Sprs/ot-15/CE - 325/P-1 CE - 325/2015-16/NCTPS

advertisement
CE - 325/2015-16/NCTPS-I
TENDER SPECIFICATION ABSTRACT
(TWO PART)
For and on behalf of TANGEDCO, sealed tenders are invited in duplicate under Open Tender – Two
Part system for the procurement of the following materials.
01.
02.
03.
04
05.
06.
07.
08.
09.
10.
11.
12.
Scope
Place of Delivery
Specification No
Type of Tender
Earnest Money Deposit
Date of Commencement
for Sale of Tender
Specification
Places of submission and
Opening of Tender
Date & Time of closing the
sale of Tender
Last Date & Time of
Submission of Tenders
Due Date & Time of
Opening of Tender
Supply of 450 & 600MM HAND OPERATED BUTTERFLY VALVES
North Chennai Thermal Power Station-I, Chennai – 600 120.
CE- 325/ 2015-16/NCTPS-I
Open Tender (Two Part)
Rs.19,200/(Rupees Nineteen thousand two hundred only)
(The exempted categories of tenderers as given in clause 4.03 of
Section I should submit (i) Attested (Attestation to be done by
Gazetted officer or Notary public ) and valid copy of Registration
Certificate/Acknowledgement for Entrepreneur Memorandum Part –
II (ii) Undertaking as per Annexure (VI) on a Stamp Paper of value
Rs.80/-. Otherwise the offer furnished will be summarily rejected)
25.2.2016 Onwards
1) Office of the Superintending Engineer/P&A/NCTPS-I, Chennai- 600
120.
2)
Office of the Chief Engineer/Mechanical Thermal Stations,
TANGEDCO, Chennai – 600 002.
It is the discretion of the bidders to choose any one of the above two
places and not anywhere else, for submitting their bids. Bids will be
opened simultaneously at both the places.
On 16.3.2016 @ 14.00 Hrs.
On 17.3.2016 upto 14.00 Hrs. at both places
On 17.3.2016 @ 14.30 Hrs. at both places. (If the due date happens
to be a declared holiday, the tenders will be received and opened
on the next working day)
Cost & Sources of
1. Free of Cost
availability of Tender
If Specn. is downloaded from the following websites.
Specification
a) www.tangedco.gov.in
b) www.tenders.tn.gov.in
2. Rs. 2,500/If specn. is to be purchased
from the O/o.SE/P&A/
NCTPS-I/Chennai-120.
Note: Rs.100/- to be paid in addition to the above cost if specn. is
required by post.
The Specification cost plus postage plus ST whichever is applicable
shall be paid by Crossed Demand Draft /Banker’s cheque drawn in
favour of SE/P&A/ NCTPS-I /Chennai-120 Payable at Chennai)
Bid Qualifying Requirements:1) The Bidder should be manufacturer or authorized dealer.
2) The Bidder should have supplied Butterfly valve of size NB 450mm or above within the last Ten
years from the date of tender opening to any one of the Thermal Power Stations of TANGEDCO/
TNEB/ PSU/OSEB’s/ Government Organizations/ Government Undertakings for a value not less
than Rs.4,80,500/- in a single order.
3) The Bidder should furnish performance certificate from the end user for the above executed
order. In case the bidder executed order to TANGEDCO/ TNEB, the performance certificate from
the end user will be obtained by tender inviting authority.
4) The bidder’s annual turnover should be not less than Rs.4.80 lakhs in any one of the last three
financial years. (2012-13, 2013-14 & 2014-15).
Sprs/ot-15/CE - 325/P-1
In case of companies registered under companies act, the copy of the Audited financial
statements like Profit & loss account and balance sheet may be furnished and in case of others,
the annual turnover certified by the chartered accountant should be furnished.
The bidder can also furnish attested copy of the income tax return filed by the bidders /
attested copy of STCC/ attested copy of enlistment certificate issued by NSIC containing
turnover details towards documentary evidence to meet annual turnover criteria.
5) Necessary attested documentary evidences for all the above should be enclosed along with
the offer, otherwise offer will be summarily rejected.
NOTE TO BQR :
(1) Documentary evidences in support of all the above BQR criteria duly attested by Gazetted
officer or Notary public shall necessarily be enclosed along with the offer. BQR evidences
submitted after the date of tender opening will not be accepted and the offer will be summarily
rejected.
(2) In the event of documents furnished with the offer being found to be bogus or the documents
contain false particulars, the EMD paid by the tenderer will be forfeited in addition to blacklisting
them for future tenders / contracts in TANGEDCO, TANTRANSCO & TNEB LIMITED.
(3)The experience as the main contractor shall only be considered for satisfying the experience
criteria specified in the BQR and the experience as a sub contractor shall not be considered for
the purpose and the offer of such tenderers shall be summarily rejected.
13.
14
15
16
17
18
19
20
21
22
23
24
25
26
27
(4) The offer of the bidders who have stated to be previous suppliers of TANGEDCO/TNEB will be
considered for further evaluation, even though they have not enclosed copies of Purchase
Orders or End user certificate etc., after ensuring with concerned Purchase Orders placing
authorities.
(5) TANGEDCO has right to place order on New Entrant(s) up to 20% of tendered quantity on
each new entrant – Refer clause 9 (vi) of Section – I.
Any Clarification to be sought
SE/P&A/NCTPS-I/Chennai-120. Any clarification in the tender
from
shall be sought before 48 Hrs. of due date and time.
COMMERCIAL TERMS & CONDITIONS
Tender Sample
Not applicable.
Validity
As per Clause 9.0 of Section II.
Payment Terms
As per Clause 11.0 of Section II
Delivery Period
3 Months from the date of receipt of PO.
(as per Clause 13.0 of Section II)
Liquidated Damages
As per Clause 15.0 of Section II
Test/Inspection Certificate
Material Test Certificate as per relevant IS Standard obtained
(as per Clause 20.0 of Section II) from Govt. Approved Laboratory /Manufacturer’s Original test
Certificate to be furnished for approval
Guarantee
As per Clause 21.0 of Section II
Security Deposit Cum
As per Clause 22.0 of Section II
performance Guarantee
Jurisdiction to legal proceedings Undertaking as per Annexure (VII) on a non-judicial Stamp
Paper of value Rs.80/- shall be furnished along with the offer
Grounds for Rejection of Tender
Refer Clause 11.0 of section-I
Detailed Procedures for Submission of Tenders are given in Clause 3 of Section I. The offers not
submitted in the prescribed procedure will not be opened and liable for rejection
Detailed TANGEDCO’s Terms and Conditions furnished in Section I, II & III, except the clauses
which are mentioned “Not applicable” in Tender Specification Abstract, may be followed.
Specific concurrence or otherwise to the technical specifications and general terms and
conditions outlined in the specification should be furnished in the tender. FAILURE TO DO SO WILL
BE TAKEN AS CONCURRENCE TO THE TERMS AND CONDITIONS MENTIONED IN THE SPECIFICATION.
The TamilNadu Transparency in Tender Act 1998 and the Tender Transparency in Tender Rules in
2000 and Tender Regulations and subsequent amendments are applicable in this tender.
Sd/-xxxx
CHIEF ENGINEER/NCTPS-I
Encl: 1) Section – I,II & III
2) Annexures – I to VII
Sprs/ot-15/CE - 325/P-2
SECTION– I
INSTRUCTIONS TO THE BIDDERS
1.0) Sealed tenders in duplicate are invited for Design, manufacture, testing, inspection at the
supplier’s works, packing, delivery to site, unloading at site for the materials as per the
specification given in Annexure - I required for North Chennai Thermal Power Station-I, Chennai 120 with schedules and Technical particulars duly filled together with tender drawings,
descriptive literatures, test reports etc., that are necessary for due consideration on the tenders
so as to reach the office of the Superintending Engineer/P&A/NCTPS-I, Chennai -120 (or) Office of
the Chief Engineer/Mechanical, Thermal Stations, TANGEDCO, Chennai-02 not later than 14.00 hrs.
on due date (refer Invitation for Bid – Abstract).
2.0)
3.0)
BID QUALIFICATION REQUIREMENTS : Refer Tender Specification Abstract.
TENDER SHOULD BE SENT AS DETAILED BELOW:-
Tenderers are requested to note and abide by the following instructions carefully for Two Part
System.
3.01) The Overall Envelope Shall contain
a) Proof of payment of EMD/Permanent EMD, Proof of Exemption from payment of EMD and an
undertaking (as per Clause 4.0 of this section) in case the tenderer is exempted from payment.
Undertaking shall be furnished as per the format in Annexure –VI.
b) Envelope–A
c) Envelope–B
3.02) The first Envelope called Envelope–A shall contain
a) Proof of payment of EMD/Permanent EMD, Proof of Exemption from payment of EMD and an
undertaking in case the tenderer is exempted from payment should be placed, if not kept in insi de
the Overall Envelope.
b) Necessary attested copies of documentary evidences in proof of fulfillment of Bid Qualification
Requirement.
c) Technical Specifications (as per Annexure-I), Design Details, drawings and other technical
details. Any Deviation against TANGEDCO’s Standard technical terms & conditions may be filled in
Annexure – IV.
d) Commercial terms such as Excise Duty, Cess, TNVAT / CST, Service Tax, Packing and Forwarding
Charges, Freight Charges, Insurance Charges and other Applicable levies and other commercial
conditions. Any deviations in Commercial terms conditions may be filled in Annexure–III.
e) Relevant details about experience in execution of Similar works or successful supply of similar or
other related equipments to TANGEDCO/TNEB/ Other Electricity TANGEDCO. These details may be
filled in Annexure-V
f) Any other information called for in the Specification other than price.
