<br />

(in words and figures) at<br />

any time upto<br />

without any demur, reservation, recourse, contest or protest and or<br />

without any reference to the contractors. Any such demand made by the owner on the bank shall<br />

be conclusive and binding notwithstanding any difference between the owner and contractor or<br />

any dispute pending before any court, Tribunal, arbitrator or any other authority. We agree that<br />

the Guarantee herein contained shall be irrecoverable and shall continue to be enforceable till the<br />

owner discharges this Guarantee.<br />

W& P Manual – 2012 Page 210


The owner shall give the fullest liberty without affecting in any way the liability of the Bank<br />

under the Guarantee from time to time to vary the advance or to extend the time for performance<br />

of the Contract by the Contractor. The owner shall have the fullest liberty without affecting this<br />

Guarantee, to postpone from time to time the exercise of any powers vested in them or of any<br />

right which they might have against the contractor, and to exercise the same at any time in any<br />

manner, and either to enforce or to forebear to enforce any covenants contained or implied in the<br />

Contract between the Owner and the Contractor or any other course or remedy or security<br />

available to the Owner. The Bank shall not be released of its obligations under these presents by<br />

any exercise by the Owner of its liberty with reference to matters aforesaid or any of them or by<br />

reason of any other act or forbearance or other acts of omission or commission on the part of the<br />

law would but for this provision have the effect of relieving the Bank.<br />

The Bank also agrees that on certification of the Owner the amount of the Bank Guarantee shall<br />

stand reduced to the extent so notified by the Owner semi-annual. It is further agreed that the<br />

reduction so notified by the Owner shall be conclusive and binding on the bank without any<br />

reservation.<br />

The Bank also agrees that the Owner at its option shall be entitled to enforce this Guarantee<br />

against Bank as a Principal debtor in first instance without proceeding against the Contractor and<br />

notwithstanding any security or other Guarantee that the Owner may have in relation to the<br />

Contractor’s liabilities.<br />

Notwithstanding anything contained hereinabove, our liability under this guarantee is limited to<br />

and it shall remain in force upto and including<br />

@<br />

and shall be extended from time to time<br />

for such period (not exceeding one year) as may be desired by M/s.<br />

on whose behalf this Guarantee has been given.<br />

Dated this day of 200 at .<br />

Witness :<br />

(Signature)<br />

Witness :<br />

Signature<br />

Name<br />

Designation with Bank Stamp<br />

Signature<br />

Official Address<br />

W& P Manual – 2012 Page 211


Strike out whichever is not applicable<br />

@ the date will be 90 days after the date of completion of the contract.<br />

Note : * Please mention the full address of project/office where the Bank Guarantee is to be<br />

submitted.<br />

W& P Manual – 2012 Page 212


(On non-judicial stamp paper of appropriate value)<br />

ANNEXURE-P<br />

PROFORMA OF BANK GUARANTEE IN LIEU OF EARNEST MONEY DEPOSIT<br />

To<br />

*DAMODAR VALLEY CORPORATION BG No. :<br />

<strong>DVC</strong> TOWERS : VIP ROAD Date :<br />

KOLKATA-54.<br />

Dear Sir.<br />

In accordance with your Notice Inviting Tender for ……………………………<br />

………………………...………………………………………under your specification<br />

No………………………dated…………………M/s.<br />

(Hereinafter called the Tenderer) hereby submit the Bank Guarantee:<br />

Whereas to participate in the said tender for the following:<br />

……(Name& full address of the firm)<br />

1. …………………………………………………… (Name of the items to be<br />

2. ……………………………………………………<br />

supplied as per NIT)<br />

3. ……………………………………………………<br />

It is a condition in the tender documents that the tenderer has to deposit Earnest Money<br />

amounting to Rs. …………… in respect to the tender, with Damodar Valley Corporation(*)<br />

(hereinafter referred to as “Corporation”) by a Bank Guarantee from a Nationalised Bank/<br />

Schedule Bank/Foreign Bank irrevocable and operative till the validity of the offer(i.e.<br />

…………days from the date of opening of tender) for the like amount which amount is likely to<br />

be forfeited on the happening of contingencies mentioned in the tender documents.<br />

W& P Manual – 2012 Page 213


And whereas the tenderer desires to secure exemption from deposit of Earnest Money and has<br />

offered to furnish a Bank Guarantee for a sum of Rs……………… to the Corporation as Earnest<br />

Money.<br />

Now, therefore, we the ………………………(Bank), a body corporate constituted under the<br />

Banking Companies (Acquisition and Transfer of Undertaking) Act. 1969 (delete, if not<br />

applicable) and branch Office at…………. (Hereinafter referred to as the Guarantor) do hereby<br />

undertake and agree to pay forthwith on demand in writing by the Corporation of the said<br />

guaranteed amount without any demur, reservation or recourse.<br />

We, the aforesaid bank, further agree that the Corporation shall be the sole judge of and as to<br />

whether the tenderer has committed any breach or breaches of any of the terms costs, charges and<br />

expenses caused to or suffered by or that may be caused to or suffered by the Corporation on<br />

account thereof to the extent of the Earnest Money required to be deposited by the Tenderer in<br />

respect of the said Tender Document and the decision of the Corporation that the Tender has<br />

committed such breach or breaches and as to the amount or amounts of loss, damage, costs,<br />

charges and expenses caused to or suffered by or that may be caused to or suffered by the<br />

Corporation shall be final and binding on us.<br />

We, the said Bank further agree that the Guarantee herein contained shall remain in full force and<br />

effect until it is released by the Corporation and it is further declared that it shall not be necessary<br />

for the Corporation to proceed against the Tenderer before proceeding against the Bank and the<br />

Guarantee herein contained shall be invoked against the Bank, notwithstanding any security<br />

which the Corporation may have obtained or shall be obtained from the Tenderer at any time<br />

when proceedings are taken against the Bank for whatever amount that may be outstanding or<br />

unrealised under the Guarantee.<br />

The right of the Corporation to recover the said amount of Rs. …………..……<br />

(Rupees………………….) from us in manner aforesaid will not be precluded/affected, even if,<br />

disputes have been raised by the said M/S………………(Tenderer) and/or dispute or disputes are<br />

pending before any authority, officer, tribunal, arbitrator(s) etc.<br />

Notwithstanding anything stated above, our liability under this guarantee shall be restricted to Rs.<br />

…………….. (Rupees …………………………………………) only and our guarantee shall<br />

W& P Manual – 2012 Page 214


emain in force upto ………………….. ………..and unless a demand or claim under the<br />

guarantee is made on us in writing within three months after the aforesaid date i.e. on or before<br />

the …………………. all your rights under the guarantee shall be forfeited and we shall be<br />

relieved and discharged from all liability there under.<br />

Date …………………<br />

(Signature) ………………………………<br />

Place …………………<br />

(Printed Name) …………………………<br />

(Designation) …………………………..<br />

(Bank’s common seal) …………………<br />

In presence of:<br />

WTTNESS (with full name, designation, address & official seal, if any)<br />

(1)<br />

(2)<br />

Please indicate the name and address of the projects / stations / offices<br />

where the B.G. is to be executed.<br />

W& P Manual – 2012 Page 215


(on non-judicial stamp paper of appropriate value to be purchased in the name of executing Bank)<br />

ANNEXURE-Q<br />

PROFORMA OF BANK GUARANTEE FOR SECURITY DEPOSIT-CUM-<br />

PERFORMANCE GUARANTEE<br />

Ref……………………<br />

Bank Guarantee No………………………<br />

Date………………….<br />

PROFORMA OF B.G. FOR SECURITY DEPOSIT/100% PAYMENT<br />

(1) KNOW ALL MEN BY THESE PRESENTS that in consideration of Damodar Valley<br />

Corporation, a Corporation constituted and established under the Damodar Valley Corporation<br />

Act being Act No. XIV of 1948 and having its Headquarters at D.V.C. Towers, V I P Road,<br />

Kolkata-700 054<br />

(hereinafter called “The Corporation”) having agreed to accept from<br />

(hereinafter called “The Contractor”), a Bank Guarantee for<br />

Rs.<br />

in lieu of Cash Security Deposit for the due fulfillment by the Contractor<br />

of the terms & conditions of the *Purchase Order/Letter of Intent/Letter of Acceptance/ work<br />

order No. issued by the Corporation for<br />

(Name & Description of the work/material)<br />

(hereinafter called “the said *Purchase Order/Letter of Intent/Letter of<br />

Acceptance/ work order”) we<br />

(hereinafter called “the<br />

Guarantor”) do hereby undertake to indemnify and keep indemnified the Corporation to the extent<br />

of Rs. (Rupees<br />

) only against any loss or damage caused to or suffered by<br />

the Corporation by reason of any breach by the Contractor of any of the terms and conditions<br />

contained in the said * Purchase Order/Letter of Intent/Letter of Acceptance/ work order of which<br />

breach the opinion of the Corporation shall be final and conclusive.<br />

W& P Manual – 2012 Page 216


(2) AND WE, DO HEREBY Guarantee and undertake to pay<br />

forthwith on demand to the Corporation such sum not exceeding the said sum of<br />

(Rupees<br />

) only as may be specified in<br />

such demand, in the event of the Contractor failing or neglecting to execute fully efficiently and<br />

satisfactorily the order for<br />

PLACED WITH IT (the<br />

work tendered for by it) within the period stipulated in the said *Purchase Order/Letter of<br />

Intent/Letter of Acceptance/work order in accordance with terms and conditions contained or<br />

referred to in the said *Purchase Order/Letter of Intent/Letter of Acceptance/work order in the<br />

event of the Contractor refusing or neglecting to maintain satisfactory operation of the equipment<br />

or work or to make good any defect therein or otherwise to comply with and conform to the<br />

design, specification, terms and conditions contained or referred to in the said *Purchase<br />

Order/Letter of Intent/Letter of Acceptance/ work order.<br />

(3) WE further agree that the guarantee herein<br />

contained shall remain in full force and effect during the period that would be taken for the<br />

performance of the said order as laid down in the said *Purchase Order/Letter of Intent/Letter of<br />

Acceptance/work order including the warranty obligations and that it shall continue to be<br />

enforceable till all the dues of the Corporation under or by virtue of the said * Purchase<br />

Order/Letter of Intent/Letter of Acceptance/work order have been fully paid and its claims<br />

satisfied or discharged or till the Corporation or its authorized representative certified that the<br />

terms and conditions of the said * Purchase Order/Letter of Intent/Letter of Acceptance/ work<br />

order have been fully and properly carried out by the said contractor and accordingly discharged<br />

the Guarantee.<br />

(4) WE , the Guarantor undertake to extend the validity<br />

of Bank Guarantee at the request of the Contractor for further period or periods from time to time<br />

beyond its present validity period failing which we shall pay the Corporation the amount of<br />

Guarantee.<br />

(5) The liability under this guarantee is restricted to Rs. (Rupees<br />

) only and will expire on<br />

W& P Manual – 2012 Page 217


and unless a claim in writing is presented to us or an action or suit to<br />

enforce the claim is filed against us within 6 months from<br />

all your rights<br />

will be forfeited and we shall be relieved of and discharged from all our liabilities (thereinafter).<br />

(6) The Guarantee herein contained shall not be determined or effected by liquidation or winding<br />

up or insolvency or closure of the Contractor.<br />

(7) The executants has the power to issue this guarantee on behalf of the Guarantor and holds full<br />

and valid power of Attorney granted in his favour by the Guarantor authorizing him to execute<br />

the Guarantee.<br />

(8) Notwithstanding anything contained herein above, our liability under this guarantee is<br />

restricted to Rs. (Rupees only and our guarantee<br />

shall remain in force upto<br />

and unless a demand or claim under the<br />

guarantee is made on us in writing on or before<br />

all your rights under the<br />

guarantee shall be forfeited and we shall be relieved and discharged from all liabilities there<br />

under.<br />

WE,<br />

Bank lastly undertake not to revoke this guarantee during the<br />

currency except with the previous consent of the Corporation in writing. In witness whereof we<br />

have set and subscribed our hand on this<br />

day of .<br />

WITNESS :<br />

1)<br />

SIGNED, SEALED AND DELIVERED<br />

(Stamp of the executants)<br />

2)<br />

(Name & address in full with Rubber Stamp)<br />

*Mention the relevant along with reference number.<br />

Delete the terms which are not applicable. Each page of B.G. to be signed by the executant with<br />

common Bank stamp and date.<br />

W& P Manual – 2012 Page 218


INSTRUCTIONS FOR FURNISHING BANK GUARANTEE<br />

1. Bank Guarantee (B.G.) for Advance Payment, Mobilization Advance, B.G. for Security<br />

Deposit-cum-Performance Guarantee, Earnest Money should be executed on the Non-Judicial<br />

Stamp Paper of the applicable value and to be purchased in the name of the Bank.<br />

2. The Executor (Bank authorities) may mention the Power of Attorney No. and date of<br />

execution in his/her favour with authorization to sign the documents.<br />

The Power of Attorney is to be witnessed by two persons mentioning their full name and<br />

address.<br />

3. The B.G. should be executed by a Nationalized Bank/Scheduled Commercial Bank. B.G.<br />

from Co-operative Bank/Rural Banks are not acceptable.<br />

4. A Confirmation Letter of the concerned Bank must be furnished as a proof of genuineness of<br />

the Guarantee issued by them.<br />

5. Any B.G. if executed on Non-Judicial Stamp paper after 6(six) months of the purchase of<br />

such stamp paper shall be treated as Non-valid.<br />

6. Each page of the B.G. must bear signature and seal of the Bank and B.G. Number.<br />

7. The contents of the B.G. shall be strictly as Proforma prescribed by D.V.C. in line with<br />

Purchase Order/LOI/Work Order etc. and must contain all factual details.<br />

8. Any correction, deletion etc. in the B.G. should be authenticated by the Bank Officials signing<br />

the B.G.<br />

9. In case of extension of a Contract, the validity of the B.G. must be extended accordingly.<br />

10. B.G. must be furnished within the stipulated period as mentioned in Purchase<br />

Order/L.O.I./Work Order etc.<br />

11. Issuing Bank/The Vender are requested to mention the Purchase Order/Contract/Work Order<br />

reference along with the B.G. No. for making any future queries to D.V.C.<br />

W& P Manual – 2012 Page 219


(On non judicial stamp paper of appropriate value).<br />

PROFORMA FOR INDEMNITY BOND TO BE EXECUTED BY THE VENDOR /<br />

CONTRACTOR IN CONFIRMATION OF RECEIPT OF MATERIAL HANDED OVER<br />

BY <strong>DVC</strong> FOR REPAIR / RECTIFICATION AT THEIR PREMISES AND SUBSEQUENT<br />

