<<

1

POWERING TAMILNADU’S PROGRESS

TAMILNADU GENERATION AND DISTRIBUTION CORPORATION LIMITED

SPECIFICATION No. DSM - 01 / 2020 - 21

E-TENDER SPECIFICATION FOR Supply, Installation, testing and commissioning of 7W BEE’s 5-star rated LED bulbs, 20W LED Tube Lights and 28W BEE’s 5-star rated Ceiling Fans after releasing the existing inefficient appliances at 127 Nos. Government schools in , ,

DSM – 01 / 2020 -21 2020 01 / – DSM Kanchipuram and districts and at 5 Nos. Government Hospitals in Trichy, Thanjavur and Salem Districts, Funded by Bureau of Energy Efficiency (BEE).

FEBRUARY 2021

OFFICE OF THE CHIEF ENGINEER / DSM

5th FLOOR, EASTERN WING NPKRR MAALIGAI 144, , CHENNAI – 600 002.

2

I N D E X S. Item Description Page No. No. 1. Foreword – Invitation For Bid 3 2. E-Tendering Methodology 7 3. SECTION-I : Earnest Money Deposit 13

4. SECTION-II : Bid Qualifying Requirements. 19

5. SECTION-III : Rejection of Tender. 22

6. SECTION-IV : Instructions to Tenderers 24

7. SECTION-V : Commercial 37 8. SECTION-VI : Technical 76

9. SECTION-VII : Formats 10 SCHEDULE-A : Price Schedule 104

11 SCHEDULE-B : Deviation from Technical Specification. 106

12 SCHEDULE-C : Deviation from Commercial Specification. 107

13 SCHEDULE-D : Statement of Previous POs / Work Orders 108 executed 14 SCHEDULE-E : Declaration Form. 109

15 SCHEDULE-F : Declaration Form. 110 16 SCHEDULE-G : Questionnaire A,B & C (Check List for 112 – BQR, Commercial & Technical Terms) 117 17 SCHEDULE-H : Declaration for Input Tax credit Benefit 118

18 SCHEDULE-I : Guaranteed Technical Particulars 119

19 ANNEXURE - I Undertaking in Lieu of EMD. 122

20 ANNEXURE - II Undertaking towards Security Deposit 125 Cum Performance Guarantee 21 ANNEXURE - III Undertaking towards Jurisdiction for legal 128 Proceedings 22 ANNEXURE - IV Undertaking for payment of dues to 130 TANGEDCO 23 ANNEXURE - V Guarantee Certificate 131

24 ANNEXURE - VI Undertaking for EPF & ESI 132

25 ANNEXURE - VII Work Completion Certificate & Handing 133 over Certificate 26 ANNEXURE- VIII Display Board Content 134

3

TAMILNADU GENERATION AND DISTRIBUTION CORPORATION LTD. SPECIFICATION No. DSM – 01 / 2020 - 21 F O R E W O R D INVITATION FOR BID For and on behalf of TANGEDCO, e-tenders are invited under Open Tender - Single Part system for the following work:

1. Tender Specification : DSM – 01 / 2020 – 21 No. 2. Name of the work : E-Tender for Supply, Installation, testing and commissioning of 3,545 Nos. of 7W BEE’s 5-star rated LED bulbs, 26,222 Nos. of 20W LED Tube Lights and 9,651 Nos. of 28W BEE’s 5-star rated Ceiling Fans after releasing the existing inefficient appliances at 127 Nos. Government Schools in Chennai, Tiruvallur, Kanchipuram and Chengalpattu districts and at 5 Nos. Government Hospitals in Trichy, Thanjavur and Salem Districts. 3. Method of Tender : e-Tender System Online Single Part Tender – Techno- Commercial Bid and Price Bid through https://tntenders.gov.in/nicgep/ app of National Informatics Centre’s (NIC) government portal. 4. Earnest Money : Rs. 3,00,000 /- (Rupees Three Lakh Deposit (EMD) only). EMD can be paid through RTGS/NEFT

or by way of account transfer to TANGEDCO’s account as below: Account No.: 0911101394364 Bank Name : Canara Bank Anna Salai Branch, Rayala Towers, No. 781-785, Anna Salai,Chennai-2. IFSC Code : CNRB0000911