3.03) This Envelope-A should not contain any Price bid. If, price is furnished in Envelope –A, the
offer will be rejected and will not be readout.
3.04) The second Envelope called Envelope–B shall contain all the price bids. The prices may be
filled in the Annexure-II.
3.05) Envelope–A & Envelope-B shall be individually sealed, superscribed and addressed to
THE CHIEF ENGINEER,
NORTH CHENNAI THERMAL POWER STATION-I,
CHENNAI 600 120.
3.06) Overall Envelope should be sealed , superscribed as
“TENDER
FOR
THE
SUPPLY
OF
………………………………………………………….……………………………………………………….
AGAINST SPECIFICATION NO. CE-325/2015-16/NCTPS-I, Due on …………………………… and
addressed either to
THE SUPERINTENDING ENGINEER,
PURCHASE & ADMINISTRATION,
NORTH CHENNAI THERMAL POWER STATION,
CHENNAI 600 120.
Sprs/ot-15/CE - 325/P-3
(OR)
THE CHIEF ENGINEER / MECHANICAL/ THERMAL STATIONS,
TANGEDCO,
NPKRR MAALIGAI,
No.144, ANNA SALAI,
CHENNAI- 600 002.
3.07) The sender’s address shall be clearly furnished on the Outer cover.
3.08) It is the discretion of the bidders to choose any one of the above two places and not
anywhere else, for submitting their bids. Bids will be opened simultaneously at both the places be at
the same date and time
3.09) The above sealed Overall Envelope shall be sent by Registered Post or in person/Courier so as
to reach the office not later than 14.00 Hrs. on the due date.
3.10) Tenders delivered by Post/Courier shall be handed over to the Executive Assistant to
CE/Mechanical Thermal Stations, Chennai -02 (or) Executive Assistant to SE/P&A/NCTPS-I, Chennai
-120 before the due date and time. Tenderers sending their tenders by post are advised to send
them sufficiently well in advance so that the tenders reach the office before the due date and
time.
3.11) In case, the bidders want to submit their bids in person at the office of the CE/Mechanical
Thermal Stations, Chennai -02, they shall handover their bids to Executive Assistant to
CE/Mechanical Thermal Stations, Chennai -02 before the notified time and date of submission of
tender.
3.12) In case, the bidders want to submit their bids in person at the office of the SE/Purchase and
Administration, Chennai -120, they shall drop their bids in the SE/P&A’s Tender Box, kept at the
office of the JE/Security/Main Gate/NCTPS-I, Chennai-120 before the notified time and date of
submission of tender.
3.13) IF TENDER SAMPLE is applicable, the tenderer should enclose the sample of the quoted
material alongwith the tender or handed over to the EA concerned. The sample once furnished is
final. If the tender sample is not technically suitable/ not as per the Technical Specification, the
tender will be summarily rejected after testing.
3.14) Tenderers are advised to post sufficiently early so as to ensure that the tenders reach this
office in time. Tenders though posted in time but delayed in transit by post will not be considered
if received late.
3.15) Tenders will not be accepted after the due date and time.
3.16) Tenders received by the post after the prescribed time and date will be returned immediately
to the tenderer.
3.17) The TANGEDCO will not be held responsible for any postal or transit loss/delay in receipt of the
tender.
3.18) Withdrawal of Tenders Before Opening:- (1) No tenderer will be allowed to withdraw the
tenders after submitting the tender. (2) A Tenderer shall submit a modified tender before the last
date for receipt of tender Provided that where more than one tender is submitted by the same
tenderer, the lowest eligible financial tender shall be considered for evaluation.
3.19) The tenders received within the notified time and date will be opened simultaneously at (1)
Office of the CE/Mechanical Thermal Stations, TANGEDCO, Chennai-02 and (2) Office of the
SE/P&A,NCTPS-I, Chennai -120 on the same date and time prescribed in the presence of such of
those tenderer who may desire to be present. If by any circumstances the due date for tender
opening happens to be a declared holiday, the tenders will be received and opened on the next
working day.
3.20) The individual attending the opening of tenders should be duly authorized by the
participating firms. The bidder or his authorized representative can choose to be present for
opening of bids at the place where the bid was submitted .
3.21) After opening the Overall Envelope, if DD towards EMD or proof of Permanent EMD or proof of
exemption from payment of EMD alongwith undertaking as per clause 4.0 is not found attached on
the sealed Envelope-A cover or inside the sealed Envelope-A, the offer will be rejected. The
unopened cover will be returned to the tenderers subsequently.
3.22) After opening the Envelope-A, If necessary attested copies of documentary evidences in
proof of fulfillment of Bid Qualification Requirement are not found, the offers will be rejected and
the unopened cover will be returned to the tenderers subsequently.
3.23) Envelope–B will not be opened at the time of opening Envelope-A, but will be authenticated
on the covers by the officer authorized to open the bids.
3.24) Envelope-B (Price Bid) of tenderers who satisfy the BQR and Technical Specification will be
opened at Office of the SE/P&A/NCTPS-I later after intimation.
3.25) Discussions, will be held if considered necessary by the TANGEDCO with the tenderers whose
Sprs/ot-15/CE - 325/P-4
vendor rating and technical specifications are satisfactory. Based on discussion, modification to
the technical specifications indicated in the tender documents may emerge. After a decision is
taken on this, all those tenderers who were invited for discussions will be informed of the technical
specification and commercial terms that are acceptable to the TANGEDCO and also the loading
criteria that will be adopted by the TANGEDCO for acceptable deviations in the technical
specifications and commercial terms. The bidders will be requested to confirm in writing within a
specified period whether they can make necessary alterations to their technical specifications and
commercial terms as acceptable to the TANGEDCO.
3.26) Those tenderers who confirm within the due date specified for receipt of confirmation will be
asked to submit supplementary price schedule in a sealed cover properly superscribed on or
before notified time and date for the additions/reductions in price due to the modifications
indicated to the tenderers.
3.27) Envelope-B of those tenderers who have not submitted the supplementary price schedule
within the due date and time will be rejected. Envelope-B of tenderers who have submitted the
supplementary price schedule as prescribed within the due date and time along the
supplementary price schedule will be opened at the notified time and date. Envelope-B of all
other tenderers will not be opened.
3.28) All Envelope-B which are not opened in accordance with para 3.22 above will be returned to
the tenderers in due course by RPAD. Supplementary price schedule of those who have confirmed
the terms but did not give the supplementary price schedules as prescribed and within the due
date and time will also be returned without opening along with Envelope-B by RPAD in due course.
4.0 EARNEST MONEY DEPOSIT:
4.01) Intending Tenderers should pay an EMD as specified in Tender Specification Abstract.
4.02) The EMD specified above should be in the form of cash / Demand Draft / Banker’s Cheque
from any of the Nationalized/Scheduled/Foreign Bank with branches in India, drawn in favour
of the SE/P&A/NCTPS-I, Chennai and payable at Chennai (or) TANGEDCO Collection Account,
TANGEDCO, Chennai-02. Cheque / Bank Guarantee etc. are not acceptable towards EMD. In
case of cash, it shall be deposited with the AAO/CASH/NCTPS-I and the receipt obtained
thereon should be enclosed with the Tender cover as specified in Tender Specification– Abstract
Firms having valid Permanent EMD (but not forfeited or request had been made to refund
the Permanent E.M.D. as on date of Tender Opening) are exempted from payment of Earnest
Money Deposit. Such tenderers should enclose the copy of the Permanent E.M.D. certificate issued
by TANGEDCO, for having deposited required amount. The amount of Permanent Earnest Money
Deposit should be Rs.10,00,000/- (for tenders not exceeding Rs.10 Crores) or Rs.20,00,000/- (for
tenders upto a value of Rs.50 Crores). The existing PEMD holder for Rs.5,00,000/- are not eligible for
participating in the tender and the existing PEMD holder for Rs.10,00,000/- are eligible to participate
in the tender only for the value of the tenders not exceeding Rs.10 Crores.
The refund of EMD amount for the unsuccessful tenderers shall be made at the same
office where the bids were submitted.
4.03) The following categories of industries are exempted from payment of Earnest Money Deposit:a) The Small Scale Industries located within the State and registered with the Tamil Nadu Small
Industries Development Corporation.
The SSI Units (Micro Enterprises (including Tiny) and Small Enterprises) holding
Acknowledgement for Entrepreneurs Memorandum Part-II
obtained from
District
Industries
Centre of Directorate of Industries
and
commerce in respect of those items for which the
Acknowledgement has been obtained.
Note:- If the erstwhile SSI Permanent Registration Certificate copy is enclosed for claiming EMD
exemption, the offer will be liable for rejection.
b) The Small Scale Industries Units located within the State and registered with
National
Small Industries Corporation.
c) The Small Scale Industries Units located outside the Tamil Nadu State but registered with
National Small Industries Corporation in respect of the items manufactured by them.
d) Departments of the Government of Tamil Nadu.
e) Undertakings and Corporations owned by Government of Tamil Nadu.
f) Labour Contract Co-operative Societies registered within Tamil Nadu.
g) Tiny Industries classified under SSI, registered with the State of Tamil Nadu and registration
certificate issued by Department of Industries and commerce/ Government of Tamil Nadu.
Sprs/ot-15/CE - 325/P-5
The tenderers under Exemption Categories of EMD shall furnish, in lieu of EMD, an
Undertaking on a Non Judicial Stamp Paper of value not less than Rs.80/- in the enclosed
format ( Annexure – VI) alongwith attested copy (Attestation to be done by Gazetted officer
or Notary public ) of proof for exemption as specified in Clause 3.0 above.