RETURN OF THE SAME IN SAFE AND ACCEPTANCE CONDITIONS.<br />

INDEMNITY BOND<br />

This Indemnity Bond is made this……………day ………………….by<br />

M/s…………………………………………………………. having its registered office at<br />

………………………………….………… (hereinafter called vendor/contractor which<br />

expression shall include its successors and permitted assigns) in favour of <strong>DVC</strong><br />

………………… having its Headquarter at <strong>DVC</strong> Towers, Kolkata–54 and its project/station at<br />

………………………………….……(Hereinafter called the “<strong>DVC</strong>” which expression shall<br />

include its successors and assigns).<br />

Whereas <strong>DVC</strong> has awarded P.O. / Letter of intent/award letter / contract No. ………….. dated<br />

……….. to the vendor / Contractor and its amendment No. ………….. dated ………….<br />

Amendment No. …………………. dated …………….. applicable when amendments have been<br />

issued (hereinafter called contract) and against which the materials supplied by the vendor /<br />

contractor, was on inspection, found to be not confirming to specification / drawing / sample as<br />

per contract and/or received in damaged condition and hence rejected.<br />

And whereas by virtue of clause No………. of the said contract, the vendor / Contractor is<br />

required to execute an Indemnity Bond in favour of <strong>DVC</strong> for the purpose of free<br />

replacement/repair / rectification of the rejected consignment if so required.<br />

Now, therefore, this indemnity Bond witnessed as follows :<br />

The vendor / contractor is under obligation and shall remain absolutely responsible for the safe<br />

transit/protection and custody of the materials / equipments till it is handed over to <strong>DVC</strong> after<br />

doing necessary replacement/repair/rectification as envisaged in the above clause.<br />

The <strong>DVC</strong> is and shall remain the exclusive owner of the materials / equipments free from all<br />

encumbrances, charges or fines of any kind, whatsoever.<br />

W& P Manual – 2012 Page 220


That this Indemnity Bond is irrevocable.<br />

Now the conditions of this bond is that if the vendor / contractor shall duly and punctually comply<br />

with the terms and conditions of this bond till the receipt and acceptance of the material /<br />

equipment, then the above bond shall be void, but otherwise it shall remain in full force and<br />

virtue.<br />

In witness whereof the vendor/contractor has here-unto set the hand through its authorized<br />

representative under the common seal of the company, the day, month and year first above<br />

mentioned.<br />

SCHEDULE<br />

Particulars of the<br />

material/equipment<br />

handed over<br />

Qty.<br />

Despatch<br />

particulars<br />

RR/GR<br />

carrier,<br />

date/Bill<br />

loading<br />

No.<br />

of<br />

Value of the<br />

equipment<br />

Sign. Of<br />

Attorney<br />

in token<br />

of receipt.<br />

Witness - I<br />

1. Signature For and on behalf of M/s……………<br />

2. Name Name<br />

3. Address with seal Signature Designation<br />

with seal Common seal of<br />

Company<br />

W& P Manual – 2012 Page 221


Witness - II<br />

1. Signature Authorized representatives<br />

2. Name<br />

3. Address with seal<br />

Note : * Indemnity Bonds are to be executed by the authorised persons and (i) In case of<br />

contracting Company under common seal of the Company or (ii) having the power of attorney<br />

issued under common seal of the company withy authority to execute Indemnity Bonds, (iii) In<br />

case, (ii) the original Power of Attorney if it is specifically for our contract or a Photostat copy of<br />

the Power of Attorney if it is a General Power of Attorney and such documents should be<br />

attached to Indemnity Bond.<br />

W& P Manual – 2012 Page 222


CHECKLIST TO BE SENT BY TENDER COMMITTEE TO TAA<br />

ANNEXURE-R<br />

1.<br />

2.<br />

3.<br />

4.<br />

5.<br />

6.<br />

7.<br />

8.<br />

9.<br />

10.<br />

11.<br />

12.<br />

13.<br />

Indent for spares & consumables has approval of competent<br />

authority as per relevant DFP provision/MANUAL<br />

Indent for Capital item accompanied by a copy of updated<br />

sanction order.<br />

Indent is placed in prescribed Form with all columns duly<br />

filled in.<br />

Budget provision indicating specific head of expenditure in<br />

the year of effecting delivery is confirmed.<br />

P.A.C./O.E.S or O.E.M/source standardisation certificate is<br />

furnished by competent indenting authority for single tender<br />

procurement.<br />

B.U.S. concurrent with the indent containing information on<br />

last 3 years consumption, stock position, pending indent &<br />

P.O. and rate & source of last purchase with P.O. reference,<br />

is furnished.<br />

Initial or first time procurement against replacement of<br />

spares & capital item should not be stated as ‘New Item’<br />

unless it was never put to use.<br />

Ordering quantity fixed in excess of average annual<br />

consumption with due weight age on stock position, indent<br />

and P.O. in live and procurement lead time is as per<br />

justification furnished by I.O.<br />

Indent for new item is properly justified by I.O. along with<br />

the Utilisation Certificate.<br />

Whether indigenous source development is explored in<br />

respect of import of spares or capital goods.<br />

Last purchase rate of overseas P.O. is given in foreign<br />

currency for a meaningful price comparison along with<br />

source of last supply.<br />

Expected residual life of the item proposed for purchase and<br />

presently under operation vis-à-vis prescribed life of the new<br />

one reasonably assessed and recorded.<br />

High value purchase proposal contain it’s Utilisation<br />

programme, preferably within warranty period. Views of<br />

concerned Director on this score obtained.<br />

Yes/No/NA<br />

Yes/No/NA<br />

Yes/No/NA<br />

Yes/No/NA<br />

Yes/No/NA<br />

Yes/No/NA<br />

Yes/No/NA<br />

Yes/No/NA<br />

Yes/No/NA<br />

Yes/No/NA<br />

Yes/No/NA<br />

Yes/No/NA<br />

Yes/No/NA<br />

W& P Manual – 2012 Page 223


14.<br />

15.<br />

16.<br />

17.<br />

18.<br />

19.<br />

20.<br />

21.<br />

22.<br />

Proposal for procurement of improved version over the<br />

existing one is properly justified with reference to its<br />

optimum utilisation and cost benefit aspect and availability<br />

of trained man-power with obsolency certificate as per<br />

authority delegated in Manual.<br />

Exact technical specification matched with requirement of<br />

user section for computers and other product where<br />

technology is fast changing is settled before issuance of NIT<br />

and recommended, offer strictly in conformity with NIT is<br />

confirmed.<br />

Recommendation as to technical acceptance of offer<br />

obtained from I.O. / his representative in TC.<br />

Price reasonability of single offer on<br />

PAC/OEM/OES/Standard Source basis is analysed and<br />

commented upon.<br />

Purchase proposal is placed after settlement of all deviation<br />

in techno commercial part of the offer as per NIT terms.<br />

Availability of surplus stock in other projects is checked and<br />

considered in fixing the ordering quantity.<br />

In case of L.T.E. updated vendor base is considered.<br />

Vendor’s behaviour is duly considered in recommendation<br />

for waiver of security deposit and L/D clause.<br />

Price implication of commercial terms & conditions of all<br />

the offers are evaluated on equal platform and considered in<br />

the comparative statement<br />

Yes/No/NA<br />

Yes/No/NA<br />

Yes/No/NA<br />

Yes/No/NA<br />

Yes/No/NA<br />

Yes/No/NA<br />

Yes/No/NA<br />

Yes/No/NA<br />

Yes/No/NA<br />

W& P Manual – 2012 Page 224


DAMODAR VALLEY CORPORATION<br />

ANNEXURE-S<br />

ADDRESS OF PLANTS/FIELD OFFICES……………………………….……<br />

MATERIALS DESPATCH CLEARANCE CERTIFICATE<br />

VENDOR’S NAME :<br />

P.O. NO./CONTRACT NO. : DATE :<br />

INSPECTOR’S NAME & DESIGNATION :<br />

INSPECTED ON………(Date)<br />

SL. NO. MATERIAL DESCRIPTION QUANTITY REMARKS<br />

SIGNATURE :<br />

NAME :<br />

DESIGNATION :<br />

ADDRESS OF PLANT :<br />

W& P Manual – 2012 Page 225


DAMODAR VALLEY CORPORATION<br />

ANNEXURE-T<br />

ADDRES OF PLANTS/ FIELD OFFICES……………………………..………………<br />

INSPECTION REPORT<br />

(ENCLOSE SEPARATE SHEETS, IF REQUIRED)<br />

1. P.O. NO./CONTRACT NO. :<br />

2. NAME & ADDRESS OF SUPPLIER :<br />

3. NAME & ADDRESS OF SUBVENDOR, IF ANY :<br />

4. ITEM DESCRIPTION :<br />

5. Date of Inspection :<br />

6. Place of Inspection :<br />

SL.<br />

NO.<br />

DETAILS OF ITEMS<br />

QTY<br />

ORDERED<br />

/ OFFERED<br />

QTY<br />

ACCEPTED<br />

REMARKS<br />

(Sign. of <strong>DVC</strong> Inspection Authority)<br />

(Sign. of Supplier)<br />

W& P Manual – 2012 Page 226


ANNEXURE-U<br />

SUMMARY SHEET OF PROPOSAL PLACED AT TC (AT HQ ) BY FIELD TC<br />

1. Project Details with justification :<br />

a) Name of the Project & :<br />

Scope & work<br />

b) Initiating Deptt. / Section :<br />

with date of initiation<br />

2. Departmental Estimates :<br />

i) Amount :<br />

ii) Basis :<br />

a. Schedule of rates :<br />

b. LPP :<br />

c. Budgetary Offer/ :<br />

market rate<br />

d. Order of other Power :<br />

utilities<br />

e. DPR/Details Estimate Cost :<br />

W& P Manual – 2012 Page 227


3. Sanction Order :<br />

Whether financial sanction obtained: a) Yes b) No<br />

4. Budget Status :<br />

Budget Provision exists in<br />

a) B.E. ……………..<br />

b) R.E. ……………..<br />

c) Remarks, if any :<br />

5. Tendering :<br />

A. SINGLE TENDER :<br />

(a) Reasons for Single Tendering :<br />

(b) NIT Details :<br />

(i) Date of NIT :<br />

(ii)Date of Opening :<br />

(iii)TIA :<br />

(iv)DFP Serial :<br />

(v) Remarks, if any :<br />

(c) Other Details :<br />

i) PSU :<br />

ii) Emergency :<br />

iii) Urgency :<br />

iv) Any other :<br />

B. LIMITED TENDER ENQURY :<br />

(a) Reasons for Limited Tendering :<br />

W& P Manual – 2012 Page 228


(b) Selection Mode :<br />

i) Approving Authority :<br />

ii) From Approved Vendors :<br />

iii) From known vendors :<br />

iv) From others :<br />

(c) NIT Details :<br />

(i) Date of NIT :<br />

(ii) Date of Opening :<br />

(iii) TIA :<br />

(iv) DFP Serial :<br />

(v) Web publication, if any :<br />

(vi) Remarks, if any :<br />

(d) No. of bidders invited :<br />

(e) No. of bidders responded :<br />

(f) Name of NIT compliant bidders :<br />

C. OPEN TENDER :<br />

(a) Nit Details :<br />

(i) Press publication Date:<br />

(ii) Hosting Date in the Web :<br />

(iii) Date of Opening :<br />

(iv) TIA :<br />

(v) DFP Serial :<br />

W& P Manual – 2012 Page 229


(vi) Remarks, if any :<br />

(b) Type of Tenders :<br />

(i) Two Stage :<br />

(ii) Single Stage with 4/3/2/1 Envelope :<br />

(iii) Approving Authority :<br />

6. Pre – bid Discussion :<br />

(a) Date :<br />

(b) No. of participants :<br />

(c) Amendment, if any :<br />

(i) Completion Period :<br />

(ii) Revised date of submission of bid, if any :<br />

(iii) Others :<br />

(d) Intimation of Amendment, if any :<br />

7. Techno – commercial Evaluation :<br />

(i) Opening Date :<br />

(ii) No. of bidders responded :<br />

(iii) Name(s) of the Techno- commercially :<br />

accepted bidder as per NIT<br />

(iv) No. of rejected bids with reasons :<br />

for rejection<br />

(v) Tender Committee’s Recommendation :<br />

with details of deviation , if any and<br />

authority of condonation<br />

8. PRICE BID<br />

(i) Opening Date :<br />

(ii) No. of bidders :<br />

(iii) Ranking statement :<br />

W& P Manual – 2012 Page 230


Name of<br />

bidder<br />

Ranking<br />

Evaluated<br />

Price<br />

% w.r.t.DE<br />

(for L 1 bidder)<br />

% w.r.t. L 1<br />

L1<br />

L2<br />

L3<br />

L4<br />

(iv) Discussion on Reasonability of Price :<br />

w.r.t. : a) DE :<br />

b) Market Price :<br />

c) Others to be specified :<br />

(v) Rejection of Price Bid, if any with reasons :<br />

(vi) Other salient techno-commercial features :<br />

Features As per NIT As per L 1 Offer REMARKS<br />

DP/Completion period<br />

SD<br />

LD<br />

Advance Payment, if<br />

any<br />

Validity of offer<br />

Terms of Payment<br />

(vii) Total Financial Involvement :<br />

(viii) Tender Committee’s recommendation :<br />

for price bid with deviation, if any<br />

W& P Manual – 2012 Page 231


and its authority of condonation<br />

9. Point of Decision/Recommendation of Field:<br />

10.Point of Decision of TC(HQ) :<br />

11. Accepting Authority :<br />

(Signature of the concerned authority)<br />

Placing the case to TC(HQ)<br />

W& P Manual – 2012 Page 232


ANNEXURE-V<br />

DAMODAR VALLEY CORPORATION<br />

AGREEMENT FOR ANNUAL MAINTENANCE CONTRACT<br />

AN AGREEMENT made and entered into this…………. day of ............ 20…. by and between<br />