4

5. URL for online bid : https://tntenders.gov.in/nicgep/app submission for e-tender 6. Tender document : 05.02.2021 @ 11.00 Hrs download start date and time 7. Bid submission start : 06.02.2021 @ 11.00 Hrs date and time 8.a Last date & time for : 09.03.2021 @ 12.00 Hrs submission of EMD 8.b Last date & time for : 09.03.2021 @ 12.00 Hrs submission of Sample 9. Bid submission closing : 09.03.2021 @ 14:00 Hrs. date and time 10. Date & time of : 10.03.2021 @ 14.30 Hrs opening of e-tender (techno commercial bids) 11. Specification at : The tender specification will be placed Website on TANGEDCO web site (www.tangedco.gov.in) TN Govt. Website (www.tenders.tn.gov.in) and NIC’s portal (https://tntenders.gov.in/nicgep/app) The prospective bidders may download the same from the web sites free of cost. 12. Documents to be : The Price Bid (BOQ) and all uploaded by the documents scanned in support of the Tenderers during e- following shall be uploaded with the submission bid : 1. EMD. 2. BQR 3. Schedules B to I and other documents whichever is applicable as per the tender Specification requirements. 13. Clarification to be : The Chief Engineer/ Demand Side sought for from Management, TANGEDCO Ltd., 5th Floor, Eastern Wing, NPKRR Maaligai, 144, Anna Salai, Chennai-600 002.

5

E-mail:[email protected] Ph.044-2852 0409 14. Place at which tenders : Executive Engineer / DSM, will be opened TANGEDCO LTD., 3rd Floor, Western Wing, 144, Anna Salai, Chennai- 600002.

NOTE: 1. EMD:

i. EMD can be paid through RTGS/NEFT or by way of account transfer. ii. In case of RTGS/NEFT/Account transfer of EMD amount, the same should be credited to TANGEDCO’s Account before 2 hours of closing time of tender and the scanned copy of the e-transaction receipt/bank account scroll of bidders has to be uploaded. iii. In case of exemption of EMD, attested copy of the proof of exemption along with an undertaking in lieu of EMD and documents in support of investment held in plant and machinery has to be scanned and uploaded. iv. The bids not uploaded with EMD proof as above will be summarily rejected. v. The original undertaking in lieu of EMD in a non-judicial stamp paper in a closed envelope super scribing the Specification number, services offered and due date of submission, should reach the Chief Engineer / DSM, within 1 week from the date of tender opening, failing which the offer will be liable for rejection.

2. In the event of the specified date of opening of bids being declared holiday, the bid shall be opened on the next working day at the same time and venue.

3. Bid document can be downloaded free of cost and submitted online through the website http://tntenders.gov.in/nicgep/app only by those bidders, who are having valid Digital Signature Certificate and the bid document cannot be purchased from the Office of the Chief

6

Engineer/DSM by remitting the cash in the office of the Chief Engineer and no pre request for issue of bid document will be entertained in the Office of the Chief Engineer /DSM.

4. The Contractors who had downloaded the Bid document from the website shall submit the Bid document through NIC Website before the scheduled time of submission. The electronic bidding systems would not allow any late submission of bids.

5. The Tenderers shall ensure whether any Clarification/Amendment/ Corrigendum is issued to the bid, before submission of their Tender, by visiting the respective Website regularly.

6. For other details, refer “Instruction to Bidders” in the tender document. ******

7

E-TENDERING METHODOLOGY

INSTRUCTIONS FOR ONLINE BID SUBMISSION: The bidding under this contract is electronic bid submission though website https://tntenders.gov.in/nicgep/app only. Detailed guidelines for viewing bids and submission of online bids are given on the website. Any citizens or prospective bidders can logon to this website and view the invitation for Bids and can view the details of works for which bids are invited.

REGISTRATION: 1. The prospective bidders can submit bids online, however, the bidders are required to have enrolment/registration in the website by clicking on the link “Online bidder enrolment” which is free of charge. 2. As part of the enrolment process, the bidders are required to choose a unique username and assign a password for their accounts. 3. Bidders are advised to register their valid email address and mobile numbers as part of the registration process. These details would be used for any communication from the e-Portal. 4. Upon enrolment, the bidders are required to register their valid Digital Signature Certificate (DSC) (Class II or Class III Certificates with signing key usage) issued by any Certifying Authority recognized by CCA (e.g. Sify / nCode / eMudhra etc.), with their profile. 5. Only one valid DSC should be registered by a bidder. Please note that the bidders are responsible to ensure that they do not lend their DSC’s to others which may lead to misuse. 6. Bidder then can login to the site through the secured login by entering their user ID / password and the password of the DSC / e-Token.