TENDERS WITHOUT UNDERTAKING AND NOT SUBMITTED IN THE PRESCRIBED PROCEDURE WILL
NOT BE OPENED AND WILL BE SUMMARILY REJECTED.
4.04) Small scale Industries registered within/outside the State of Tamil Nadu shall enclose
Attested copy of their Acknowledgement/ Registration certificate showing the materials which
they are permitted to manufacture and the period of validity of the Certificate as proof of
eligibility for exemption from payment of EMD and this should be placed as specified in
Clause-3.0 above.
SSI holders should furnish the audited attested copy of Profit and Loss account. Balance sheet
alongwith the proof for exemption from payment of EMD in order to ensure the SSI status of the firm
based on the investment held in plant and Machinery for extending exemption from payment of
EMD.
In case the investment held by the SSI holders in plant and machinery as per their financial
statement of accounts exceeds Rs.5 crores , the General Manager, District Industries Centre,
Concerned will be requested to verify the SSI status of the firm. Till receipt of confirmation from
General Manager/District Industries Centre concerned, the exemption from payment of EMD for
domestic SSI units will not be extended.
Note : Tendered items mentioned in this Specification should
Acknowledgement/Registration certificate of SSI and NSIC units.
be
covered
in
the
4.05) a) Tenderers may note that their registration with DGS & D does not entitle them to claim
exemption from payment of EMD called for.
b)Others viz., Central and other State Government Departments, Undertakings and
Corporations other than Tamil Nadu shall have to pay Earnest Money Deposit.
c) SSI units having provisional registration certificate are not eligible for EMD exemption.
4.06) FORFEITURE OF E.M.D.
The Earnest Money Deposit of the Tenderer will be forfeited,
i) If he withdraws his tender or backs out after acceptance of the tender or fails to remit the
Security deposit.
ii) If he revises any of the terms quoted during the validity period.
iii) If he violates any of the conditions of the Tender specification.
iv) If, the documents furnished with the offer being found to be bogus or the documents contain
false particulars.
v) If, the successful tenderer failing to execute the order placed on them to the satisfaction of the
TANGEDCO.
vi) In case of tenderers participating on the strength of PEMD, an amount equivalent to the EMD
for this specification will stand forfeited in the event of such tenderer committing any one of the
acts listed above.
vii) In case of tenderers participating on the strength of Exemption categories, an amount
Equivalent to the EMD for this specification shall be remitted in the event of such tenderer
committing any one of the acts listed above.
4.07) The EMD will not carry any interest.
4.08) The E.M.D. of the unsuccessful tenderers, except permanent EMD will be refunded
against their request for refund after intimation sent to them in this regard.
4.09) In respect of the successful tenderer, the EMD remitted by him will be carried over as part
of the Security Deposit payable by the tenderer. In respect of permanent EMD holders, the
permanent EMD will not form part of the Security Deposit payable by the Tenderer and he will have
to remit the Security Deposit in full.
5.0) Any corrections, over typing etc., in the tender should be attested.
6.0) The bidders shall furnish the performance reports on previous supply.
7.0) Any and all the exception which the bidder may take to any of the clauses with Technical
specification and general conditions of supply shall be clearly outlined in the schedule of
deviations (as per Annexures enclosed) failing which the offer will be deemed to confirm fully
with the Technical specification and general terms and conditions.
Any deviations mentioned elsewhere other than in the SCHEDULE OF DEVIATIONS will not
Sprs/ot-15/CE - 325/P-6
be considered.
8.0) The tenderer who is an industrial company would state clearly whether the company is a
potentially sick industrial company or a sick industrial company in terms of Section-23 or Section-15
of the sick industrial companies (Special Provision Act. 1985) Failure to furnish this information will
make the tender liable for rejection.
9.0
ANALYSIS OF TENDERS:
The bid evaluation shall include all central duties such as customs duty and central excise
duty and sale tax as a part of the price, as detailed below :
(i) in evaluation of the price of an imported item, the price has to be determined inclusive of the
customs duty;
(ii) in evaluation of the price of articles which are subject to excise duty, the price has to be
determined inclusive of such excise duty ;
(iii) In a tender where all the tenderers are from within the State of TamilNadu or where all the
tenderers are from outside the State of TamilNadu, the sales tax or VAT shall be included for the
evaluation of the price and in a tender where the tenderers are both from the State of TamilNadu
as well as from the outside State of TamilNadu, the TNVAT quoted shall be excluded for the
evaluation of price.
Note: If scope of supply includes erection, testing & commissioning, also L1 bidder shall be
determined by comparing the combined value of all inclusive rate for Design, Supply portion and
that for Erection, Testing, Commissioning portion quoted by each bidder, subject to provisions under
clauses (i) to (iii) above.
As the price is all inclusive, no increase in levies will be considered. If the increase is due to the
tenderer coming into a different tax/duty slab, either within contractual delivery schedule or
processing of tender or otherwise, shall be to the account of the successful tenderer only. Subject
to this, variation in prices will be considered where decrease/increase in taxes and duties is due to
statutory variation and the increase occurs within the contractual delivery date.
iv) Withdrawal of Price preference : No price preference shall be extended to domestic SSI units
and Public Sector Undertakings of the Government, in evaluating the offers, in view of the provision
for extending price preference is withdrawn in Tamil Nadu Transparency in Tenders Act.
V) SPLITTING OF TENDER :
In case where two or more tenderers quoted the same price, the Tender Accepting
Authority will split the procurement among such tenderers taking into consideration the experience
and credentials of such tenderers.
Where such splitting is not possible or could not be done equally, the Tender Accepting
Authority will identify the lowest tenderer by adopting one of the following approaches:
(a) In case of multi-stage tenders, by taking into account the qualification score of each tenderer
from the first stage and the tenderer with higher score will be adjudged the Lowest Tenderer; or
(b) By asking the two tenderers to provide their best and final offer of the financial bid in a sealed
cover and the tenderer offering the most advantageous financial bid will be adjudged the Lowest
Tenderer.
(c) In case, a tie still persists after the procedure contained in above clauses (a) or (b)has been
followed, the selected tenderer will be identified by draw of lots, which will be conducted, with
prior notice, in the presence of the tied tenderers or their representatives who choose to be
present.
VI) NEW ENTRANTS :
a) A tenderer shall be declared as “New Entrant” who have no previous experience of supply for
the tendered items or no satisfactory period of service or no financial turnover but have
infrastructure / manufacturing facility as per the inspection report of Third Party Inspection or
TANGEDCO or TANTRANSCO Engineers.
The tenderer who have lesser quantity of supply experience or lesser satisfactory period of
service or lesser financial turnover criteria than prescribed in the tender document may also be
considered under new entrant category.
b) The tenderer is eligible to be considered for placement of orders under New Entrant category if
the bidder is the evaluated and negotiated L1 tenderer.
Sprs/ot-15/CE - 325/P-7
c) The tenderers who have been considered under New Entrant category shall satisfy all technical,
commercial and BQR conditions except BQR condition of quantity of previous experience of supply
or satisfactory period of service or financial turnover criteria.
d) TANGEDCO or TANTRANSCO have right to place order upto 20% of the tendered quantity on a
New Entrant. In case more than one bidder qualify under the above New Entrant category,
TANGEDCO or TANTRANSCO has right to place order upto 20% of the tendered quantity on each
New Entrant.
10.0 The tenderer should quote MINIMUM QUANTITY OF 10% OF TENDERED QUANTITY. The offer of
bidders who have quoted for lesser quantity than the minimum quantity prescribed shall be
SUMMARILY rejected. In the event of floating tender for procurement of more items of similar
materials of various sizes or ratio etc., the cumulative 10% of the aggregate quantity of various items
shall be considered for arriving at minimum quantity.
11.0
REJECTION OF TENDERS:
Tender will be rejected if it is
a) received without TIN NUMBER
b) Not in the prescribed form.
c) Not properly signed by the tenderer.
d) Received after expiry of the due date and time.
e) Not in conformity with TANGEDCO's technical Specification
f) Not accompanied with tender sample if requested and not in conformity with
TANGEDCO’s technical specification.
g) Received by telex or telegram, Fax or E-mail.
h) Received without superscription as prescribed in the specification.
i) Received from a tenderer who is directly or indirectly connected with Government
service or TANGEDCO Service or service of Local Authority.
j) With validity period less than that specified in the specification.
k) Incomplete and evasive offer.
l) From the approved tenderer whose permanent EMD is not adequate for this tender.
m) Not accompanied by the requisite EMD or proof of permanent Deposit or proof of
exemption.
n) Not accompanied by undertaking/agreement where EMD is to be exempted.
o) Not submitted in the prescribed procedure.
p) Received with EMD in the form of cheque or Bank Guarantee.
q) Received from any blacklisted firm or contractor.
r) Not accompanied with attested copies of evidences for meeting the bid qualification
requirement (BQR evidences submitted after the date of tender opening will not be accepted).
s) Does not meet Bid Qualification Requirement.
t) Received from a tenderer whose past performance / Vendor Rating is not satisfactory.
u) If Offer is made for the part of the materials and not the whole of the material covered
under the specification, may be rejected
v) If quantity quoted is less than 10% of tendered quantity (Cumulative quantity should not
be less than 10% of aggregate quantity in case the tender is for the procurement of more items of
similar materials of various sizes or ratio etc.)
w) If price is indicated in envelope-A
x) If, the documents furnished with the offer being found to be bogus or the documents
contain false particulars.
y) If the two part system is not followed, the tender will be rejected summarily.