M/s DAMODAR VALLEY CORPORATION (<strong>DVC</strong>),(Name of the Power Station/ Hydel<br />

Station/Field Formations) of the FIRST PART (which expression shall unless repugnant to the<br />

context be deemed to include its successors or assigns) and M/s………………. of the SECOND<br />

PART (which expression shall unless repugnant to the context or meaning thereof be deemed to<br />

include its successors or assigns.)<br />

WHEREAS the aforesaid Party of the First Part invited tenders for the work of<br />

(Name of the work).<br />

WHEREAS the tender of the Party of the Second Part was accepted and the work was awarded to<br />

the Party of the Second Part by letter no.<br />

AND WHEREAS the Party of the Second Part has accepted the work order aforesaid in their<br />

letter No.<br />

Now the Agreement, witnessed and it is hereby agreed by and between the parties as follows:<br />

I.This Agreement is a contract for service, consisting of Clauses 1 to 21, inclusive of Annexure<br />

hereto and NIT/LOA/LOI/Work Order/<strong>DVC</strong>’s GCC/<strong>DVC</strong>’s T1/T3 Forms shall form an<br />

inseparable part of this Agreement.<br />

II. In consideration of the payments to be made by the Party of the First Part to the Party of the<br />

Second Part, the Party of the Second Part hereby covenants to carry out the work of<br />

(Name of the work). The Party of the First Part hereby covenants to pay<br />

to the Party of the Second Part in consideration of the aforesaid work, as provided in the<br />

Agreement.<br />

1. DEFINATIONS:-<br />

W& P Manual – 2012 Page 233


a) “Commencement date” shall mean the date on which this Agreement shall come into force.<br />

b) “Payment” shall mean the amount payable as specified in Clause 10.<br />

c) “Premises” shall mean the premises described in Schedule I .<br />

d) “Notice” shall mean Notice complied with the terms of Clause 16.<br />

e) “Services” shall mean the detailed scope of work as described in Schedule II .<br />

f) “Terms & Conditions” shall mean the terms and conditions which is in the works and<br />

procedural manual 2006 and the terms and conditions mentioned herein after and is binding on<br />

the parties.<br />

2. OBLIGATIONS OF THE PARTY OF THE SECOND PART<br />

a) The Party of the Second Part shall provide services as agreed upon and set out in Schedule II<br />

for the term of the Agreement or until it is terminated in accordance with the clauses of this<br />

Agreement.<br />

b) The Party of the Second Part shall obtain at his own cost necessary permits or licenses etc as<br />

required under the various laws whether Central, State or Local from time to time for performing<br />

and rendering services and the Party of the First Part shall not take any liability whatsoever in this<br />

regard.<br />

(i) The Party of the Second Part has to obtain licenses/permits etc as applicable as mentioned<br />

above within a time period of fourteen days of signing this Agreement, failing which this<br />

Agreement shall stand unilaterally terminated.<br />

(ii) If the licenses/permits etc obtained by the Party of the Second Part are revoked and/or<br />

suspended and/or cancelled by the authority concerned and/or become invalid, the Agreement<br />

shall stand unilaterally terminated.<br />

c) The Party of the Second Part shall at its own cost comply with the provisions of all laws, rules,<br />

orders and regulations and notifications whether Central or State or Local as applicable to him or<br />

to this Agreement from time to time. These Acts/Rules include, without limitations the following:<br />

(i) The Minimum Wages Act, 1948 & Rules and Orders and Notifications issued there under from<br />

time to time;<br />

W& P Manual – 2012 Page 234


(ii) The Contract Labour (Regulation & Abolition) Act, 1970 with Rules, Orders and Notification<br />

made there under;<br />

(iii), The Industrial Disputes Act, 1947 with Rules, Orders and Notifications issued there under<br />

from time to time;<br />

(iv) The Workmen’s Compensation Act, 1923 with Rules, Orders and Notifications there under<br />

issued from time to time;<br />

(v) The Payment of Gratuity Act, 1972 with Rules, Orders and Notifications issued there under<br />

from time to time;<br />

(vi) The Payment of Wages Act, 1936 with Rules, Orders and Notifications issued there under<br />

from time to time;<br />

(vii) The Employees’ Provident Fund and Miscellaneous Provisions Act, 1952 with Rules, Orders<br />

and Notifications issued there under from time to time;<br />

(viii) The Factories Act, 1948 with Rules, Orders and Notifications issued there under from time<br />

to time;<br />

(ix) The Employees State Insurance Act, 1948 with Rules, Orders and Notifications issued there<br />

under from time to time.<br />

(x) All other Acts/Rules/Regulations, Bye-laws, Order, Notifications etc. already in vogue or may<br />

be enacted in future by the legislation or present or future Applicable to the Party of the Second<br />

Part from time to time for performing the aforesaid services.<br />

The Party of the Second Part shall produce the requisite Compliance Report to the Party of the<br />

First Part from time to time or as prescribed in the abovementioned laws.<br />

d) The Party of the Second Part shall undertake the services as per details given in Schedule II<br />

attached to this Agreement. The Party of the Second Part shall also comply with other<br />

instructions, if any, given in writing by the authorized representative of the Party of the First Part<br />

W& P Manual – 2012 Page 235


to the Party of the Second Part or to his authorized representative for performing the aforesaid<br />

services.<br />

e) The performance of service by the Party of the Second Part shall be of highest order/standing<br />

and competence and as described in Schedule II.<br />

f) The Party of the First Part may terminate this Agreement if the performance of services by the<br />

Party of the Second Part is not up to specified standard and if the Party of the Second Part fails to<br />

comply with the laws mentioned hereinbefore. The decision of the Party of the First part in this<br />

respect shall be absolute and final.<br />

3. DEPLOYMENT OF EMPLOYEES BY THE PARTY OF THE SECOND PART<br />

a) The Party of the Second Part as and when required shall deploy his own employees for<br />

rendering satisfactory services.<br />

b) There shall not subsist in any manner whatsoever any employer-employee relationship<br />

between the Party of the First Part and the workmen/employees employed and as and when<br />

deployed by the Party of the Second Part or the Party of the Second Part himself. The Party of the<br />

Second Part shall be responsible for appointments, payment of wages, compliances with all<br />

statutory formalities relating to the workmen/employees employed and deployed by it.<br />

c) The Party of the Second Part shall conduct the work in the manner prescribed by the Party of<br />

the First Part and in the event of any deviation there from, the Party of the Second Part shall be<br />

responsible to make good the same within ( need based to be incorporated) from being<br />

intimated by the Party of the First Part. The Party of the Second Part shall supervise and control<br />

the manner and mode of working and also the working of the workmen as and when deployed and<br />

there shall not be any supervision and control by the Party of the First Part over the<br />

employees/workmen employed by the Party of the Second Part.<br />

d) The workmen/employees engaged and deployed by the Party of the Second Part shall observe<br />

discipline at all times and maintain decency and decorum during the course of their employment<br />

and the Party of the Second Part shall be fully responsible for the said workmen/employees.<br />

W& P Manual – 2012 Page 236


e) The payment of wages, ESI, PF, bonuses and other benefits to the employees of the Party of<br />

the Second Part shall be the exclusive responsibility of the Party of the Second Part and the<br />

employees shall have no claim whatsoever on the Party of the First Part.<br />

f) The Party of the Second part as an when deploy workmen Party of the Second part shall<br />

maintain a Register of persons employed under him and issue Employment Photo Identity<br />

Cards to each worker within three days of employment and a copy of the same to be submitted<br />

with the Party of the First Part within seven days there from.<br />

g) The Party of the Second part as and when employed workman shall also maintain all statutory<br />

register viz register of wages, muster roll register of deductions, register of overtime register of<br />

fines, register of advances, wage slip and any other registers required to be maintained under the<br />

statute and shall give inspection of the same to the Party of the First Part on demand.<br />

h) The Party of the Second part as and when employed workman shall make the Payment of<br />

wages and other conditions of employment in respect of workmen employed and deployed by the<br />

Party of the Second Part in conformity with statutory requirements and the Party of the First Part<br />

shall be fully protected in all respect in this regard.<br />

i) The Party of the Second part as and when employed workman shall send half-yearly returns to<br />

the Licensing Officer not later than thirty days from the closing of the Half Year.<br />

j) The Party of the Second part as and when employed workman shall be solely and wholly<br />

responsible for the safety & security of the employees employed by the Party of the Second Part.<br />

The Party of the Second Part shall also make adequate provision of insurance for the said<br />

employees at their own cost to cover them against the risk of accident and /or death in harness. In<br />

the event of any accident and/or death in harness, the Party of the Second Part shall pay proper<br />

compensation to the employees as per The Workmen’s Compensation Act, 1923. The Party of the<br />

First Part will have no responsibility whatsoever, and will be kept fully indemnified and harmless.<br />

k) The Party of the Second Part shall also be responsible for the property of the Party of the First<br />

Part and in case of any damage whatsoever, shall immediately repair/replace the damaged<br />

W& P Manual – 2012 Page 237


property at their own cost and arrangement failing which Party of the First Part shall have right to<br />

recover the cost from the Party of the Second Part.<br />

l) The Party of the Second part as and when employed workman in case of any act of indiscipline<br />

on the part of workmen/employees engaged by the Party of the Second Part, the Party of the<br />

Second Part shall take suitable action against the delinquent employees with proper intimation to<br />

the appropriate authority of the Party of the First Part.<br />

m) The workmen/employees of the Party of the Second Part as and when employed by the Party<br />

of the Second Part including himself shall have no right and/or any right to access whatsoever to<br />

claim as an employment with the company of the Party of the First Part.<br />

n) In case the workmen/employees engaged by the Party of the Second Part have any grievance<br />

they shall take it up with the Party of the Second Part without causing any disturbance in the<br />

premises of the Party of the First Part in any manner. Under no circumstances, shall the workmen<br />

engaged by the Party of the Second Part initiate or take part in any agitation or demonstration<br />

against the Party of the First Part.<br />

o) If the process forming part of this Agreement is abolished by any provision of law or under<br />

Sec. 10 of the Contract Labour (R&A) Act, 1970 the workmen/employees of the Party of the<br />

Second Part shall not become the employees of the Principal Employer i.e. Party of the first Part.<br />

p) During the terms of this Agreement the Party of the Second Part shall be an independent<br />

employer and not in any manner has any employer - employee relationship with the Party of the<br />

First Part and that of Principal to Principal.<br />

4. OBLIGATIONS OF THE PARTY OF THE FIRST PART<br />

a) The Party of the First Part shall permit the duly authorized workmen of the Party of the Second<br />

Part at all convenient times to enter into and upon the premises only on presentation of the<br />

approved gate passes as mentioned below, for the purpose of carrying out their work.<br />

W& P Manual – 2012 Page 238


) The Party of the First Part shall make to the Party of the Second Part all payments, as per<br />

Clause 10, throughout the term of this Agreement or so long the Agreement subsists or the Party<br />

of the Second Part performs its obligation under this Agreement.<br />

5. COMPLETION<br />

The Work shall be deemed to have been completed on expiry of period of this Agreement and<br />

release of final payment to the Party of the Second Part by the Party of the First Part.<br />

6. PENALTY:<br />

In terms of the General Terms of the Contract clause<br />

(as applicable)<br />

7. DELEGATION<br />

(As Applicable)<br />

8. INDEMNITY<br />

Party of the Second Part covenants and agrees to fully protect and hold the Party of the First Part,<br />

its employees and agents harmless against any claim, demand, actions, suits, proceedings,<br />

judgment, liabilities, costs, expenses, damages or losses.<br />

9. BILLS<br />

The Party of the First Part reserves the right to require the Party of the Second Part to submit<br />

documentary evidence in support of the bills, including details of the work done, duly supported<br />

by the Certificate from the representative of the Party of the First Part in the first week of the<br />

following month. Party of the First Part also reserves the right to make at the earliest opportunity<br />

any adjustment which may be pending from the previous months.<br />

10. PAYMENT<br />

As per the relevant clauses of work order<br />

W& P Manual – 2012 Page 239


11. DURATION OF THE AGREEMENT<br />

a) This Agreement shall be effective from the date of commencement of the work as per the<br />

Work Order<br />

b) The Agreement shall be deemed to expire on completion of the work and on compliance of all<br />

the statutory obligations by the Party of the Second Part as provided in for in the agreement,<br />

unless extended by both the parties in writing.<br />

12. CANCELLATION/TERMINATION<br />

As Per the Clause 28 of the General Conditions of the Contract<br />

13. CONSEQUENCES OF TERMINATION<br />

a) In the event of this Agreement being determined whether by efflux of time or notice or breach<br />

or otherwise, the Party of the Second Part shall forthwith return to the Party of the First Part all<br />

the papers, books or other articles belonging to the Party of the First Part.<br />

b) In the event of termination of this Agreement, the rights and obligations of the parties thereto<br />

shall be settled by mutual discussion. The financial settlement shall take into consideration not<br />

only the expenditure incurred but also the expenditure committed by the Party of the First Part.<br />

c) In the event of termination of this Agreement, the Party of the Second Part shall be liable to<br />

refund the amount, if any, paid in advance to it by the Party of the First Part.<br />

d) Either Party shall be entitled to exercise any one or more of the rights and remedies given to it<br />

under the terms of this Agreement and the determination of this Agreement shall not affect or<br />

prejudice such rights and remedies and each party shall remain liable to perform all outstanding<br />

liabilities under this Agreement notwithstanding that the other may have exercised any one or<br />

more of the rights and remedies available against each other.<br />

14. FORCE MAJEURE<br />

W& P Manual – 2012 Page 240


As Per the Clause 27 of the General Conditions of the Contract<br />

15. CONFIDENTIALITY<br />

During the tenure of the Agreement and 7 years thereafter the Party of the Second Part undertake<br />

on their behalf and on the behalf of their subcontractors / employees / representatives / associates<br />

etc to maintain strict confidentiality and prevent disclosure thereof, of all the information and data<br />

exchanged / generated pertaining to the work under this Agreement for any purpose other than in<br />

accordance with the Agreement.<br />

16. NOTICE<br />

Any notice to be served by either party on the other shall be sent by Registered Post and shall be<br />

deemed to have been received by the addressee within 07 days of posting.<br />

17. SETTLEMENT OF DISPUTES AND ARBITRATION<br />

a) Any dispute(s) or difference(s) arising out, of or in connection with the contract shall, to the<br />

extent possible, be settled amicably between the Party of the First Part & Party of the Second<br />

Part.<br />

b) In the event of any dispute or difference whatsoever arising under this Agreement or in<br />

connection therewith including any question relating to existence, meaning and interpretation of<br />

the terms of the Agreement or any alleged breach thereof, the same shall be referred to the<br />

Secretary, CEO of Damodar Valley Corporation, Kolkata-54 or to a person nominated by him for<br />

arbitration. The Arbitration shall be conducted in accordance with the provisions of Arbitration<br />

and Conciliation Act, 1996 or any other latest enactment and the decision/judgment of<br />

Arbitrator/Arbitrators shall be final and binding on both the parties. The venue of the arbitration<br />

shall be at Kolkata.<br />

However, in case the Party of the Second Part is a Central Public Sector Enterprise/ Govt.<br />

Department, the dispute arising between the Party of the First Part & Party of the Second part<br />

W& P Manual – 2012 Page 241


shall be settled through Permanent Arbitration Machinery (PAM) of the Department of Public<br />

Enterprise, Govt. of India as per prevailing rules.<br />

c) All suits arising out of NIT, subsequent work order and agreement, if any, are subject to<br />

jurisdiction of Court in the City of Kolkata only and no other Court, when resolution/ settlement<br />

through mutual discussion and arbitration fails.<br />

18. AMENDMENTS OF THE AGREEMENT<br />

No amendment or modification of this Agreement shall be valid unless the same is made in<br />

writing by both parties or their authorized representative and specifically stating the same to be an<br />

amendment of this Agreement. The modifications / changes shall be effective from the date on<br />

which they are made/ executed, unless otherwise agreed to.<br />

19. MISCELLANEOUS<br />

a) The Party of the Second Part as and when required shall deploy as many in number -expert<br />

personnel and/or skilled/semi-skilled/unskilled workmen with adequate qualification and<br />

experience having appropriate level of acumen to carry out the job with entire satisfaction of the<br />

Party of the First Part.<br />

b) No child labour shall be engaged by the contractor as per statutory rules of the Govt. of India.<br />

c) The Party of the Second Part as and when employed their employees engaged in the job shall<br />

follow all safety rules at the time of execution of work. It shall be the responsibility of the<br />

contractor to supply all safety equipment necessary to their O&M personnel without any extra<br />

cost to <strong>DVC</strong>. All statutory rules & regulations shall have to be followed by the contractor during<br />

employment/retrenchment of his workers/employees.<br />

d) As the plant site is a protected area, necessary gate passes with photograph of every<br />

worker/employee of the Party of the Second Part shall be arranged by the Party of the Second Part<br />

with proper intimation to the Party of the First Part. The expenditure of issuing the gate passes to<br />

W& P Manual – 2012 Page 242


the workmen shall be borne by the Party of the Second Part. The gate passes shall be duly signed<br />

by the Party of the Second Part with official seal in addition to the signature of the holder<br />

(employee of the Party of the Second Part) and the authorised officer of the Party of the First Part.<br />

e) In case of sub-letting the contract, the sub-contractor shall be engaged with prior approval of<br />

the Party of the First Part and at full risk of the Party of the Second Part.<br />

f) The Party of the Second Part shall not pay less than the prescribed minimum wages to the<br />

workmen engaged by him under the Minimum Wages Act, 1948 and the Govt. Rules made there<br />

under and subject to revision from time to time. The monthly payment is to be made on the 7th<br />

day of the successive month. The Party of the Second Part shall intimate the disbursement of<br />

payment to the authorized representative of Personnel Dept. of the Party of the First Part on 7 th -<br />

10 th day of the successive month.<br />

g) Legal suits arising out of the Agreement, if any, are subject to the jurisdiction in the Court of<br />

the city of Kolkata and no other Court elsewhere.<br />

h) The workers/employees engaged by the Party of the Second Part should not be under the<br />

influence or addiction of drug/liquor while on duty. It should be obligatory on the part of the<br />

Party of the Second Part to remove any such person from the job whose action or conduct in the<br />

opinion of management of the Party of the First Part is detrimental to its interest.<br />

i) If the Party of the Second Part desires to execute a part of scope of maintenance contract which<br />

are very specialized in nature by engaging a specialized competent group they will have to obtain<br />

approval from the Party of the First Part, furnishing all credentials and requirement of the<br />

manpower strength before their engagement. However, the Party of the First Part reserves the<br />

right to discontinue the same at its discretion.<br />

j) The Party of the Second Part shall fully cooperate with other contractors employed by the Party<br />

of the First Part for associated plant and subsidiary as well as other similar activities and shall<br />

W& P Manual – 2012 Page 243


carry out all reasonable directions of the designated Chief Engineer (O&M) of the Party of the<br />

First Part or his authorized representative as the case may be.<br />

k) For contracts above value…………… , both the parties have to sign an Integrity Pact.<br />

20. CHANGE OF ADDRESS<br />

Each Party shall give notice to the other of any change or acquisition of any address or telephone<br />

number or FAX or similar number at the earliest possible opportunity but in any event within 48<br />

hours of such change or acquisition.<br />

IN WITNESS WHEREOF the parties hereto put their signatures on the date as written above.<br />

SIGNED, SEALED AND DELIVERED<br />

Party of the Second Part<br />

Party of the First Part<br />

in the presence of:-<br />

1. 1.<br />

in the presence of:<br />

2. 2.<br />

W& P Manual – 2012 Page 244


SCHEDULE - (I)<br />

Premises at which the Services are to be required.<br />

SCHEDULE - (II)<br />

List of services to be provided at all the premises listed in Schedule I.<br />

W& P Manual – 2012 Page 245


ANNEXURE-W<br />

SCOPE OF TENDER COMMITTEE (TC)<br />

A 3-member Tender Committee (representative of Indenter, Finance & representative of TIA) is<br />

to be constituted on case-to-case basis to take care of all procedural activities related to Turnkey<br />

Projects/Any Works/any procurement package in Headquarter as well as in Field Formations for<br />

all type of tendering having estimated cost in excess of Rs.100000/-. However, while exercising<br />

the powers using DFP (OE) TC recommendation is required for any proposal in excess of<br />

Rs.50,000/-. A three member at appropriate level of Tender Committee (comprising of<br />

representatives of indenter, Finance & representative of TIA will be formed.<br />

The following details/points are generally to be covered / taken care of on case to case basis while<br />

preparing Final T.C. Recommendation for OTE/LTE /STE cases.<br />

I. Scope of Procurement / Purchase Indent / Work Proposal<br />

1. Brief description of the materials/items to be procured with quantity/proposal with detail<br />

scope of work for Works Contract.<br />

2. Commissioning/installation is covered in the Scope or not.<br />

3. Approved cost estimate and basis of estimation, wherever available.<br />

4. Budget certification/confirmation.<br />

5. Technical and administrative approval for Works Contract and sanction order for<br />

procurement of capital items.<br />

II. Details of Bid Document<br />

1. Delivery requirements/completion schedules.<br />

2. Qualifying requirements as per NIT.<br />

3. Important bidding conditions, if any, such as<br />

(i) Price basis.<br />

(ii) Payment schedule.<br />

(iii) Any other conditions specific to the package (copy of bid document and<br />

amendments, if any, to be placed in the file as annexure-I).<br />

III. Bid Invitation Process<br />

i) Nature of tender with reasons thereof.<br />

W& P Manual – 2012 Page 246


ii) In case of O.T., details of NIT indicating date of publication in newspaper and<br />

website/whether enquiries have been issued to enlisted vendors where enlistment has been done<br />

by press advertisement.<br />

(iii)Period for sale of bid documents.<br />

(iv)Number of agencies to whom bid documents were issued.<br />

(v) Date of sale closing of bid document and the extension, if any.<br />

(vi)Pre-bid conference, if any, indicating date, place and attendance.<br />

(vii) Minutes of meeting of pre-bid conference and resulting amendments, if any.<br />

viii) Date and time of bid opening, highlights of the bid-opening meeting (copies of bid invitation,<br />

pre-bid amendments, copy of amendments issued are to be placed as Annexure-II, III and IV).<br />

IV.<br />

Bid Response<br />

i) State total number of offers received and indicate late offer/offers without EMD, if any.<br />

ii)<br />

iii)<br />

iv)<br />

State criteria on qualifying requirements, if any.<br />

Discuss whether all the received offers have enclosed documentary evidence in support of<br />

qualifying requirements as mentioned in the NIT.<br />

Whether all the offers are in compliance in respect of technical specifications of bid<br />

documents.<br />

v) Whether all the commercial terms & conditions as offered by the bidders are NIT compliant.<br />

vi) Whether any offer is accompanied by deviation schedule along with withdrawal price.<br />

vii) It is to be proposed for rejection of offer, if any, on technical grounds / not meeting specified<br />

QR/deviated offers without cost of withdrawal price with justification.<br />

viii)Number of techno-commercially accepted offers to be recorded.<br />

V. Preliminary Examination of Bids<br />

Furnish table of bid price of all techno-commercially accepted offers as read out during bid<br />

opening.<br />

Sl.<br />

No.<br />

Name of<br />

Bidder<br />

Item Description<br />

/ scope of work<br />

Quantity Bid Price as Quoted *<br />

Unit<br />

Rate<br />

AMOUNT<br />

W& P Manual – 2012 Page 247


* If number of items is more, total quoted value to be indicated. All Statutory taxes and duties, as<br />

applicable, on the date of bid opening are to be mentioned separately. Freight & Insurance<br />

Charges, if any, also to be indicated.<br />

i) Discuss preliminary examination of all technically accepted offers for arithmetical errors,<br />

completeness of offer, EMD.<br />

ii) List of arithmetical errors and corrected bid prices.<br />

iii)Furnish details of all bids as Annexure-V.<br />

VI.<br />

Bid Evaluation<br />

i) State evaluation criteria, assumption, if any made in evaluation.<br />

ii) Place the comparative statements as Annexure-VI.<br />

iii)Prepare evaluation table showing all adjustments, withdrawal prices, arithmetical corrections<br />

and ranking of the bidders.<br />

iv)Discussions on offers.<br />

v) Determination of lowest evaluated responsive bidder including the assessment of price<br />

reasonableness of the offer.<br />

vi)Proposal for price negotiation with L1 bidder, if required, along with the basis for Price<br />

Negotiation.<br />

VII.<br />

Final Recommendation<br />

Based on above, a comprehensive purchase proposal/comprehensive proposal for works contract<br />

is to be prepared and to be recommended by TC for placement before TAA as the case may be.<br />

The purchase proposal/work contract proposal as recommended should contain the following:<br />

(i)<br />

(ii)<br />

Bidders name<br />

Scope of supply (quantity/model etc.)/scope of work.<br />

(iii) Source of origin<br />

(iv) Unit Ex-works price/basic rate for works.<br />

W& P Manual – 2012 Page 248


(v) Unit F&I Charges for supply items<br />

(vi) Statutory taxes and duties, as applicable<br />

(vii) Total FOR Destination price/Total Contract Price.<br />

(viii) Price basis for supply items/ works component.<br />

(ix) Installation/commissioning charges, if any<br />

(x) Payment terms - Supply portion/installation portion /works portion.<br />

(xi) LD Clause<br />

(xii) SDBG Clause<br />

(xiii) Delivery schedule/Completion Schedule.<br />

(xiv) Inspection<br />

(xv) Date of validity of the offer<br />

(xvi) Other terms & conditions, if any.<br />

Note: In case TC unable to conclude the NIT by placing the recommendation to place WO/ PO,<br />

reason for such situation to be recoded and placed to TAA for perusal and necessary action if any.<br />