12.0)
The TANGEDCO reserves the right,
a) Not to accept the lowest or any tender.
b) To reject any or all the tenders without assigning any reason.
c) To divide, split and award the contract to one or more contractors for any item/items
covered by this specification.
d) To revise the quantities and delivery schedule of any or all the items covered by this
specification, while placing orders.
e) To relax or waive any of the conditions stipulated in the tender specification as deemed
necessary in the best interest of the TANGEDCO for good and sufficient reasons.
f) To order additional quantities, if necessary during the penance of contract.
13.0)
The tenderers are requested to furnish the exact locations of their factories with detailed
Sprs/ot-15/CE - 325/P-8
addresses in their tenders to enable inspection by the TANGEDCO if considered necessary.
14.0) CLARIFICATION OF BIDS:
To assist in the examination, evaluation and comparison of Bids, the PURCHASER may, at his
discretion, ask the BIDDER for a clarification of his Bid. All responses to requests for clarification
shall be in writing. In such an event, the BIDDER shall furnish all technical information/clarifications
to the PURCHASER in a sealed envelope on or before the due date
prescribed by the
purchaser. If the technical clarification sought by PURCHASER do not reach them on or
before due date fixed, the tenders will be rejected summarily.
SECTION - II
COMMERICAL TERMS AND CONDITIONS
1.0)
SCOPE
This specification covers supply of materials furnished in the Annexure - I including
excise duty, taxes, packing and forwarding, freight and transit insurance required for North
Chennai Thermal Power Station of TANGEDCO.
2.0)
LOCATION :
The materials required to use in the North Chennai Thermal Power Station located
near Athipattu Pudhu Nagar, Chennai – 600 120, Tamil Nadu.
3.0
COMPLETENESS OF TENDER :
The tender should be complete with all details of illustrative and descriptive literature
drawings, test reports etc., of the materials offered.
Information regarding the country of
manufacture, origin of materials used in the manufacture of the equipments should be furnished.
The tenderers shall furnish the complete technical details of the materials offered.
In order that the tenders may receive full consideration the whole information
asked for in the accompanying schedules and elsewhere together with relative leaflets,
literature, drawings, etc., must be supplied by the tenderer.
Tenders not containing the complete details as above are liable for rejection.
4.0
ROYALTIES FOR PATENTS :
4.01) All Royalties for patents or charges for the use of infringement thereof that may be
involved in the construction or use of any equipment or appliance to be supplied against this
specification shall be included in the tender prices. The contractor shall protect the purchaser
against all claims, action, suits and proceedings for the infringement or alleged infringement of
any patent, design or copy right protected either in the country of origin or in India by the use of
any equipment supplied by the contractor other than for the purpose indicated by or
reasonably to be inferred from the specification.
4.02) A quality plan will have to be furnished by the successful tenderer at the time of
finalizing of tender.
5.0
PRICES :
5.01) Tenderers shall quote "FIRM " price in Indian Rupees Valid for one year from the date of
receipt of P.O. Prices should be quoted on item wise as shown in the price schedule (Annexure-II)
in such a way that Basic price, Discounts, ED,CESS, TNVAT/CST, Service tax, Packing and
Forwarding charges, Freight Charges, Insurance charges and other applicable levies etc are
indicated separately. The TANGEDCO reserves the right to divide, split and award the contract to
one or more suppliers/contractors for any item / items covered in this specification.
5.02) The prices quoted should only be "Unit price” excluding ED, Cess , CST/TNVAT, Packing and
Forwarding charges, Transit Insurance charges. Applicable rate of duties and taxes on ex-works
shall also be furnished.
5.03) Tenderers should take into Account the new MODVAT Scheme and quote their prices
accordingly. A Certificate to the effect that MODVAT Scheme has been taken into account and
prices are quoted accordingly should be furnished.
5.04) The rate quoted should be furnished both in figure and words and any correction in the
rate shall be attested by the person signing the tender offer. If there is any difference in value
between figure and words the lowest rates quoted either in words or in figure whichever is
advantageous to the TANGEDCO will be taken into account.
5.05) Prices and rates quoted shall include cost of all materials, tools, equipments and
Sprs/ot-15/CE - 325/P-9
plants, mobilizing and transport, duty and taxes on raw materials and bought out items if any,
royalties, octroi, local taxes, levies, if any, etc., and other costs that are not specified mentioned
herein but will be incurred by the tenderers for satisfactory and timely completion of the works.
5.06) The Tenderers shall furnish their acceptance for the following:
"After placing of P.O. if, it is found that the Firm have supplied these items, at the
lower rate to any other Thermal Stations in TNEB/TANGEDCO/PSU during the period of one year
from the date of issue of P.O., then the firm should pass on the benefit to the TANGEDCO."
6.0)
CENTRAL SALES TAX/TNVAT
6.01)The Central Sales Tax/TNVAT will be paid extra as applicable on material portion, The
amount of Central Sales Tax/TNVAT and percentage payable shall be indicated explicitly and
separately in the tender offer. Central Sales Tax/ TNVAT is not applicable to Packing &
forwarding, Freight and Insurance charges.
6.02) NORTH CHENNAI THERMAL POWER STATION – 1 of TANGEDCO Limited has been registered as
a dealer under CST Act 1956 (Registration No.1248670) and under TNVAT Act 2006 with TIN No.
33181706465. As per G.O.MS No.77 dated.11.07.2011 Notification – III No.II(1)/CTR/12 (R-17)/2011,
the concessional rate of VAT @ 5% is applicable for the goods supplied to TANGEDCO Ltd,
TANGEDCO and TANTRANSCO used in Generation, Transmission and Distribution of Electrical
Energy except petrol, Cement & Diesel. Further, as per GO.MS No.77 dated. 11.07.2011
Notification –IV No.II(1)/CTR/12 (R-18)/2011, the concessional rate of VAT @ 5% is applicable for the
sale of goods for use in the execution of turnkey projects by contractors who have entered into
agreement with TANGEDCO Lid., TANGEDCO, TANTRANSCO, subject to the condition that the
dealer/Purchaser obtains and furnishes a certificate in the prescribed form.
6.03)The necessary certificate as per G.O shall be furnished for availing concessional rate of VAT.
The “C” Form for the classes of goods specified for the purpose as per CST Act shall be furnished for
availing concession / Nil rate of CST.
6.04) In case of delayed delivery, the Central Sales Tax/TN VAT prevailing on the date of
dispatch or on the last day of the contractual delivery period whichever is LESS will be admitted.
For both the cases the successful tenderer shall furnish documentary evidence while submitting the
bills for payment.
6.05) Provided always, it is hereby agreed and declared that in case, where the TANGEDCO
has doubt and belief that Central Sales Tax/TNVAT is not at all payable for the transaction in
question, the TANGEDCO reserves the right to withhold the amount of Tax until the party
produces an order of court of competent jurisdiction, declaring the liability of the transaction to
Central Sales Tax/TN VAT. Concessional rate of Central Sales Tax/TN VAT, if any, shall be taken in
to account and included in the price quoted giving proof thereof.
Any increase in Central Sales Tax /TN VAT, either within contractual delivery schedule or processing
of tender or otherwise, consequent to successful tenderer coming into different slab shall be to the
account of the successful tenderer only.
The following certificates have to be furnished for admittance of claim of Central Sales Tax/TN
VAT.
(i) Certified that the transaction in which the Central Sales Tax/TN VAT has been claimed
and has been/will be included in the return submitted/to be submitted to the Central Sales
Tax/TN VAT authorities for assessment of the Central Sales Tax/TN VAT and the amount of
Central Sales Tax/TN VAT claimed from the purchaser has been/will be paid to sales Tax
authorities.
(ii) Certified that the goods on which the Central Sales Tax/TN VAT has been charged have
not been exempted under C.S.T. Act or TN VAT and the Rules made there under and the charges
on account of Central Sales Tax/TN VAT on these goods are correct, under provisions of relevant
Act or Rules made there under.
(iii) Certified that we shall indemnify the TANGEDCO, in case if it is found at a later date that
wrong/incorrect or excess payment has been recouped on account of Central Sales Tax/TN VAT
paid by us.
(iv) Certified that we are registered as dealer under the Central Sales Tax Act and our
Registration No. is ........ and under TNVAT ....... Act 2006 and our Registration No. is ..........
(v) Certified that TN VAT credit availed by me has been taken into account in the rates
quoted.
6.1) SERVICE TAX: As per Ministry of Finance Notification No 30/2012 dt 20.6.2012, only 50% of the
service tax applicable will be reimbursed to the contractor, being the service provider.
6.2) TIN NUMBER: TIN Number shall be furnished in the offer, failing which the offer will be liable for
rejection.
7.0) EXCISE DUTY:
Sprs/ot-15/CE - 325/P-10
7.01) It is the responsibility of the tenderer to make sure about the correct rates of duty leviable
on the material at the time of tendering. If the rates assumed by the tenderer are less than the
rates prevailing at the time of tendering, the TANGEDCO will not be responsible for the mistake.
7.02) If the rates assumed by the tenderer are higher than the current rates prevailing at the time
of tendering, the Excise Duty prevailing at the time of tendering will only be paid.
7.03) Any increase in Excise Duties consequent to the supplier coming into different duty slab
during the execution of the contract shall be to the supplier’s account. No claim for increase in
the above respect will be admitted. Any variation in Excise Duty due to statutory variation within the
contract delivery date shall be considered.
7.04) In case of delayed delivery, the excise duty prevailing on the date of actual delivery or the
excise duty on the last day of the contractual delivery period whichever is LESS shall be
admitted. For both the cases the supplier shall furnish documentary evidence while submitting
the bills for payment.