W& P Manual – 2012 Page 249


ANNEXURE - X<br />

List of Commercial Banks as per RBI (Source RBI Website dt. 08-06-2012)<br />

1 Abu Dhabi Commercial Bank Ltd.<br />

2 American Express Bank Ltd.<br />

3 Arab Bangladesh Bank Limited<br />

4 Allahabad Bank<br />

5 Andhra Bank<br />

6 Antwerp Diamond Bank N.V.<br />

7 Axis Bank Ltd.<br />

8 Bank Internasional Indonesia<br />

9 Bank of America N.A.<br />

10 Bank of Bahrain & Kuwait BSC<br />

11 Barclays Bank Plc<br />

12 BNP PARIBAS<br />

13 Bank of Ceylon<br />

14 Bharat Overseas Bank Ltd.<br />

15 Bank of Baroda<br />

16 Bank of India<br />

17 Bank of Maharashtra<br />

18 Canara Bank<br />

19 Central Bank of India<br />

20 Calyon Bank<br />

21 Citibank N.A.<br />

22 Cho Hung Bank<br />

23 Chinatrust Commercial Bank Ltd.<br />

24 Centurion Bank of Punjab Limited<br />

W& P Manual – 2012 Page 250


25 City Union Bank Ltd.<br />

26 Coastal Local Area Bank Ltd.<br />

27 Corporation Bank<br />

28 Catholic Syrian Bank Ltd.<br />

29 Deutsche Bank AG<br />

30 Development Credit Bank Ltd.<br />

31 Dena Bank<br />

32 IndusInd Bank Limited<br />

33 ICICI Bank<br />

34 IDBI Bank Limited<br />

35 Indian Bank<br />

36 Indian Overseas Bank<br />

37 Industrial Development Bank of India<br />

38 ING Vysya Bank<br />

39 J P Morgan Chase Bank, National Association<br />

40 Krung Thai Bank Public Company Limited<br />

41 Kotak Mahindra Bank Limited<br />

42 Karnataka Bank<br />

43 Karur Vysya Bank Limited.<br />

44 Lord Krishna Bank Ltd.<br />

45 Mashreqbank psc<br />

46 Mizuho Corporate Bank Ltd.<br />

47 Oman International Bank S A O G<br />

48 Oriental Bank of Commerce<br />

49 Punjab & Sind Bank<br />

50 Punjab National Bank<br />

51 Societe Generale<br />

W& P Manual – 2012 Page 251


52 Sonali Bank<br />

53 Standard Chartered Bank<br />

54 State Bank of Mauritius Ltd.<br />

55 SBI Commercial and International Bank Ltd.<br />

56 State Bank of Bikaner and Jaipur<br />

57 State Bank of Hyderabad<br />

58 State Bank of India<br />

59 State Bank of Indore<br />

60 State Bank of Mysore<br />

61 State Bank of Patiala<br />

62 State Bank of Saurashtra<br />

63 State Bank of Travancore<br />

64 Syndicate Bank<br />

65 The Bank of Nova Scotia<br />

66 The Bank of Tokyo-Mitsubishi, Ltd.<br />

67 The Development Bank of Singapore Ltd. (DBS Bank Ltd.)<br />

68 The Hongkong & Shanghai Banking Corporation Ltd.<br />

69 Tamilnad Mercantile Bank Ltd.<br />

70 The Bank of Rajasthan Limited<br />

71 The Dhanalakshmi Bank Limited.<br />

72 The Federal Bank Ltd.<br />

73 The HDFC Bank Ltd.<br />

74 The Jammu & Kashmir Bank Ltd.<br />

75 The Nainital Bank Ltd.<br />

76 The Sangli Bank Ltd.<br />

77 The South Indian Bank Ltd.<br />

78 The Ratnakar Bank Ltd.<br />

W& P Manual – 2012 Page 252


79 The Royal Bank of Scotland N.V.<br />

80 The Lakshmi Vilas Bank Ltd<br />

81 UCO Bank<br />

82 Union Bank of India<br />

83 United Bank Of India<br />

84 Vijaya Bank<br />

85 Yes Bank<br />

W& P Manual – 2012 Page 253


PROFORMA OF BANK GUARANTEE FOR ADDITIONAL CONTRACT<br />

PERFORMANCE GUARANTEE<br />

ANNEXURE-Y<br />

Ref……………………<br />

Bank Guarantee No………………………<br />

Date………………….<br />

PROFORMA OF B.G. FOR ADDITIONAL CONTRACT PERFORMANCE GUARANTEE<br />

(1)KNOW ALL MEN BY THESE PRESENTS that in consideration of Damodar Valley<br />

Corporation, a Corporation constituted and established under the Damodar Valley Corporation<br />

Act being Act No. XIV of 1948 and having its Headquarters at D.V.C. Towers, V I P Road,<br />

Kolkata-700054 (hereinafter called “The Corporation”) having agreed to accept from<br />

(hereinafter called “The Contractor”), a Bank Guarantee for<br />

Rs.<br />

in lieu of additional contract performance guarantee for the due<br />

fulfilment by the Contractor of JV of the *Purchase Order/Letter of Intent/Letter of Acceptance/<br />

work order No. issued by the Corporation for<br />

(Name & Description of the work/material)<br />

(hereinafter called “the said *Purchase Order/Letter of Intent/Letter of<br />

Acceptance/ work order”) we<br />

(hereinafter called “the<br />

Guarantor”) do hereby undertake to indemnify and keep indemnified the Corporation to the extent<br />

of Rs. (Rupees<br />

) only against any loss or damage caused to or suffered by<br />

the Corporation by reason of any breach by any of the JV Contractor of any of the terms and<br />

conditions contained in the said * Purchase Order/Letter of Intent/Letter of Acceptance/ work<br />

order of which breach the opinion of the Corporation shall be final and conclusive.<br />

(2)AND WE,<br />

DO HEREBY Guarantee and undertake to pay<br />

forthwith on demand to the Corporation such sum not exceeding the said sum of<br />

(Rupees )<br />

only as may be specified in such demand, in the event of the Contractor failing or neglecting to<br />

W& P Manual – 2012 Page 254


execute fully efficiently and satisfactorily the order for<br />

placed with it (the work tendered for by it) within<br />

the period stipulated in the said *Purchase Order/Letter of Intent/Letter of Acceptance/work order<br />

in accordance with terms and conditions contained or referred to in the said *Purchase<br />

Order/Letter of Intent/Letter of Acceptance/work order in the event of the JV Contractors<br />

refusing or neglecting to maintain satisfactory operation of the equipment or work or to make<br />

good any defect therein or otherwise to comply with and conform to the design, specification,<br />

terms and conditions contained or referred to in the said *Purchase Order/Letter of Intent/Letter<br />

of Acceptance/ work order.<br />

(3)WE<br />

further agree that the guarantee herein<br />

contained shall remain in full force and effect during the period that would be taken for the<br />

performance of the said order as laid down in the said *Purchase Order/Letter of Intent/Letter of<br />

Acceptance/work order including the warranty obligations and that it shall continue to be<br />

enforceable till all the dues of the Corporation under or by virtue of the said * Purchase<br />

Order/Letter of Intent/Letter of Acceptance/work order have been fully paid and its claims<br />

satisfied or discharged or till the Corporation or its authorized representative certified that the<br />

terms and conditions of the said * Purchase Order/Letter of Intent/Letter of Acceptance/ work<br />

order have been fully and properly carried out by the said contractor and accordingly discharged<br />

the Guarantee.<br />

(4)WE<br />

, the Guarantor undertake to extend the validity<br />

of Bank Guarantee at the request of the Contractor for further period or periods from time to time<br />

beyond its present validity period failing which we shall pay the Corporation the amount of<br />

Guarantee.<br />

(5)The liability under this guarantee is restricted to Rs. (Rupees<br />

) only and will expire on<br />

and unless a claim in writing is presented to us or an action or suit to<br />

enforce the claim is filed against us within 6 months from<br />

all your rights<br />

will be forfeited and we shall be relieved of and discharged from all our liabilities (thereinafter).<br />

W& P Manual – 2012 Page 255


(6)The Guarantee herein contained shall not be determined or effected by liquidation or winding<br />

up or insolvency or closure of the Contractor.<br />

(7)The executants has the power to issue this guarantee on behalf of the Guarantor and holds full<br />

and valid power of Attorney granted in his favour by the Guarantor authorizing him to execute<br />

the Guarantee.<br />

(8)Notwithstanding anything contained herein above, our liability under this guarantee is<br />

restricted to Rs. (Rupees only and our guarantee<br />

shall remain in force upto<br />

and unless a demand or claim under the<br />

guarantee is made on us in writing on or before<br />

all your rights under the<br />

guarantee shall be forfeited and we shall be relieved and discharged from all liabilities there<br />

under.<br />

WE,<br />

Bank lastly undertake not to revoke this guarantee during the<br />

currency except with the previous consent of the Corporation in writing. In witness whereof we<br />

have set and subscribed our hand on this<br />

day of .<br />

WITNESS :<br />

SIGNED, SEALED AND DELIVERED<br />

1)<br />

(Stamp of the executants)<br />

2)<br />

(Name & address in full with Rubber Stamp)<br />

*Mention the relevant along with reference number.<br />

Delete the terms which are not applicable. Each page of B.G. to be signed by the executant with<br />

common Bank stamp and date.<br />

W& P Manual – 2012 Page 256


ANNEXURE-Z<br />

DAMODAR VALLEY CORPORATION<br />

PROFORMA OF INTEGRITY PACT<br />

On this day of 2012 at Kolkata, in<br />

the presence of the following two witnesses, this Integrity Pact is being executed between:<br />

Damodar Valley Corporation, hereinafter referred to as “The Principal”<br />

AND<br />

hereinafter referred to as “The Bidder/Contractor” (which expression shall include all its<br />

partners/directors, agents, legal or other representatives, servants, subcontractors (wherever<br />

permitted or permissible) and successor in interest and all persons claiming through it).<br />

Whereas it has been directed by the Damodar Valley Corporation, Principal and the Central<br />

Vigilance Commission, New Delhi that all undertakings and/or other concerns of the Principal<br />

shall execute an Integrity Pact with contracting parties/bidders in all forthcoming contracts/tender<br />

processes above the prescribed value of Rs. 15 Crore, it is necessary to execute an Integrity Pact<br />

between such parties. Pursuant thereto, the present Integrity Pact is being executed.<br />

Whereas the <strong>DVC</strong> intends to award, under laid down organisation procedures, contract(s) for<br />

………………………………………………………………………….. <strong>DVC</strong> values full<br />

compliance with all relevant laws and regulations, and the principles of economic use of<br />

resources, and of fairness and transparency in its relations with its bidder(s) and contractor(s).<br />

Whereas in order to achieve these goals, the <strong>DVC</strong> cooperates with the renowned international<br />

Non Governmental Organisation “Transparency International” (TII). Following TII’s national<br />

and international experience, the <strong>DVC</strong> will appoint External Independent Monitor(s) who will<br />

monitor the tendering process and the execution of the contract for compliance with the principles<br />

mentioned above.<br />

W& P Manual – 2012 Page 257


The terms and conditions of the Integrity Pact are as under:-<br />

SECTION-I<br />

COMMITMENTS OF <strong>DVC</strong><br />

<strong>DVC</strong> commits itself to take all measures necessary to prevent corruption and unethical practices<br />

and bring transparency in all processes through the following commitments:<br />

1. No employee and/or Official of <strong>DVC</strong> shall, whether personally or through their family<br />

members and/or their agents or legal representatives, and in connection with the tender or in<br />

execution of the contract, demand any gratification and/or enter into any agreement, promise or<br />

any other arrangement for deriving any benefits, whether monetary or otherwise which he is not<br />

legally entitled to.<br />

2. <strong>DVC</strong> shall, during the tender process treat all bidders/contractors at par and provide them with<br />

equal opportunities in all matters.<br />

3. <strong>DVC</strong> shall, before and during the tender process, provide all bidder(s)/contractor(s) with the<br />

same information and shall not provide to any bidder(s)/contractor(s) any confidential and/or<br />

additional information through which such bidder(s)/contractor(s) could obtain an advantage in<br />

the tender process or at the time of execution of the contract.<br />

4. <strong>DVC</strong> shall exclude any employee(s) and/or official(s) who is found prejudiced and/or in<br />

conflict with the interests of the company in his dealings with any bidder(s) and/or contractor(s).<br />

5. <strong>DVC</strong> shall take disciplinary action as per its prescribed Rules, and also under the relevant<br />

provisions of the Indian Penal Code/the Prevention of Corruption act and other anti-corruption<br />

laws in India, against any of its officials and/or employees found guilty of breach of commitment.<br />

<strong>DVC</strong> shall also inform the Chief Vigilance Officer and in addition can initiate disciplinary action<br />

against the offender/suspected offender.<br />

SECTION-II<br />

COMMITMENTS OF THE BIDDER/CONTRACTOR<br />

The bidder/contractor commits himself to take all necessary measures to prevent any form of<br />

during the tender process and also during the execution of the contract including the following:<br />

W& P Manual – 2012 Page 258


1. The Bidder/Contractor shall not, directly or through any other person of firm, offer, promise<br />

and/or give to any of <strong>DVC</strong>’s employees involved in the tender process and/or in the execution of<br />

the contract, or to any third person any benefit, whether monetary or otherwise, which he/she is<br />

not legally entitled to receive, in order to obtain in exchange any advantage of any kind<br />

whatsoever during the tendering process or during the execution of the contract.<br />

Also, the Bidder/Contractor shall not enter into any agreement and/or arrangement with any<br />

employee and/or official of <strong>DVC</strong> for any of the aforesaid purposes.<br />

2. The Bidder/Contractor shall not enter into any undisclosed agreement, undertaking and/or<br />

arrangement with any other bidder(s)/contractor(s), whether formally or informally, in respect of<br />

matter pertaining to prices, specifications, certifications, subsidiary contracts, submission or nonsubmission<br />

of bids or any other actions to restrict competitiveness or to introduce cartelization in<br />

the bidding process.<br />

3. The Bidder/Contractor .shall not commit any offence punishable under the Indian Penal<br />

code/Prevention of Corruption Act or any other relevant Anti-corruption laws in force in India.<br />

4. Further the Bidder/Contractor shall not use improperly or pass on to others, any information or<br />

document provided by <strong>DVC</strong> as part of their, business relationship, regarding any plans, technical<br />

proposals and business details, including information contained and/or transmitted electronically,<br />

for purposes of competition or personal gain.<br />

5. The Bidder/Contractor shall, while presenting his bid disclose any and all payment made by<br />

him, or to which proposes or intends to make to his agents, brokers or any other intermediaries in<br />

connection with the award of the contract. He shall also disclose any agreement and/or<br />

arrangements entered into by him for the aforesaid purposes.<br />

6. If the Bidder/Contractor is of foreign origin, he shall disclose the name and address of his<br />

Agents/Representatives in India. If the Bidder/Contractor is of Indian Nationality, he will furnish<br />

the name and address of his foreign principals, if any. The Bidder/Contractor shall comply with<br />

the disclosure requirements specified in the General Guidelines on the Indian Agents of Foreign<br />

Suppliers.<br />

7. Payment made by the Bidder/Contractor to any Indian agents/representatives shall be in Indian<br />

Rupees only.<br />

W& P Manual – 2012 Page 259


8. If payments are made by the Bidder/Contractor to any foreign agent/supplier in any foreign<br />

country out of ECB or FCCB proceeds, they are to be disclosed by him.<br />

9. The Bidder/Contractor shall not instigate any third persons(s) to commit any offences in<br />

relation to any of the matters mentioned above or be an accessory to any such offence.<br />

10. Company code of Conduct – The Bidder/Contractor is advised to have a company code of<br />

conduct which clearly rejects the use of bribes and other unethical means whether monetary or<br />

otherwise, and adopts a compliance programme for implementation of the code of conduct<br />

throughout the company.<br />

11. The Bidder/Contractor shall immediately inform <strong>DVC</strong> if at any point of time such<br />

bidder/contractor is asked to pay any illegal gratification or bribe in violation of this Integrity Pact<br />

by any person employed by <strong>DVC</strong> or such illegal offer comes to the knowledge of the<br />

Bidder/Contractor.<br />

12. The Bidder/Contractor shall not do any act, by way of commission or omission, which may<br />

defeat the spirit behind the present Integrity Pact.<br />

SECTION-III<br />

DISQUALIFICATTION FROM TENDER PROCESA AND EXCLUSION FROM<br />

FUTURE CONTRACTS<br />

1. A ‘transgression’ is said to have occurred if <strong>DVC</strong> after due consideration of the available<br />

evidence, concludes that no reasonable doubt is possible.<br />

2. If the Bidder/Contractor, before the award or during the execution of contract has committed a<br />

transgression through a violation of section-II above, or in any other form such as to put his<br />

reliability or credibility as bidder/contractor into question, <strong>DVC</strong> shall be entitled to disqualify<br />

such bidder/contractor from the tender process or to terminate the contract, if already signed, for<br />

such reason.<br />

3. (i) If the Bidder/Contractor transgresses or violates any of the provisions of section 2<br />

mentioned above, which has the effect of putting his reliability and/or credibility in question, then<br />

<strong>DVC</strong> shall be entitled to exclude the bidder/contractor from future contract award processes.<br />

W& P Manual – 2012 Page 260


a. The imposition and duration of the exclusion shall be determined by the severity of the<br />

transgression.<br />

b. The severity shall be determined by the circumstances of the case, in particular the number of<br />

transgressions, the position of the transgressor within the company, hierarchy of the<br />

bidder/contractor and the amount of the damage.<br />

c. The exclusion will be imposed for a minimum of ...….. months and maximum of ……… years.<br />

4. The Bidder/Contractor accepts and undertakes to respect and uphold <strong>DVC</strong>’s absolute right to<br />

resort to and impose such exclusion and further accepts and undertakes not to challenge or<br />

question such exclusion on any ground including the absence of an opportunity of being heard<br />

before the decision to resort to such exclusion is taken. This undertaking is given freely and after<br />

obtaining independent legal advice.<br />

SECTION-IV<br />

COMPENSATION FOR DAMAGES<br />

1. If <strong>DVC</strong> disqualifies the Bidder/Contactor from the tendering process prior to award of contract<br />

in accordance with section 3 mentioned above, <strong>DVC</strong> shall be entitled to demand and/or recover<br />

from the Bidder/Contractor, liquidated damages equivalent to the amount or Earnest Money<br />

Deposit/Bid Security.<br />

2. If <strong>DVC</strong> terminates the contract, or becomes entitled to terminate the same in accordance with<br />

section-III, then <strong>DVC</strong> shall be entitled to demand and recover from the Contractor liquidated<br />

damages equivalent to the security deposit/performance Bank Guarantee, and if the amount of<br />

damage exceeds the amount of Security Deposit and Performance Bank Guarantee, then <strong>DVC</strong><br />

shall be entitled to recover the balance amount of damage from the Bidder/Contractor either in<br />

cash or from the amount payable and due from such Bidder/Contractor in other contracts being<br />

executed by him with <strong>DVC</strong>.<br />

SECTION-V<br />

PREVIOUS TRANSGRESSION<br />

W& P Manual – 2012 Page 261


1. The Bidder/Contractor declares that no previous transgression occurred in the last three years<br />

with any other company in any country conforming with the TI approach or with any other Public<br />

Sector Enterprise in India that could justify his exclusion from the tender process.<br />

2. If the Bidder/Contractor makes any incorrect statement on the subject mentioned in the<br />

subsection (1) above, then he shall be liable for disqualification from the tendering process or the<br />

contract, if already awarded, can be terminated for such reason and compensation for damages<br />

caused shall be paid by the contractor/bidder as per section 4 above.<br />

SECTION-VI<br />

INDEPENDENT MONITORS<br />

1. <strong>DVC</strong> or any other person authorized by <strong>DVC</strong> may/shall appoint Independent External<br />

Monitor(s) for the “pact”, who should be suitably qualified and experienced and of impeccable<br />

integrity.<br />

2. The decision taken by <strong>DVC</strong> or any person authorised by <strong>DVC</strong> in the matter of appointment of<br />

the Independent External Monitor as above shall be, final and conclusive and shall be agreeable<br />

to both parties. Such a decision shall not be amenable to any challenge on any ground<br />

whatsoever.<br />

3. The Independent External Monitor(s) (IEM) appointed as above shall oversee the<br />

implementation of the Integrity Pact independently and objectively maintaining absolute<br />

neutrality.<br />

4. The IEM(s) shall not have any administrative or enforcing powers. He shall only be entitled to<br />

submit his non-binding suggestions and/or recommendations to the management of <strong>DVC</strong> to<br />

discontinue, or to take corrective action, or to take any other relevant action, whenever any<br />

violation of and/or deviation from any of the conditions of the Integrity Pact is observed/noted by<br />

him.<br />

5. The Bidder/Contractor accepts that the IEM(s) shall have the right to access without restriction<br />

all project documentation of <strong>DVC</strong> as well as of the Contractor/Bidder. The Bidder/Contractor will<br />

also grant the Monitor, upon his request and demonstration of a valid interest, unrestricted and<br />

W& P Manual – 2012 Page 262


unconditional access to the project documentation. The Monitor is to be under a contractual<br />

obligation to treat the information and documents of the Bidder/Contractor with confidentiality.<br />

6. If the Monitor reports to <strong>DVC</strong> a substantiated suspicion of an offence under relevant IPC/PC<br />

Act and anti-corruption laws of India and <strong>DVC</strong> does not, within a reasonable time takes visible<br />

action to proceed against such offence or reported it to Chief Vigilance Officer, the IEM may also<br />

transmit this information directly to the Central Vigilance Commissioner, Government of India.<br />

7. <strong>DVC</strong> shall provide to the IEM(s) sufficient Information about all the meetings among the<br />

parties related to the project provided such meeting would have an impact on the contractual<br />

relations between <strong>DVC</strong> and the Contractor, to enable him to participate in those meetings.<br />

SECTION VII<br />

EQUAL TREATMENT OF ALL BIDDERS/CONTRACTORS/SUB-CONTRACTORS<br />

1. The Bidder/Contractor undertakes to demand from all sub-contractors a commitment that they<br />

shall conform to this Integrity pact, and they shall submit such undertaking to <strong>DVC</strong> before<br />

signing of the contract.<br />

2. <strong>DVC</strong> shall enter into agreements with identical conditions as this one with all bidders,<br />

contractors and subcontractors.<br />

3. <strong>DVC</strong> shall disqualify from the tender process all bidders/contractors who do not sign this pact<br />

or violate its provisions.<br />

SECTION-VIII<br />

CRIMINAL CHARGES AGAINST VIOLATING BIDDERS/CONTRACTORS/SUB-<br />

CONTRACTORS<br />

If <strong>DVC</strong> obtains knowledge of conduct of a bidder/contractor, or subcontractor, or of an employee<br />

or a representative or an associate of the bidder, contractor or subcontractor, which constitutes<br />

corruption, or if <strong>DVC</strong> has substantive suspicion in this regard, <strong>DVC</strong> will inform the Chief<br />

Vigilance Officer about the information.<br />

SECTION- IX<br />

OTHER PROVISIONS<br />

W& P Manual – 2012 Page 263


1. This agreement is subject to Indian law. Place of performance and jurisdiction is the Registered<br />

Office of <strong>DVC</strong>, i.e. Kolkata. The arbitration clause provided in the main tender<br />

document/contract shall not be applicable for any issue/dispute arising under integrity pact.<br />

2. Changes and supplements as well as termination notices need to be made in writing. Side<br />

agreements have not been made.<br />

3. If the contractor is a partnership or consortium, this agreement must be signed by all partners or<br />

consortium members.<br />

4. Should one or several provisions of this agreement turn out to be invalid, the remainder of this<br />

agreement remains valid. In this case, the parties will strive to come to an agreement to their<br />

original intentions.<br />

5. The Agreement shall come into force from the moment <strong>DVC</strong> and the Bidder/Contractor sign it<br />

and it shall be in force for a period of 12 (twelve) months after the last payment is made, and for<br />

all other bidders 6 (six) months after award of the contract. If any claim is lodged during this time<br />

the same shall be binding and continued to be valid despite the lapse of the pact as specified<br />

above.<br />

6. <strong>DVC</strong> shall periodically appraise the effectiveness of the Integrity Pact by conducting an overall<br />

review with the concerned executives and the Bidder/Contractor.<br />

(For & on behalf of <strong>DVC</strong>)<br />

(Office Seal)<br />

(For & on behalf of Bidder/Contractor)<br />

(Office Seal)<br />

Witness 1:<br />

(Name & Address)<br />

W& P Manual – 2012 Page 264


Witness 2:<br />

(Name & Address)<br />

W& P Manual – 2012 Page 265


1.0 PURPOSE<br />

PART-VI : CLOSING OF CONTRACTS<br />

The objective of this Procedure is to prescribe uniform guidelines for closing of Contracts.<br />

2.0 SCOPE<br />

This Procedure covers closing of Contracts awarded by Project / Station /HQ for (1) Site<br />

Packages for Project, as per approved Package List (2), Site Packages for R&M of the Station, as<br />

per approved Package List and (3) Other Capital Works of Station, (4) Transmission Line projects<br />

3.0 PROCESS<br />

3.1 TIME OF CLOSING<br />

3.1.1 The Contracts mentioned in para 2 above, placed by Project/Station/HQ shall require<br />

closing after obligations of both parties, viz. <strong>DVC</strong> and Contractor (as given hereunder for specific<br />

category of Contracts) are completed.<br />

a) In case of Supply-cum-Erection Contracts, the closing of the Contract shall be done after the<br />

Warranty period is successfully completed and the Contract Performance Guarantee (CPG) of the<br />

Contractor is returned / discharged.<br />

b) For Civil Packages, the closing of the Contract shall be done after completion of the Defect<br />

Liability Period and refund of Security Deposit to the Contractor.<br />

3.2 RESPONSIBILITY<br />

3.2.1 All Contracts pertaining to the Works for the Project/Power Station (Site Packages of the<br />

Project, Site Packages for R&M, Other Capital Works Contracts etc.) placed by Project/Power<br />

Station, shall be closed by Project/Station. All packages awarded by HQ should be closed by<br />

concerned Project.<br />

3.3 CERTIFICATES REQUIRED FOR CLOSING<br />

For Site Packages of Projects and R&M of Station<br />

The following thirteen (13) certificates, as per the proforma enclosed at Annexure-I (1 to 13),<br />

shall be issued by the concerned Departments and submitted to the concerned Authority<br />

designated in para 5.2.2 above, for closing of Contracts for Site Packages of Project/ R&M of<br />

Station / Capital Works of the Project / Station:<br />

Certificate No. Certificate Description Responsibility<br />

CC-01 Certificate of Final<br />

Amendment to the Contract<br />

CC-02<br />

Drawing Receipt Certificate<br />

(as applicable)<br />

Site (C&M)/ HQ<br />

Project<br />

(C&m/Project)<br />

W& P Manual – 2012 Page 266


CC-03 Q.A. Documents Receipt<br />

Certificate (as applicable)<br />

CC-04 O&M Manuals Receipt<br />

Certificate (where<br />

applicable)<br />

CC-05 Scope Completion<br />

Certificate<br />

CC-06 Liquidated Damages for<br />

Delay Certificate (where<br />

applicable)<br />

CC-07 Shortfall in equipment<br />

Performance Certificate<br />

(where applicable)<br />

CC-08 Material Reconciliation<br />

Certificate<br />

CC-09 Payment Reconciliation<br />

Certificate:<br />

CC-10<br />

CC-11<br />

CC-12<br />

Certificate regarding Labour<br />

Payments and Statutory<br />

Requirements to be<br />

furnished by Contractor<br />

“No Demand” Certificate by<br />

Contractor<br />

Certificate for Completion<br />

of Warranty Period/ Defect<br />

Liability Period<br />

CC-13 Certificate of Return of<br />

BG's/Indemnity Bonds, etc.<br />

FQA/Project Construction<br />

Project O&M<br />

Site Erection/ Construction<br />

Site Erection / Construction<br />

Corporate OSU/Site O&M<br />

Site Erection / Construction and Site C&M<br />

Site Finance<br />

Contractor<br />

Contractor<br />

Site Erection/ Construction / O&M Deptt.*<br />

Site Finance<br />

4 APPROVAL FOR CLOSING OF CONTRACT<br />

The concerned Department, who is responsible for closing of Contract, shall submit a Note for<br />

closing of Contract along with the following documents to the Competent Authority (as<br />

mentioned below) for approval:<br />

a) Documents to be enclosed with the Note for closing of Contract<br />

i) All Certificates mentioned at Para3.3 above.<br />

W& P Manual – 2012 Page 267


ii) List of Certificates (mentioned in para 3.3 above) not required and the reasons of nonapplicability<br />

of the particular Certificate duly approved by Competent Authority (refer para 4<br />

b).<br />

iii)Any other related Document<br />

b) Competent Authority for Approval of Closing of Contract<br />

The Competent Authority for closing of Contract shall be Award Approving Authority not higher<br />

than Head of Project/Station.<br />

5 MONITORING OF CONTRACT CLOSING<br />

5.1To monitor and expedite Contract Closing activities and to facilitate timely intervention of<br />

higher management for expediting Contract closing activities, the following procedure shall<br />

be adopted.<br />

5.2 Standing Contract Closing Group (CCG) shall be constituted at the Project/Station for<br />

following up all the Contracts closing activities by the Project/Station. The CCG shall<br />

comprise of the following members:<br />

i) Representative of Site Erection/ Construction minimum SE<br />

level<br />

Member<br />

CONVENER<br />

ii) Representative of Site Finance minimum SE level Member<br />

iii) Representative of Site C&M minimum SE level Member<br />

iv) Representative of O&M minimum SE level (where applicable) Member<br />

(*The Nominations would be approved by Head, Project/Station)<br />

The CCG shall work under the overall guidance of Head Project/Stations. This Committee should<br />

also review the Contracts awarded by site Contracts / HQ but to be closed by Site .<br />

5.3 Monthly Review by Head Of Project/Station<br />

Head (Project/Station) shall review on monthly basis the Contract Closing of various Contracts by<br />

Project/Station (and other Contracts awarded by Corporate Contracts but to be closed by<br />

Project/Station). The review shall be organized by Convenor CCG.<br />

5.4 Quarterly Review by Member ( Tech )<br />

Member (Tech) shall review on Quarterly basis, the Contract Closing of various Contracts of<br />