7.05) The Excise duty will be admitted on submission of evidence viz. Central Excise Registration
No., PLA No.etc. date and time of removal of goods, debit entry in PLA/RG 23 duly authenticated
by authorized signatory shall be preferred by the supplier for claim of ED.
7.06) The tenderer who have quoted ED as NIL and in the event of placement of order on such
tenderer against this specification where the value of order is above Rs.150 Lakhs, such tenderer
shall furnish an undertaking to the effect that the ED commitment on account of crossing the
turnover slab will be discharged to the ED authorities and that the TANGEDCO shall not be
responsible for any ED evasion by the tenderer in respect of this transaction.
7.07) In the case of tenderer who has quoted ED as Nil and in the event of placement of
order against this specification and the proposed order value is less than Rs.150 Lakhs, the
tenderer shall furnish an undertaking to the effect that he has not obtained any other order in the
same financial year and that the TANGEDCO shall not be responsible for ED evasion if, any by
the tenderer in respect of this transaction.
8.0)
DUES TO TANGEDCO
Amount due from the supplier to TANGEDCO for the default in any other previous
purchase orders will be adjusted from the pending payments against the purchase order placed
on the supplier under this specification, which may please be noted.
9.0)
VALIDITY OF THE TENDER :
9.01) Tenders shall be kept valid for acceptance for minimum period of 180 days from the date
of opening. However the tenderer shall keep his offer open till such time his tender is either
accepted or rejected by TANGEDCO/ competent Authority. Any extension thereof should also be
given if requested by TANGEDCO without revision of prices and terms in the bid.
9.02) Tenders with less validity period will be rejected.
Note:- All information in the Bid shall be in ENGLISH only. Errors and other changes shall be
attested by the persons signing the Bid.
10.0)
EXTENT OF RESPONSIBILITY OF THE TENDERER :
The tenderer is responsible for safe packing and forwarding the materials to site with transit
insurance covering a storage period of 90 days. He should include and provide for securely
protecting and packing the materials as per relevant packing standards to avoid damages or
loss in transit. He will also make good the loss of materials in transit if any and arrange to claim
insurance based on the report by the TANGEDCO. The tenderer is responsible for safe
delivery of the equipments at the site in good conditions.
11.0
PAYMENT : (where no erection and commissioning by supplier is involved)
Payment for supplies against this specification shall be made as below:11.01) If supplied, within the delivery period :
a) 100% of all inclusive price will be paid within a reasonable time after receipt of
materials in good condition at NCTPS-I stores against submission of bills alongwith the following
documents after deducting recoveries if any.
i) PR/DD/BC/BG towards SD cum PG (Original receipt)
ii) Original ED Gate pass if, ED is applicable.
iii) Test Certificate
iv) Guarantee Certificate
v) PAN No.
Payment will be made on receipt and after acceptance of each consignment, receipt of above
documents and approval of Sample and Test/Inspection Certificate.
11.02) If supplied, beyond the delivery period :
Sprs/ot-15/CE - 325/P-11
a) 100% of all inclusive price will be paid within a reasonable time after receipt of
materials in good condition at NCTPS-I stores against submission of bills alongwith the above
documents after deducting LD and other recoveries if any.
Payment will be made on receipt and after acceptance of belated supply, receipt of above
documents and approval of Sample and Test/Inspection Certificate.
11.03) : If, the scope of the Specification includes Erection and Commissioning of the materials
supplied, Payment against this specification shall be made as below:11.03 a) Within the delivery period :
95% of the all inclusive price (including Sales Tax) of the materials of each consignment and
Erection charges (inclusive of Service Tax) will be paid within a reasonable time after receipt and
acceptance of materials at NCTPS-I Stores in good condition and completion of erection works at
the given location with the concurrence from the concerned Superintending Engineers, on
submission of bills alongwith following documents.
i)
ii)
iii)
iv)
v)
PR/DD/BC/BG towards SD cum PG (Original receipt)
Original ED Gate pass if, ED is applicable.
Test Certificate
Guarantee Certificate
PAN No.
Payment will be made on receipt of materials alongwith above documents, approval of Sample
and Test/Inspection Certificate and completion certificate.
Balance 5% of all inclusive prices(including Sales Tax) of the materials and Erection charges
(inclusive of Service Tax) will be paid within a reasonable time after completion of entire work
(that is supply of entire ordered quantity and completion of erection and commissioning of all the
items) and closure of the purchase order.
11.03 b) Beyond the delivery period :
95% of the all inclusive price (including Sales Tax) of the materials and Erection charges (inclusive
of Service Tax) of each consignment after deducting the appropriate amount of Liquidated
Damages of each consignment will be paid within a reasonable time after receipt and
acceptance of materials at NCTPS-I Stores in good condition and completion of erection works at
the given location with the concurrence from the concerned Superintending Engineers, on
submission of bills along with above documents.
Payment will be made on receipt of materials alongwith above documents, approval of
Test/Inspection Certificate, approval of Sample and approval and acceptance of belated supply
and completion certificate from the concerned division .
Balance 5% of all inclusive prices(including Sales Tax) of the materials and Erection charges
(inclusive of Service Tax) will be paid within a reasonable time after completion of entire work
(that is supply of entire ordered quantity and completion of erection and commissioning of all the
items) and closure of the purchase order.
11.04) For the delayed payments if any, the TANGEDCO will not pay any interest on any account.
11.05) The bills shall be sent in duplicate to Accounts Officer/NCTPS-I, Chennai-120. The Payment
shall be made by Cheque on any one of the Scheduled Banks or its branches in Tamil Nadu as may
be decided by the TANGEDCO from time to time. Exchange commission for issue of Bank draft
will be to the account of the supplier.
11.06) Offers agreeing to the above TANGEDCO's terms of payment will be preferred.
TANGEDCO may reject the offer with other terms of payment.
11.07) Claiming of payment against Proforma Invoice/delivery or payment for the material supplied
without completing erection and Commissioning will not be considered.
11.08) Letter of credit payments will not be accepted in respect of indigenous supply.
11.09) No payment will be made against document negotiated through Bank.
11.10) No payment will be made until Test/Inspection Certificates approved by the TANGEDCO.
11.11) No payment will be made for materials damaged or broken during transit.
11.12) In respect of contracts where the tenderers have not furnished any security deposit initially,
payments will not exceed 90%
11.13) If the supplier despatches the materials without the prior approval of competent
authority and without communication of the same to consignee, and if any demurrage or
wharfage or both are incurred by the purchase, it will be debited to the supplier.
11.14) The supplier shall bear any expenditure arising out of unapproved despatches.
Sprs/ot-15/CE - 325/P-12
12.0) ADVANCE PAYMENT
12.01) No advance payment will be given. Tenders insisting on advance payment are liable for
rejection.
13.0) DELIVERY :
13.01) Delivery period: Refer Tender Specification Abstract
13.02) The tenders from ready Stock are preferable.
13.03) If the guaranteed delivery period is not kept up, the liquidated damages specified in
clause -15.0 will be enforced. The TANGEDCO is at liberty to alter the delivery date on the lesser
side to suit its needs as and when necessity arises during the tendency of contract. The
acceptance of this clause should be specifically confirmed in the tender.
13.04) If the materials are delivered after the due date of delivery, the materials will be accepted
subject to the following conditions.
a) There should be no declining trend in prices.
b) Payment will be released as per the recent purchase order rate or lowest rate
obtained during the recent tenders opened subject to levy of Liquidated Damages.
c) TANGEDCO reserves the right to accept or reject the delayed supplies without assigning
any reason thereof and take action as per the other terms and conditions of this specification.
14.0) FORCE MAJEURE :
14.01) If at any time during the continuance of the contract the performance in whole or in part
or if any obligation under this contract shall be prevented or delayed by reasons of any war,
hostility, acts of public enemy, acts of civil commotion, Strikes, Lockouts, sabotages, fires, floods,
explosions, epidemics, quarantine restriction or other acts of God (here-in-after referred to as
eventuality) then provided notice of the happening of any such eventuality is given by the
tenderer to the TANGEDCO within 15 days from the date of occurrence thereof, neither party shall
by reasons of such eventuality be at entitled to terminate this contract nor shall have any claim for
damages against the other in respect of such non performance or delay in performance and
deliveries under this contract shall be resumed as soon as practicable after such eventuality has
come to an end or ceased to exist.
14.02) Provided that if the performance in whole or part by the tenderer or any obligation
under this contract is prevented or delayed by reasons of any eventuality for a period
exceeding 60 days, the TANGEDCO may at its option to terminate the Contract by notice in
writing.
15.0
LIQUIDATED DAMAGES:
15.01) The Delivery period given in clause Delivery shall be
guaranteed
by
the
supplier/Contractor under the following "Liquidated Damages Clause " If the contractor fails
to supply the items/materials with the time specified in the contract / or any extension thereof,
the purchaser shall recover from the contractor as liquidated damages a sum of half percent
(0.5%) of the contract price of the undelivered items / materials of each completed week of
delay. The total liquidated damages shall not exceed Ten percent (10%) of the contract price of
the units/materials so delayed. The date of receipt of materials at NCTPS-I Stores will be reckoned
as date of delivery for deciding LD for delay in supply. It should be the supplier’s responsibility to
arrange for inspection, dispatch etc. in time to keep up the delivery schedule.
a)
b)
c)
d)
Liquidated damages will also be levied for quantity not supplied as is done for the delayed
supplies.
LD will be levied for delayed in replacement / repair of defective / damaged equipment.
Even if, there is any delay in delivery of sample, LD will be imposed on the bulk supply.