Projects / Stations. This review shall be organized by Head (CMG).<br />

5.5 Monthly Exception Report by CMG<br />

W& P Manual – 2012 Page 268


Exception Reports on Contract Closing for the Company as a whole , identifying the delays and<br />

reasons thereof shall be put up by Head (CMG) to CMD on monthly basis through Member<br />

Tech with a copy to all Heads of Projects.<br />

W& P Manual – 2012 Page 269


Annexure I.1<br />

CERTIFICATE OF FINAL AMENDMENT TO THE CONTRACT<br />

[TO BE ISSUED BY PROJECT CONTRACTS/ STATION (C&M)]<br />

CERTIFICATE NO. CC – 01<br />

NAME OF PACKAGE :<br />

LETTER OF AWARD/CONTRACT NO.:<br />

DATED :<br />

NAME OF CONTRACTOR:<br />

PROJECT:<br />

This is to certify that amendments have been issued to the aforesaid Contract as per the details<br />

mentioned below:<br />

Sl.<br />

No.<br />

1.<br />

2.<br />

3.<br />

4.<br />

5.<br />

Amendment No.<br />

Date<br />

This is to certify further that Amendment No.<br />

Amendment issued.<br />

dated<br />

is the last<br />

Date :<br />

Place:<br />

Signature……………….<br />

Name…………………..<br />

Designation…………….<br />

W& P Manual – 2012 Page 270


Annexure – I.2<br />

DRAWING RECEIPT CERTIFICATE<br />

[TO BE ISSUED BY PROJECT ]<br />

CERTIFICATE NO. CC - 02<br />

NAME OF PACKAGE :<br />

LETTER OF AWARD/CONTRACT NO.:<br />

DATED :<br />

NAME OF CONTRACTOR:<br />

PROJECT :<br />

This is to certify that we have received all the drawings which were to be submitted by the<br />

Contractor, in requisite number along with the reproducible (or electronic form – as applicable),<br />

as detailed in Annexure enclosed herewith, as per provisions stipulated in the above mentioned<br />

LOA/ Contract.<br />

Encl: Annexure-I – List of Drawings<br />

Date :<br />

Signature……………….<br />

Place:<br />

Name…………………..<br />

Designation…………….<br />

W& P Manual – 2012 Page 271


Annexure – I.3<br />

QA DOCUMENTS RECEIPT CERTIFICATE<br />

[TO BE ISSUED BY FQA]<br />

CERTIFICATE NO. CC - 03<br />

NAME OF PACKAGE :<br />

LETTER OF AWARD/CONTRACT NO.:<br />

DATED :<br />

NAME OF CONTRACTOR:<br />

PROJECT :<br />

This is to certify that the QA Documents as per the list enclosed (Annexure-I), in respect of the<br />

above mentioned LOA/ Contract has been received in line with the provisions of the Contract.<br />

Encl: Annexure-I – List of QA Documents<br />

Date :<br />

Signature……………….<br />

Place:<br />

Name…………………..<br />

Designation…………….<br />

W& P Manual – 2012 Page 272


Annexure – I.4<br />

O&M MANUAL RECEIPT CERTIFICATE (where applicable)<br />

[TO BE ISSUED BY O&M]<br />

CERTIFICATE NO. CC - 04<br />

NAME OF PACKAGE:<br />

LETTER OF AWARD/ CONTRACT NO.:<br />

DATED:<br />

NAME OF CONTRACTOR:<br />

PROJECT:<br />

This is to certify that we have received from the Contractor all the necessary O&M Manuals in<br />

requisite number, including the list of spare parts alongwith the names of vendors, in respect of<br />

the above LOA/Contract. The consolidated list of such Manuals received is enclosed at<br />

Annexure-I alongwith the distribution as marked in the list.<br />

Encl: List Annexure-I – O&M Manuals<br />

Date :<br />

Signature……………….<br />

Place:<br />

Name…………………..<br />

Designation…………….<br />

W& P Manual – 2012 Page 273


SCOPE COMPLETION CERTIFICATE<br />

(TO BE ISSUED BY SITE ERECTION/CONSTRUCTION)<br />

Annexure – I.5<br />

CERTIFICATE NO. CC - 05<br />

NAME OF PACKAGE :<br />

LETTER OF AWARD/ CONTRACT NO. :<br />

DATED :<br />

NAME OF CONTRACTOR:<br />

PROJECT :<br />

1. This is to certify that the scope of the above Contract has been completed in line with the<br />

Contract read in conjunction with the following documents:<br />

1. All Amendments including Final Amendment No. (As per CCP-01)<br />

2. Approved Bill of Materials<br />

3. Material Dispatch Clearance Certificate(s) (MDCCs)<br />

4. Measurement Book<br />

5. Any other documents (specify)<br />

2. It is further certified that the following have been supplied, as per the details given in the<br />

Contract Documents and the same have been taken over by <strong>DVC</strong>.<br />

1. Mandatory Spares<br />

2. Recommended Spares<br />

3. Special Tools & Tackles<br />

Date :<br />

Place:<br />

Signature……………….<br />

Name…………………..<br />

Designation…………….<br />

W& P Manual – 2012 Page 274


Annexure – I.6<br />

LIQUIDATED DAMAGES FOR DELAY CERTIFICATE<br />

(TO BE ISSUED BY SITE (ERECTION / CONSTRUCTION)<br />

CERTIFICATE NO. CC - 06<br />

NAME OF PACKAGE :<br />

LETTER OF AWARD/ CONTRACT NO.:<br />

DATED :<br />

NAME OF CONTRACTOR:<br />

PROJECT :<br />

This is to certify that the issue regarding liquidated damages for delay as per the provisions of<br />

clause<br />

of the above Contract/ LOA has been resolved with the approval of the<br />

Competent authority vide reference<br />

(copy enclosed).<br />

Encl: Copy of Approval<br />

Date :<br />

Signature……………….<br />

Place:<br />

Name…………………..<br />

Designation…………….<br />

W& P Manual – 2012 Page 275


Annexure – I.7<br />

SHORTFALL IN EQUIPMENT PERFORMANCE CERTIFICATE (where applicable)<br />

[TO BE ISSUED BY OPERATION SERVICES (OS) FOR SITE PERFORMANCE TEST<br />

AND<br />

CORPORATE OR FQA – AS APPLICABLE) FOR SHOP TESTS]<br />

CERTIFICATE NO. CC - 07<br />

NAME OF PACKAGE :<br />

LETTER OF AWARD/ CONTRACT NO.:<br />

DATED:<br />

NAME OF CONTRACTOR:<br />

PROJECT:<br />

This is to certify that the following shortfall in equipment performance as compared to the<br />

guaranteed parameters have been assessed and agreed to with the Contractor in respect of the<br />

above mentioned LOA/ Contract.<br />

Sl.<br />

No<br />

Guaranteed<br />

Parameter<br />

Guaranteed<br />

value<br />

Assessed Value<br />

Shortfall,<br />

if any.<br />

Liquidated<br />

damages<br />

1 2 3 4 5 6<br />

Further, it is also confirmed that liquidated damages for shortfall in equipment performance in<br />

respect of above Items, have been recovered fully from the Contractor and no other dues are<br />

outstanding for shortfall in equipment performance.<br />

Date :<br />

Place:<br />

Signature……………….<br />

Name…………………..<br />

Designation…………….<br />

W& P Manual – 2012 Page 276


TO BE COUNTER SIGNED BY SITE ACCOUNTS<br />

Date :<br />

Place:<br />

Signature……………….<br />

Name…………………..<br />

Note: Any special Documents to be enclosed.<br />

Designation…………….<br />

W& P Manual – 2012 Page 277


Annexure – I.8<br />

MATERIAL RECONCILATION CERTIFICATE<br />

[TO BE ISSUED BY SITE ERECTION / CONSTRUCTION<br />

AND COUNTERSIGNED BY SITE (C&M)]<br />

CERTIFICATE NO. CC - 08<br />

NAME OF PACKAGE:<br />

LETTER OF AWARD /CONTRACT NO.:<br />

DATED:<br />

NAME OF CONTRACTOR:<br />

PROJECT:<br />

This is to certify that the materials issued to the Contractor in respect of the above mentioned<br />

LOA/Contract have been reconciled with the stipulations under the Contract Documents and no<br />

other recovery of material is pending with the Contractor.<br />

Date :<br />

Signature……………….<br />

Place:<br />

Name…………………..<br />

TO BE COUNTER SIGNED BY MATERIALS MANAGEMENT<br />

Designation…………….<br />

Date :<br />

Signature……………….<br />

Place:<br />

Name…………………..<br />

Designation…………….<br />

W& P Manual – 2012 Page 278


Annexure – I.9<br />

(Page 1 of 2)<br />

PAYMENT RECONCILIATICN CERTIFICATE<br />

(TO BE ISSUED BY SITE FINANCE IN CASE OF INDIAN CONTRACTORS)<br />

CERTIFICATE NO. CC - 09<br />

NAME OF PACKAGE :<br />

LETTER OF AWARD/ CONTRACT NO.:<br />

DATED :<br />

NAME OF CONTRACTOR:<br />

PROJECT :<br />

This is to certify that all the payments released to the Contractor in respect of the abovementioned<br />

LOA/Contract have been reconciled with the provisions of the Contract Documents and statement<br />

of Accounts and or other Certificates of Contractor. It is observed that there are no recoveries<br />

pending under any of the items noticed and listed below:<br />

List of Items:<br />

1. ……………<br />

2. …………….<br />

3. …………….<br />

4. …………….<br />

Date :<br />

Place:<br />

Signature……………….<br />

Name…………………..<br />

Designation…………….<br />

W& P Manual – 2012 Page 279


Annexure – I.9<br />

(Page 2 of 2)<br />

Enclosure to CC-09<br />

The list of recoveries and claims as advised by Site Erection should include all recoveries and<br />

claims on any account whatsoever, including the following:<br />

1. Liquidated damages for delay.<br />

2. Liquidated damages for shortfall in Performance as observed during shop-testing (by<br />

inspection deptt.)<br />

3. Liquidated damages for shortfall in performance as observed during performance guarantee<br />

tests conducted at site and other site tests.<br />

4. All recoveries /claims on account of variations/deviations to scope of contract permitted or<br />

otherwise taken place during execution of the contract as listed as certificate No. CC-05 for<br />

contract closing (Certificate by site Erection for contract closing).<br />

5. Recoveries on account of reconciliation of payments made under the contract.<br />

6. All the claims against the contractor regarding clearance of materials from site and vacation<br />

of the premises allotted for site office, stores.<br />

7. All claims in respect of Training/Transportation/Accommodation/Services provided by site<br />

in respect of above LOA/Contract.<br />

8. Recoveries on account of settlement of insurance claims<br />

9. Recoveries on account of reconciliation of materials issued to the Contractor.<br />

10. All recoveries on account of demurrage, transportation, insurance premiums etc. and other<br />

recoveries as informed by T&CC group on account of port clearance, transportation etc.<br />

11. All recoveries on account of wastage and scrap.<br />

12. All recoveries/claims (if any) on account of maintenance of equipments.<br />

13. All recoveries/claims (if any) on account of price variation.<br />

14. All recoveries/claims (if any) on account of statutory dues paid on behalf of the Contractor<br />

by <strong>DVC</strong>.<br />

15. Royalty charges.<br />

16. All recoveries/ claims (if any) on account of hiring out of <strong>DVC</strong>’s plant and equipment.<br />

17. All recoveries/claims (if any) on account of water and electricity charges (if applicable)<br />

18. Any other recoveries/claims against specific instructions.<br />

W& P Manual – 2012 Page 280


Annexure-I.10<br />

CERTIFICATE REGARDING LABOUR PAYMENTS AND STATUTORY<br />

REQUIREMENTS TO BE FURNISHED BY CONTRACTOR.<br />

(TO BE ISSUED BY THE CONTRACTOR)<br />

CERTIFICATE NO. CC - 10<br />

NAME OF PACKAGE :<br />

LETTER OF AWARD/ CONTRACT NO.:<br />

DATED :<br />

NAME OF CONTRACTOR:<br />

PROJECT :<br />

This is to certify that we have made all labour payments including PF Liabilities in respect of the<br />

above mentioned LOA/ Contract and no other payments in this regard is pending from us.<br />

Further, we confirm that all Statutory requirements have been complied with by us and in case<br />

any default is reported against us, we shall be solely responsible for the same.<br />

Date :<br />

Signature……………….<br />

Place:<br />

Name…………………..<br />

Designation…………….<br />

Note: Where required, the proof of payment by Contractor may be obtained.<br />

W& P Manual – 2012 Page 281


Annexure-I.11<br />

NO DEMAND CERTIFICATE BY CONTRACTOR<br />

(TO BE ISSUED BY THE CONTRACTOR)<br />

CERTIFICATE NO CC--11<br />

NAME OF PACKAGE :<br />

LETTER OF AWARD/ CONTRACT NO.:<br />

DATED :<br />

NAME OF CONTRACTOR:<br />

PROJECT :<br />

We, M/s.............................................................................. (Contractor) do hereby acknowledge<br />

and confirm that we have received the full and final payment due and payable to us from <strong>DVC</strong> in<br />

respect of our aforesaid LOA/Contract No......................................<br />

dated.................................including amendments, if any, issued by <strong>DVC</strong> to our entire satisfaction<br />

and we further confirm that we have no claim whatsoever pending with <strong>DVC</strong> , under the said<br />

Contract<br />

Notwithstanding any protest recorded by us in any correspondence, document, measurement<br />

books, and/or final bills etc., we waive all our right to lodge any claim or protest in future under<br />

this contract.<br />

We are issuing this “NO DEMAND CERTIFICATE” in favour of <strong>DVC</strong> with full acknowledge<br />

and with our free consent without any undue influence, misrepresentation, coercion etc.<br />

-----------------------------------------<br />

Signature<br />

------------------------------------------<br />

NAME<br />

------------------------------------------<br />

DESIGNATION<br />

-----------------------------------------<br />

COMPANY SEAL<br />

(This Certificate shall be accompanied by the Power of Attorney of the Signatory)<br />

W& P Manual – 2012 Page 282


Annexure-I.12<br />

CERTIFICATE FOR COMPLETION OF WARRANTY PERIOD<br />

(TO BE ISSUED BY SITE ERECTION / CONSTRUCTION / O&M DEPTT.<br />

(for R&M & O&M Contracts)<br />

CERTIFICATE NO. CC - 12<br />

NAME OF PACKAGE :<br />

LETTER OF AWARD/ CONTRACT NO.:<br />

DATED :NAME OF CONTRACTOR:<br />

PROJECT :<br />

This is to certify that the Warranty period for the above mentioned LOA/Contract has been<br />

completed in line with the provisions of the Contract.<br />

Date :<br />

Signature……………….<br />

Place:<br />

Name…………………..<br />

Designation…………….<br />

W& P Manual – 2012 Page 283


Annexure – I.13<br />

CERTIFICATE FOR RETURN OF BGs/ INDEMNITY BONDS ETC.<br />

(TO BE ISSUED BY SITE FINANCE)<br />

CERTIFICATE NO. CC - 13<br />

NAME OF PACKAGE :<br />

LETTER OF AWARD/ CONTRACT NO.:<br />

DATED :<br />

NAME OF CONTRACTOR:<br />

PROJECT :<br />

This is to certify that all the *Bank Guarantee/Indemnity bonds / Insurance policies /<br />

Collaborator's or Associate's Guarantee, received for the abovementioned LOA/Contract, have<br />

been returned in original to the Contractor.<br />

Date :<br />

Signature……………….<br />

Place:<br />

Name…………………..<br />

Designation…………….<br />

*Delete whichever is not applicable.<br />

W& P Manual – 2012 Page 284


To<br />

The<br />

Letter of Bid<br />

Sub :’<br />

Ref:<br />

1. NIT No: ‘………………………………………………………………………………...’<br />

2. Tender Id No: ‘……………………..…………..’<br />

Dear Sirs,<br />

We offer to supply the materials as per our offered bill of quantity in accordance with the conditions of the<br />

NIT document as available in the website. The details of the application fee/cost of Tender document and<br />

EMD being submitted by us has been furnished on-line.<br />

I/We are a Micro/ Small Enterprise covered under the provision of Micro Small and Medium<br />

Enterprises Act’2006 and registered with the authority of the State Government.<br />

I/We are not covered under the provision of Micro Small and Medium Enterprise Act, 2006<br />

OR<br />

This Bid and our written acceptance of it shall constitute a binding contract between us. We understand that<br />

you are not bound to accept the lowest or any bid you receive.<br />

We hereby confirm our acceptance of all the terms and conditions of the NIT document unconditionally.<br />

Yours faithfully,<br />

1. Name of Authorised Signatory<br />

2. Type of Authorisation<br />

3. Name of the Bidder<br />

4. Address<br />

5. e-Mail Address<br />

6. Mobile Number<br />

7. FAX Number<br />

8. Telephone Number<br />

9. Place<br />

10. Date<br />

(Signature of Bidder OR<br />

Authorised person of bidder OR<br />

DSC Holder bidding online with authorisation from bidder)<br />

W& P Manual – 2012 Page 285


PROFORMA FOR AFFIDAVIT TO BE SUBMITTED BY THE<br />

L-1 Bidder<br />

(for genuineness of the information furnished on-line and authenticity of the documents<br />

produced before Tender Committee for verification in support of his eligibility)<br />

Non Judicial Stamp Paper (minimum value of Rs.10).<br />

A F F I D A V I T<br />

I/We, ----------------------------------------------------, authorized representative of M/s.<br />

………………………..<br />

……………………………………..………………………………………………….. solemnly declare<br />

that :<br />

1. I/We am/are submitting Tender for supply of ------------------------------<br />

---------------<br />

------------------------------------------------------------------------------------------------------- against NIT No.---<br />

---------------<br />

---- dated ------------, vide Bid ID -----------------------<br />

2. All information furnished by me/us on-line in respect of fulfillment of eligibility criteria and<br />

qualification information of this Tender is complete, correct and true.<br />

3. I/We have never been banned or delisted by any Govt. or Quasi Govt. Agency or any<br />

Public Sector<br />

Undertaking.<br />

OR<br />

I/We have been banned by the organization named “---------------------------------------“for a period<br />

of --------------<br />

----- year/s, effective from ------------------- to<br />

----------------<br />

4. All scanned copy of documents ,wherever applicable, uploaded by me / us in support of<br />

the information furnished online by me / us towards eligibility are valid and authentic.<br />

W& P Manual – 2012 Page 286


5. I/We are a Micro/ Small Enterprise covered under the provision of Micro Small<br />

and Medium Enterprises Act’2006 and registered with the authority of the State Government.<br />

OR<br />

I/We are not covered under the provision of Micro Small and Medium Enterprise Act, 2006<br />

6. If any information furnished by me / us online and scanned copy of documents uploaded<br />

in support of the information by me / us towards eligibility is found to be false / incorrect at any<br />

time, <strong>DVC</strong> may cancel my Tender and penal action as deemed fit may be taken against me / us<br />

, including termination of the contract , forfeiture of Earnest Money and banning / delisting of our<br />

firm and all partners of the firm for a minimum period of 01 (one) year .<br />

Signature of the Tenderer<br />

Dated:<br />

Signature and Seal of Notary<br />

W& P Manual – 2012 Page 287


TENDER NO & DATE:<br />

Bidder Name:<br />

TECHNICAL PARAMETER SHEET<br />

S.<br />

No<br />

*<br />

Item<br />

Code<br />

*<br />

Description<br />

of Item *<br />

Bidder's<br />

Eligibility<br />

Status<br />

Specification<br />

Parameter *<br />

Unit of<br />

Measure<br />

*<br />

Evaluation<br />

Criteria (To<br />

be selected<br />

from drop<br />

down box in<br />

each cell) *<br />

Others1 Others2 Required Value * Eligibility<br />

REFERENCE<br />

Start End Bidder's Specification<br />

NO OF<br />

Value Value value * wise<br />

DOCUMENT<br />

Overall<br />

EQUAL or<br />

MORE than<br />

9 FALSE<br />

NON-<br />

COMPLIED<br />

1<br />

AGREED or<br />

DISAGREED<br />

AGREE<br />

FALSE<br />

NON-<br />

COMPLIED<br />

YES or NO YES FALSE<br />

COMPLIED<br />

EQUAL or<br />

LESS than<br />

9 FALSE<br />

NON-<br />

NON-<br />

COMPLIED<br />

2<br />

AGREED or<br />

DISAGREED<br />

AGREE<br />

FALSE<br />

NON-<br />

COMPLIED<br />

YES or NO YES FALSE<br />

BETWEEN 2 9 FALSE<br />

NON-<br />

COMPLIED<br />

NON-<br />

COMPLIED<br />

3<br />

AGREED or<br />

DISAGREED<br />

AGREE<br />

FALSE<br />

NON-<br />

COMPLIED<br />

4<br />

4<br />

YES or NO YES FALSE<br />

YES or NO YES FALSE<br />

YES or NO YES FALSE<br />

YES or NO YES FALSE<br />

YES or NO YES FALSE<br />

YES or NO YES FALSE<br />

YES or NO YES FALSE<br />

YES or NO YES FALSE<br />

NON-<br />

COMPLIED<br />

NON-<br />

COMPLIED<br />

NON-<br />

COMPLIED<br />

NON-<br />

COMPLIED<br />

NON-<br />

COMPLIED<br />

NON-<br />

COMPLIED<br />

NON-<br />

COMPLIED<br />

NON-<br />

COMPLIED<br />

5 Item 5<br />

Deviation<br />

Withdrawl<br />

1 YES SELECT<br />

***T E C H N I C A L P A R A M E T E R S H E E T<br />

***PLEASE ENTER THE DETAILS AS PER THE INFORMATION AND DOCUMENTS YOU HAVE W.R.T. YOUR OFFERED ITEM/S<br />

W& P Manual – 2012 Page 288


Tender Inviting Authority: <strong>DVC</strong><br />

Description of Item : <strong>DVC</strong> Tenders<br />

NIT No. :<br />

Bidder<br />

Name:<br />

PRICE SCHEDULE<br />

S<br />

l<br />

.<br />

N<br />

o<br />

.<br />

*<br />

Item<br />

Descripti<br />

on *<br />

Ite<br />

m<br />

C<br />

od<br />

e /<br />

M<br />

ak<br />

e *<br />

Ten<br />

dere<br />

d<br />

Qua<br />

ntity<br />

*<br />

Unit<br />

of<br />

Mea<br />

sur<br />

e *<br />

Esti<br />

mate<br />

d<br />

Rate<br />

in<br />

Rs.<br />

Ba<br />

sic<br />

Pri<br />

ce<br />

Ex<br />

-<br />

W<br />

or<br />

ks<br />

(pe<br />

r<br />

uni<br />

t)<br />

( in<br />

Rs<br />

.)<br />

Packi<br />

ng &<br />

Forw<br />

ardin<br />

g %<br />

Ex<br />

cis<br />

e<br />

Du<br />

ty<br />

%<br />

A B C D E F G H I J<br />

E<br />

d<br />

u<br />

C<br />

es<br />

s<br />

%<br />

V<br />

A<br />

T/<br />

C<br />

S<br />

T<br />

%<br />

K<br />

Fre<br />

igh<br />

t<br />

%<br />

L<br />

Insu<br />

ranc<br />

e (in<br />

Rs.)<br />

M<br />

E<br />

nt<br />

ry<br />

Ta<br />

x<br />

(in<br />

R<br />

s.)<br />

N<br />

Any<br />

Oth<br />

er<br />

Cha<br />

rge<br />

s<br />

( IN<br />

RS.<br />

)<br />

O<br />

Cost<br />

of<br />

With<br />

draw<br />

l (Ins<br />

Rs.)<br />

Loss<br />

Capita<br />

lisatio<br />

n<br />

Charg<br />

e (Ins<br />

Rs.)<br />

P Q R<br />

TOTAL 0.00<br />

NOTE: Bidder may note that Techno-commercial Deviation Schedule bid containing deviations without cost of withdrawal,<br />

Price shall be considered as unresponsive offer and will be out rightly rejected. Bidders are requested to be filled up the<br />

column(Q) of cost of withdrawal in the price bid, will be taken into consideration for the purpose of bid evaluation<br />

Rat<br />

e<br />

incl<br />

usiv<br />

e of<br />

all<br />

Tax<br />

es/<br />

Duti<br />

es<br />

( in<br />

Rs)<br />

0.00<br />

0.00<br />

0.00<br />

***RATES ARE TO GIVEN IN INR ONLY<br />

W& P Manual – 2012 Page 289


Tender Inviting Authority:<br />

PRICE SCHEDULE OF WORKS<br />

Name of Work:<br />

Contract No:<br />

SCHEDULE OF WORKS<br />

(This Works template must not be modified/replaced by the bidder and the same should be uploaded after<br />

filling the relevent columns,<br />

else the bidder is liable to be rejected for this tender. Bidders are allowed to enter the Bidder Name and<br />

Values only)<br />

Bidder Name :<br />

Sl.<br />

No.<br />

Description of<br />

work<br />

No.or<br />

Qty.<br />

Unit<br />

Estimated Rate<br />

(in. Rs.)<br />

RATE In Figures To be<br />

entered by the Bidder<br />

Rs. P<br />

AMOUNT<br />

Rs. P<br />

Figures<br />

Words<br />

1.00 0.00 0.00 Rupees 0.00<br />

only<br />

2.00 0.00 0.00 Rupees 0.00<br />

only<br />

3.00 0.00 0.00 Rupees 0.00<br />

only<br />

4.00 0.00 0.00 Rupees 0.00<br />

only<br />

5.00 0.00 0.00 Rupees 0.00<br />

only<br />

6.00 0.00 0.00 Rupees 0.00<br />

only<br />

7.00 0.00 0.00 Rupees 0.00<br />

only<br />

8.00 0.00 0.00 Rupees 0.00<br />

only<br />

9.00 0.00 0.00 Rupees 0.00<br />

only<br />

10.00 0.00 0.00 Rupees 0.00<br />

only<br />

11.00 0.00 0.00 Rupees 0.00<br />

only<br />

12.00 0.00 0.00 Rupees 0.00<br />

only<br />

13.00 0.00 0.00 Rupees 0.00<br />

only<br />

14.00 0.00 0.00 Rupees 0.00<br />

only<br />

Total in Figures 0.00<br />

Total in Words<br />

Rupees only<br />

W& P Manual – 2012 Page 290


LIST OF RELEVANT OM / CIRCULARS.<br />

1. S/CE(T-3)/07/2001/(VOL.11)/1073 DT 28, October,2010 improvements in qualifying<br />

requirement<br />

2. C-13011/40/2009-V&S Dt 20 th Oct,2011 reg Non relaxation of qualifying Requirements.<br />

3. Sectt/w1-c-46/(vol.)/500 Dt.May 3 rd 2012 Reg provision of Vat/Tax element.in<br />

Purchase/work order<br />

4. WI-C/46(vol.IV)Pt.111/796 Dt 1 st ,July,2009 reg submission and opening of high value<br />

Tender Documents.<br />

5. Sectt/WI-C/46(vol.)/120 Dt Jan25,2011 reg Posting ofcontracts details on <strong>DVC</strong> website.<br />

6. C-30019/22/2011-V&S Dt 30 th Dec ,2011 reg Govt agenda on good governance and anti<br />

corruption.<br />

7. WI/C-46/Vol-IV/1128 Dt 8th Nov 2011 Reg Procedure for processing expenditure proposal<br />

for approval.<br />

8. Sectt/wI-C-46/(vol) 587 Dt May 11, 2009 Reg Publishing of Summary on award of<br />

contracts/Purchase order on <strong>DVC</strong> website.<br />

9. WI_C/46 (Vol.VI)-1209 DT Nov 24 th , 2011 Reg Screening of Application by the Vendor<br />

Registration Committee.<br />

10. Sectt/EV/DA-3/2005(Vol.II)/-326 Dt April08,2011 RegQuarterly report on all work awarded<br />

on nomination basis.<br />

11. Sectt./EV/DA-3/2005(vol.II)/80 Dt 20 th Jan, 2011 Reg policy to award contract on<br />

nomination basis.<br />

12. CMM/ OM/ Inegrity Pact/ 362 dated 22.5.12-Addoption of integrity pact.<br />

13. WI/C-46/Vol-VI/687 dated 20.6.12-Baning of vendors.<br />

W& P Manual – 2012 Page 291

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!