Incase, the supply effected in part, could not be beneficially used by the TANGEDCO, ( Due
to such incomplete supply), Liquidated damages should be worked out on the basis of
entire order value only, and not on the value of delayed portion.
15.02) The TANGEDCO will also be at liberty to cancel the order / contract if the supply is not
completed within the accepted delivery period not withstanding the liquidated damages
applicable to the belated supplies.
15.03) If supplies or services to be rendered against the contract are made by the supplier
beyond the period of delivery stipulated in the purchase order and they are accepted by the
TANGEDCO such acceptance is without prejudice to the TANGEDCO's right to levy liquidated
damages for the delay in supply.
15.04) It should be noted if a contract is placed on the higher tenderer in preference to the
lowest acceptable offer in consideration of offer of earlier delivery, the said contractor will be
liable to pay the TANGEDCO the difference between the contract rate and that of the lowest
acceptable tender in case of failure to complete the supplies / works in terms of such contract
Sprs/ot-15/CE - 325/P-13
within the delivery period specified in the tender and incorporated in the contract. This is without
prejudice to other rights under the terms of contract.
15.05) The tenderers failing to execute the order placed on them to the satisfaction of the
TANGEDCO, the TANGEDCO shall recover from the successful tenderer, as Liquidated damages a
sum equal to 10% of the contract price besides the forfeiture of Security Deposit.
15.06) If there is any downward trend in prices on account of belated supplies, the Successful
tenderer have to accept the same with a levy of liquidated damages, for belated supplies.
16.0) MATERIALS AND WORKMANSHIP :
16.01) All the materials shall be of the best class and capable of satisfactory operation in
tropics with humid atmospheric conditions, without distortion or deterioration. No welding, filling
or plugging of defective, parts will be permitted
without approval in writing of the
TANGEDCO's Engineers. Unless otherwise specified they shall conform to the requirement of the
appropriate British or Indian Standards or any other International Standards.
16.02) The workmanship shall be of the highest grade and the entire construction in accordance
with the best modern practice.
16.03) The whole of the work shall be of the highest class throughout well finished and
approved make. The entire design and construction shall be capable of withstanding the severest
stresses likely to occur in actual service and of resisting rough handling during transport.
16.04) The equipments should be designed to facilitate inspection and repairs and to ensure
satisfactory operation under atmospheric conditions prevailing at site and under sudden
variations of load and voltages as may be met with under working conditions in the system
including those due to faulty synchronizing and short circuits within the rating of the apparatus.
16.05) The design shall incorporate every reasonable precautions and provisions for the
safety of all those concerned in the operation and maintenance of equipment.
16.06) All the equipments should operate without un due vibration and with the least practicable
amount of noise.
17.0)
RAW MATERIALS :
It is the responsibility of the tenderer to make his own arrangements to procure the
necessary raw materials required for the manufacture.
18.0
INTERCHANGEABILITY :
All similar
materials
and
removable
parts
of similar equipments shall be
INTERCHANGEABLE with each other.
19.0) MAXIMUM WEIGHTS AND DIMENSION OF PACKINGS :
19.01) Packing may be according to manufacturer's standard practice.
19.02) The contractor is responsible for informing himself of (i) the facilities that exist for road
and railway transport to site (ii) maximum weights and size of packages conveyed by railway and
(iii) Crane, lifts etc., available at the Railway Stations or destination.
20.0)
TEST/INSPECTION CERTIFICATE :
The Material Test Certificates as per relevant IS Standards obtained from Government
Approved Laboratory or Manufacturer’s Original test certificate in triplicate should be furnished
along with the Sample / Bulk for Scrutiny and Approval. The materials will be rejected, if the test
results are not satisfactory.
21.0) GUARANTEE :
21.01) The materials to be supplied against this tender are guaranteed for 18 months from the
date of receipt of materials at site or 12 months from the date of commissioning which ever occurs
later subject to overall guarantee period of 24 months from the date of receipt under normal
service and maintenance conditions against manufacturing defects and workmanship. A
guarantee certificate should be enclosed alongwith the bill/Proforma Invoice.
21.02) Any defects noticed during the guarantee period shall be rectified by the supplier free of
cost within 2 months from the date of intimation of defective/failure. Irrespective of number of
failures and repairs, the supplier shall be responsible for free replacement of the defective materials
till the same serves the above guarantee period. The incidental expenses, transport and freight
charges for the replacement of defective materials within the guarantee period shall also be borne
by the supplier till such time it completes that guarantee period.
21.03) If they are not rectified or replaced within two months, the supplier shall pay Liquidated
Damages as per LD clause in the contract for the delay from the date of receipt of intimation for
the defects of failures.
22.0) SECURITY DEPOSIT CUM PERFORMANCE GUARANTEE:
The successful tenderer will have to pay 5% value of the Purchase order ( all inclusive) as combined
Sprs/ot-15/CE - 325/P-14
Security Deposit cum performance guarantee in the form as follows within 15 days from the date of
receipt of Purchase order. The SD cum PG amount will not carry any interest.
(i)
For value of Purchase order up to Rs.10 Lakhs, SD cum PG in the form of Demand
Draft/ Banker’s cheque or pay order payable only.
(ii)
For value of Purchase order exceeding Rs.10 Lakhs, SD cum PG in the form of
Demand Draft/ Banker’s Cheque or pay order/ Irrevocable Bank Guarantee. Bank
Guarantee should be obtained from the Banks mentioned in clause (23.0)
22.01)
The Security Deposit cum Performance Guarantee furnished shall be towards proper
fulfillment of the contract as well as towards performance guarantee of the materials supplied. In
case of BG, the SD cum PG shall be valid/extended for the entire period of Guarantee.
22.02) The Security deposit cum Performance Guarantee against this contract will be released
to the contractor only if the contract is completed to the satisfaction of the purchaser. If the
purchaser incurs any loss or damage on account of the breach of any of the clauses mentioned
above or any other amount arising out of the contract becomes payable by the successful
tenderer to the purchaser, then the purchaser will in addition to such other dues that he shall have
under the law, appropriate the whole or part of the security deposit cum Performance Guarantee
and such amount that is appropriated will not be refunded to the successful tenderer.
22.03)
The Security deposit cum Performance Guarantee furnished in the form BG shall be
returned after the expiry of the guarantee period. If the SD cum PG is furnished in the form of
Demand Draft/ Banker’s cheque or pay order the same shall be refunded after expiry of the
guarantee period.
If during the above period, any of the materials supplied are found to be
defective in material or in workmanship, the same shall be rectified or replaced at destination at
free of charges.
22.04) TANGEDCO reserves the rights to cancel the P.O. on failure to furnish the Security Deposit
cum Performance Guarantee within the prescribed time without any further reference to the
successful tenderer and right to levy penal interest (currently 22%) for delayed payment/submission
of BG towards Security Deposit cum Performance Guarantee
23.0) BANK GUARANTEE :
All Bank Guarantee should be furnished in Non-judicial stamp paper value of Rs.80/- and
obtained only from
a) Nationalised Bank.
b) Non Nationalised scheduled Bank
c) Branches of Foreign Banks in India.
24.0)
PERMANENT ACCOUNT NUMBER:
The tenderers should furnish Permanent Account Number for Income Tax alongwith the offer.
25.0) INSPECTION :
25.01) The purchaser’s representative shall have free access to the supplier's works at any time
during working hours for the purpose of inspecting the manufacture and testing of the materials
covered by this specification. The supplier shall provide the necessary facilities for such inspection.
25.02) The purchaser shall be given intimation well in advance
about the readiness of the
materials.
The arrangement for inspection shall be made by suppliers in such a way that the
delivery schedule is kept up. The materials should not be despatched without acceptance of test
certificate and instruction from the TANGEDCO.
26.0) JURISDICTION FOR LEGAL PROCEEDINGS :
26.01) No suits or any proceedings in regard to any matter arising in any respect under this
contract shall be instituted in any court save in the Civil court of Chennai or the court of small
causes in Chennai. It is agreed that no other court shall have jurisdiction to entertain any suit or
proceedings eventhough part of the cause of action might arise within their jurisdiction. In case,
any part of the cause of action arises within the jurisdiction of any of the courts in Tamil Nadu and
not in the courts of Chennai City, then it is agreed to between the parties that such suits or
proceedings shall be instituted in a court within Tamil Nadu and no other court outside Tamil Nadu
shall have jurisdiction even though any part of cause of action might arise within the jurisdiction of
such courts.
The bidder shall furnish an undertaking for legal proceedings as per the f ormat in Annexure –
VII in a non judicial stamp paper of Rs.80/- agreeing to the above condition along with their offer.
Sprs/ot-15/CE - 325/P-15
27.0)
ARBITRATION :
Arbitration is not applicable to this contract.
28.0) DESPATCH OF EQUIPMENTS :
28.01) It is the contractor's responsibility to deliver the materials / equipment to site. Materials
can be brought to site by road also. The dispatch intimation may however, be given to the Stores
Officer/NCTPS-I/Chennai-120 with intimation to
the Superintending Engineer/P&A/NCTPSI/Chennai-120. All materials should be despatched only after getting dispatch clearance from
the Superintending Engineer/P&A/NCTPS-I.
29.0) LOSS OR DAMAGE :
External damages or shortages that are prima facie due to the results of rough handling in
transit or defective packing will be intimated within a fortnight of the receipt of the materials.
Internal defects, damages or shortages of any integral parts which cannot ordinarily be detected
on a superficial visual examination caused by bad handling in transit or defective packing
would be intimated after inspection on receipt of the materials at stores. In either case, the
damages or defective materials should be replaced at free of cost to the TANGEDCO.
30.0) REPLACEMENT OF DEFECTIVE, DAMAGED MATERIALS :
30.01) If during three months subsequent to the date of acknowledgement of receipt of goods any
of the goods found to be defective in material or workmanship they shall be replaced by you free
of all charges.
30.02) Not withstanding anything contained in liquidated damages clause of this specification
where the whole or part of the materials supplied by the supplier are found to be defective or
damaged or not in conformity with the specification / sample, such defective or damages
in materials, supplied shall be rectified either at the point of destination or at the supplier's works at
the cost of the supplier against proper security and acknowledgement. In the alternative, the
defective/damaged materials shall be replaced at free of cost within two months on receipt of
the intimation from the purchaser of such defects or damages. If the defects or damages are not
rectified or replaced within this period, the contractor shall pay the liquidated damages as per the
liquidated damages clause in the specification for the delay from the date of receipt of
intimation of the defects or damages.
30.03) If even after such rectification or replacement of the damaged or defective part, if the
equipment / materials ordered is not giving the satisfactory performance as per the contract, then
it will be open to the purchaser either to reject the goods or repudiate the entire cost of such
goods and claim such loss sustained by the TANGEDCO.
30.04) "Notwithstanding any other remedies available, the Purchaser shall be entitled to dispose
of the defective / damaged materials in “as is where” condition without further notice, if the
contractor / supplier fails to rectify the defect and /or replace the damaged materials and/ or
fails to remove the defective / damaged materials within such period as may be notified by the
Purchaser through notice and the sale proceeds of such disposal shall be appropriated towards
the dues to the TANGEDCO such as Liquidated Damages, ground rent, etc. as may be
determined by the Purchaser."
31.0) BIDDER'S EXPERIENCE :
31.01) The intending tenderers shall furnish the details of various supply orders/works contracts
executed by them for the past three years as on the date of tenders in the Annexure-V
enclosed to the tender specification. The details furnished by the tenderers shall be in complete
shape and if it is found that any information is found omitted, suppressed, incomplete or incorrect,
the same will be taken note of while dealing with the tenderer in future and will entail forfeiture of
EMD. Tenders furnished by the tenderers without these accompanying details of their past
performance are liable for rejection.
32.0)
PROGRESS OF SUPPLY :
The tenderer while submitting his tenders should furnish necessary bar chart / pert chart.
33.0) DEFECTIVE SUPPLIES :
33.01) The contractor is responsible for the safe delivery of the equipment / materials at site. If
during the period of supply it is found that goods already supplied are defective in materials or
workmanship or do not conform to the specification or unsuitable for the purpose for which
they are purchased, then it will be open to the TANGEDCO either to reject the goods and
repudiate the entire contract and claim such loss that the TANGEDCO may suffer on that account
of require to arrange for the replacement of the defective goods at free of cost.
33.02) Similarly if during the guarantee period any of the goods be found to be defective in
materials or workman ship or do not conform to specification or unsuitable for the purpose for
which they are purchased, it will be open to the TANGEDCO either to repudiate the entire
Sprs/ot-15/CE - 325/P-16
contract and claim damages or accept such part of the goods that are satisfactory and
require to replace the balance or pay the compensation to the extent of the loss sustained by the
TANGEDCO on that account.
34.0) DRAWING :
34.01) The tenderers should submit with his tender dimensioned General arrangements drawings for
the equipments offered. Illustrated and descriptive literature also should be enclosed.
34.02) Any approval given to the detailed drawings by the purchaser shall not relieve the
contractor of the responsibility for correctness of the drawing and in the execution of the works in
accordance with the terms of the specification.
35.0)
RECOVERIES OF DUES :The TANGEDCO is empowered
a) To recover any dues against this contract in any bills / Security Deposit / Earnest Money Deposit
due to the successful tenderer either in this contract or any other contracts with TANGEDCO/TNEB.
b) To recover any dues against any other contract of the successful tenderer with
TANGEDCO/TNEB, with the available amount due to the successful tenderers against this contract.
36.0) INSURANCE :
The successful tenderer should effect insurance of all materials, being supplied by
them through any of
the nationalized insurance companies at their cost. The Bidder's
acceptance or otherwise to this clause should be specifically stated in the tender. The insurance
should cover (i) Transit Insurance and (ii) Storage insurance for 90 days at site.
37.0) NEGOTIATION :
Negotiation will be carried out with the L1 tenderer after opening of tenders.
38.0) VENDOR RATING:
TANGEDCO will verify the vendor rating of the bidders from selected Thermal power
stations. Incase the vendor rating is not satisfactory, their offers will not be considered for further
processing and will be rejected.
39.0) FAILURE TO EXECUTE THE CONTRACT :
39.01) Successful tenderer failing to execute the order placed on them to the satisfaction of the
TANGEDCO under the terms and conditions set forth therein, will be liable to make good the loss
sustained by the TANGEDCO, consequent to the placing of fresh orders elsewhere at higher rate,
ie, the difference between the price accepted in the contract already entered into and the price
at which fresh orders have been placed. This is without prejudice to the imposition of Liquidated
Damages.
39.02) Further to imposing of LD, E.M.D. and S.D. paid by the firm will be forfeited as per terms of
Purchase order. Their poor performance will be recorded for future tenders/contracts in
TANGEDCO. Their name will be blacklisted after due notice.
39.03) In the event of the documents furnished with the offer being found to be bogus or the
documents containing false particulars, the EMD paid by the tenderer will be forfeited in
addition to blacklisting them for future tenders/contracts in TANGEDCO, TANTRANSCO & TNEB
LIMITED.
SECTION - III
TECHNICAL SPECIFICATION
1.0) SCOPE : This specification covers, design, manufacture testing, inspection at the Vendor's
and or his sub-vendor's works, packing and delivery to site, unloading at site and transit insurance
of materials required for North Chennai Thermal Power Station.
2.0)
It is not the intention of this specification to specify completely herein all details and
design and fabrication of materials. However, the materials offered shall conform in all
respects to high standards of Engineering and workmanship and be capable of performing in
continuous commercial operation up to vendor's guarantee in a manner acceptable to the
purchaser who will interpret the meaning of specification and shall have the power to reject any
materials, which in his judgment are not in full accordance therewith.
3.0)
MATERIAL TECHNICAL SPECIFICATION - Refer Annexure - I
4.0)
CODES & STANDARDS
4.01) The design, manufacture and performance of subject material shall
requirements of the latest edition of codes and standards.
Sprs/ot-15/CE - 325/P-17
comply
with the
4.02) In the event of conflict between the codes and standards referred to on the specification
and requirement of this specification, the requirement of specification will govern.
5.0)
DESIGN AND PERFORMANCE REQUIREMENT:
5.01) The bidder shall submit the design and performance data of the materials offered in
relation to Annexure-I along with the bid for evaluation.
5.02) The material shall be designed and manufactured in accordance
with the best
Engineering practice and shall be sent as, has been proved to be suitable for the inten ded
purpose.
6.0)
INSPECTION, EXPEDITING AND TESTING:
The PURCHASER/OWNER will carry out inspection, expediting and testing during and
after its manufacturer through the agency of the ENGINEER/CONSULTANT to ensure quality
control and prompt deliveries and the MANUFACTURER, will provide the necessary access and
facilities. Expediting will cover vendor data submissioning, ordering of
raw materials,
production, planning, manufacture, testing and shipment. Inspection will be carried out as per
a schedule agreed with the MANUFACTURER, at several stages commencing from inspection of
raw materials up to final testing before release of shipment. The inspecting and testing will also
cover equipment supplied by the SUB-VENDORS. Inspection by the ENGINEER/CONSULTANT shall
not relieve the VENDOR of the responsibilities for furnishing equipment conforming to the
specification.
7.0)
PACKING AND TRANSPORT:
7.01) The responsibility for properly packing the equipment shall be that of the manufacturer.
The requirement for packing and marking of equipment have been generally specified in
standard specification entitled "Marking and Transport Instructions" and specifically given in
the purchase order.
7.02) All test/Inspection certificates must be endorsed with sufficient information to identify the
material or equipment to which the certificates refer, and must carry in the top right hand
corner the identification of OWNER/PURCHASER and the CONTRACT.
8.0)
MARKING AND TRANSPORT INSTRUCTIONS :
MARKING:
All packages shall be clearly, legibly and durably marked
(preferably with water proof paint) ON
with
uniform block letters
AT LEAST THREE SIDES WITH:
a. Destination address as communicated
b. PO/Contract No.
c. Dimensions
d. Net and Gross Weights
e. Sign showing slinging and sling position
f. Any handling and unpacking instructions, if
considered necessary
g. Sign showing 'side up'
h. Sign showing 'fragile' marks in case of delicate
equipment.
i. Identification mark relating them to the appropriate
shipping documents considered necessary
j. In case of spare parts, each spare part shall be clearly
marked and labeled on the outside of its packing with
its description and catalogue/part number.
9.0)
TRANSPORT:
9.01) No material shall be despatched without prior consent of the OWNER/PURCHASER or his
representative.
9.02) The SUPPLIER/CONTRACTOR shall intimate the ENGINEER/ CONSULTANT in writing the
probable date when the materials shall be ready for dispatch, at least 3 weeks in advance.
Copies of the packing list shall also be sent along with the advance intimation.
9.03) In the event of the SUPPLIER/CONTRACTOR proposing to deliver the materials
in
component or sub-assembly form, he shall furnish full particulars of the quantity and
approximate size of each items. All sub-assemblies shall be match-marked to facilitate assembly
at site.
Sprs/ot-15/CE - 325/P-18
ANNEXURE – I
(TECHNICAL SPECIFICATION OF MATERIAL)
SPECIFICATION NO. CE- 325 /2015-2016/NCTPS-I
Sl. No.
Material Description
Quantity
Supply of 450 & 600MM HAND OPERATED BUTTERFLY VALVES
I) 1.
2.
NB 600 mm wafer type Hand Operated Butterfly Valve, with heavy
duty worm gear assembly with ISI marking
Technical Specification:
Valve size: NB 600 mm
Body
: CI IS 210 FG 260
Standard : BS 5155 Class 150
Disc
: CF 8 M ( SS 316)
Body seat : Nitrile Rubber
Shaft
: SS 316
Fluid Medium : Sea Water
Fluid Pressure : 10 Kg/cm
NB 450mm wafer type Hand Operated Butterfly Valve with heavy
duty worm gear assembly with ISI marking
Technical Specification:
Valve size: NB 450 mm
Body
: CI IS 210 FG 260
Standard : BS 5155 Class 150
Disc
: CF 8 M ( SS 316)
Body seat : Nitrile Rubber
Shaft
: SS 316
Fluid Medium : Sea Water
Fluid Pressure : 10 Kg/cm
Material specification for Heavy Duty Actuator for NB 600 Butterfly
valve :
Part Name
4 Nos.
7 Nos.
Material
II)
1. Worm Shaft
2. Worm Gear
3. Body
Destination
: EN 36 Surface harden Tempered at 60 HRC
: EN 19 Surface Harden Tempered at 60 HRC
: Cast Steel
III)
General Standards required along with Technical Bid
NCTPS Stores,
COMPANY SEAL
SIGNATURE :
DATE
DESIGNATION:
As per IS and
Drawings
COMPANY NAME:
Sd/-xxxx
CHIEF ENGINEER/NCTPS-I
Sprs/ot-15/CE - 325/P-19
A N N E X U R E - II
SCHEDULE OF PRICES
SPECIFICATION NO. CE- 325 /2015 -2016/NCTPS-I
Sl
No.
I) 1.
2.
Material Description
Basic
Price
ED &
CESS
CST
/VAT
Packing &
Forwarding
Charges
Freight &
Insurance
Charges
Total
Amount
Rs.
Rs.
Rs.
Rs.
Rs.
Rs.
Supply of
450 & 600MM HAND
OPERATED BUTTERFLY VALVES
NB 600 mm wafer type Hand Operated
Butterfly Valve, with heavy duty worm
gear assembly
NB 450mm wafer type Hand Operated
Butterfly Valve with heavy duty worm
gear assembly
Note: In the above Basic price column, only the Unit Price (per No./per set) for each item shall be
Indicated.
COMPANY SEAL
SIGNATURE
:
DATE
DESIGNATION:
COMPANY NAME:
Sd/-xxxx
CHIEF ENGINEER/NCTPS-I
Sprs/ot-15/CE - 325/P-20
A N N E X U R E - III
(SCHEDULE OF DEVIATION FROM COMMERCIAL TERMS AND CONDITIONS)
All deviations from the Technical terms and conditions should be filled by the bidder clause
by clause in this Schedule.
Specn.
No.
Section No.
Quantity
Clause No.
The bidder hereby certifies that the above mentioned are the only deviations from
Commercial terms and conditions of tender specification.
COMPANY SEAL
DATE
SIGNATURE
:
DESIGNATION
:
COMPANY NAME :
--------------------------------------------------------------------------------------------------------------------A N N E X U R E - IV
(SCHEDULE OF DEVIATION FROM TECHNICAL TERMS AND CONDITIONS)
All deviations from Technical Specification shall be filled by the bidder clause by
clause in this Schedule.
Specn No.
Section No.
Clause No.
Deviation
The bidder hereby certifies that the above mentioned are the only deviations from
Technical Specification.
COMPANY SEAL
DATE
SIGNATURE
:
DESIGNATION
:
COMPANY NAME :
Sprs/ot-15/CE - 325/P-21
ANNEXURE - V
BIDDER EXPERIENCE
The Bidder shall furnish here a list of similar supplies executed by him to whom a reference may be
made by the purchaser in case the purchaser considers such a reference is necessary.
Sl No.
Name and
Description of
material
COMPANY SEAL
DATE
Value of
supply
Period of
supply
End User
SIGNATURE
:
DESIGNATION
:
COMPANY NAME
Sprs/ot-15/CE - 325/P-22
:
Person to whom
reference may be
made
A N N E X U R E - VI
FORMAT FOR UNDERTAKING IN LIEU OF PAYMENT OF EMD
in Rs.80.00 Stamp paper
THIS UNDERTAKING executed at................................on
this
.....................
day of
....................
........... by M/s. ..............................a company registered under companies Act,
1956, having its registered office at ........................................herein-under called the " Tenderer " to
and in favour of TAMILNADU GENERATION AND DISTRIBUTION CORPORATION LIMITED, a subsidiary of
TNEB Limited, formed on 1st November 2010 under section 131 of the Electricity Act of 2003 and is
the successor to erstwhile TAMILNADU ELECTRICITY BOARD, having its office at NPKRR MAALIGAI,
Electricity Avenue, 144, Anna Salai, Chennai - 600
002 and represented by
...........................................hereinafter called the "TANGEDCO".
WHEREAS the contract is for the supply / erection / construction etc., in terms of the Tender
Specification No............../ dt. . . . . .AND
WHEREAS
in
accordance
with Clause
.......................of the above said tender specification, the tenderer has to furnish E.M.D.
of Rs............(Rupees .......... .............. ............... ....... only) and
WHEREAS the tenderer has
requested the TANGEDCO to accept an undertaking in lieu of payment in cash of the E.M.D.
and WHEREAS the TANGEDCO has accepted the request of the tenderer subject to
executing an undertaking to pay to the
TANGEDCO
not exceeding Rs........... (Rupees
....................................... only) representing the E.M.D. together with costs in case of non fulfillment of
the conditions stipulated in the Tender specification or the conditions stipulated in the contract by
the Tenderer.
IN CONSIDERATION of the TANGEDCO having agreed to accept an undertaking from the
tenderer in lieu of payment of E.M.D. in cash, the tenderer undertakes to pay the sum of
Rs..........(Rupees.............................................
only) immediately when a demand is raised by the
TANGEDCO against the tenderer without any demur in the event of the following :
i)
If he withdraws his tender or backs out after acceptance of the tender
or fails to remit the Security Deposit.
ii)
If he revises any of the terms quoted during the validity period, without
specific request by the TANGEDCO.
iii)
If he violates any of the conditions of the Tender Specification No...................
dated.............
iv)
If, the documents furnished with the offer being found to be bogus or the
documents contain false particulars.
NOW THE CONDITION OF THE ABOVE WRITTEN UNDERTAKING is such that if the tenderer shall duly
and faithfully observe and perform the terms and conditions specified in terms of the above,
then the above written undertaking shall be void, otherwise the same shall remain in full force.
The tenderer undertakes not to revoke this guarantee till the contract is completed under the
terms of contract.
The expression, "Tenderer' and " the TANGEDCO " before used hereafter shall include their
respective successors and assign in office.
IN WITNESS WHEREOF THIRU.........................for and on behalf of the tenderer has signed this
undertaking on the day, the month and year first above written.
In the presence of Witnesses :
(with complete address)
SIGNATURE :
1.
NAME IN BLOCK LETTERS :
SEAL OF THE COMPANY :
2.
Sprs/ot-15/CE - 325/P-23
A N N E X U R E - VII
FORMAT FOR UNDERTAKING TOWARDS JURISDICTION FOR LEGAL PROCEEDINGS
in Rs.80.00 Stamp paper
THIS
DEED
OF
UNDERTAKING
EXECUTED
AT
---------------------ON
THIS
………………………………………………… BY Messers…………………………………………….
hereinafter called the “TENDERER” (which expression where the context so admits mean
include their agents, Representatives, Successors – in – Office and Assigns).
THE
and
TO AND and in favour of TAMILNADU GENERATION AND DISTRIBUTION CORPORATION LIMITED, a
subsidiary of TNEB Limited, formed on 1st November 2010 under section 131 of the Electricity Act of
2003 and is the successor to erstwhile TAMILNADU ELECTRICITY BOARD, having its office at NPKRR
MAALIGAI, Electricity Avenue, 144, Anna Salai, Chennai - 600 002, herein after called the
“TANGEDCO” (which expression shall where the context so admits mean and include the
successors – in – office and assigns).
WHEREAS the TANGEDCO has called for acceptance of jurisdiction of legal proceedings.
NOW THIS UNDERTAKING WITNESSETH that No suits or any proceedings in regard to any
matter arising in any respect under this contract shall be instituted in any court save in the Civil
court of Chennai or the court of small causes in Chennai. It is agreed that no other court shall
have jurisdiction to entertain any suit or proceedings eventhough part of the cause of action
might arise within their jurisdiction. In case, any part of the cause of action arises within the
jurisdiction of any of the courts in Tamil Nadu and not in the courts of Chennai City, then it is
agreed to between the parties that such suits or proceedings shall be instituted in a court within
Tamil Nadu and no other court outside Tamil Nadu shall have jurisdiction even though any part of
cause of action might arise within the jurisdiction of such courts.
IN WITNESS WHERE OF Thiru………………….. acting for and on behalf of the Tenderer has signed this
deed on the day, month and year herein before first mentioned.
In the presence of Witnesses :
(with complete address)
SIGNATURE
1.
NAME IN BLOCK LETTERS :
SEAL OF THE COMPANY
2.
Sprs/ot-15/CE - 325/P-24
:
:
Download