8

SEARCHING FOR TENDER DOCUMENTS: 1. There are various search options built in the Website, to facilitate bidders to search active tenders by several parameters. These parameters could include Tender ID, organization name, location, date, value, etc. 2. Once the bidders have selected the tenders they are interested in, they may download the required documents/tender schedules. These tenders can be moved to the respective ‘My Tenders’ folder. This would enable the Tamil Nadu Govt. e-Procurement Portal, to intimate the bidders through SMS / e-mail in case there is any corrigendum issued to the tender document. 3. The bidder should make a note of the unique Tender ID assigned to each tender, in case they want to obtain any clarification / help from the Helpdesk.

PREPARATION OF BIDS 1. Bidder should take into account any corrigendum published on the tender document before submitting their bids. 2. Bidders are requested to go through the NIT and the tender document carefully to understand the documents required to be submitted as part of the bid. Please note the number of documents that have to be submitted including the names and content of each of the document that need to be submitted. Any deviations from these may lead to rejection of the bid. 3. Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender document and generally, they can be in PDF / XLS / RAR / DWF/JPG formats. Bid documents may be scanned with 100 dpi with black and white option which helps in reducing size of the scanned document. 4. To avoid the time and effort required in uploading the same set of standard documents which are required to be submitted as a part of every bid, a provision of uploading such standard documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided to the bidders. Bidders can use “My space or “Other

9

Important Documents” area available to them to upload such documents. These documents may be directly submitted from the “My Space” area while submitting a bid, and need not be uploaded again and again. This will lead to a reduction in the time required for bid submission process. 5. The completed bid comprising scanned copy of the proof for the payment of EMD or exemption from payment of EMD and necessary technical and commercial documents should be uploaded on the website along with signed and scanned copies of requisite certificates as are mentioned in the different sections in the tender document.

ELECTRONIC SUBMISSION OF BIDS:

The bidder shall submit online the requirements under EMD, qualification criteria and Technical Documents required and Price Schedule/BOQ. All the documents are required to be signed digitally by the bidder. After electronic online bid submission, the system generates a unique bid reference number which is time stamped. This shall be treated as acknowledgement of bid submission.

NOTE: One hard copy of the electronically submitted bid documents excepting the price schedule shall have to be submitted upon intimation by TANGEDCO after opening of the e-tender.

PROCEDURE FOR SUBMISSION OF BIDS:

i. Bidder should log into the site well in advance for bid submission so that he/she can upload the bid in time i.e. on or before the bid submission time. Bidder will be responsible for any delay due to other issues. ii. The bidder has to digitally sign and upload the required bid documents one by one as indicated in the tender document. iii. Bidder has to select the payment option as “offline” to pay the EMD amount through RTGS/NEFT by way of account transfer as applicable and enter details of the instrument.

10 iv. The scanned copy of e-payment receipt of EMD amount / Proof of exemption of EMD along with Undertaking in lieu of EMD has to be uploaded. The original Undertaking in lieu of EMD in non- judicial stamp paper as mentioned in EMD section of the specification should be posted/couriered/given in person so as to reach the Chief Engineer / DSM, within 1 week from the date of tender opening. The details of the original undertaking in lieu of EMD physically sent, should tally with the details available in the scanned copy and the data entered during bid submission time. Otherwise the uploaded bid will be rejected. TANGEDCO shall not be responsible for any delay in submission of EMD by any mode. v. A BOQ format for the price bid has been provided with the tender document to be filled by all the bidders. Bidders are requested to note that they should necessarily submit their financial bids in the BOQ format provided and no other format is acceptable. Bidders are required to download the BOQ file, open it and complete the coloured (Unprotected) cells with their respective financial quotes and other details (such as name of the bidder). No other cells should be changed. Once the details have been completed, the bidder should save it and submit it online, without changing the file name. If the BOQ file is found to be modified by the bidder, the bid will be rejected. vi. The server time (which is displayed on the bidders’ dashboard) will be considered as the standard time for referencing the deadlines for submission of the bids by the bidders, opening of bids etc. The bidders should follow this time during bid submission. vii. All the documents being submitted by the bidders would be encrypted using PKI encryption techniques to ensure the secrecy of the data. The data entered cannot be viewed by unauthorized persons until the time of bid opening. The confidentiality of the bids is maintained using the secured Socket Layer 128 bit encryption technology. Data storage encryption of sensitive fields

11

is done. Any bid document that is uploaded to the server is subjected to symmetric encryption using a system generated symmetric key. Further this key is subjected to asymmetric encryption using buyers/bid openers’ public keys. viii. The uploaded tender documents become readable only after the tender opening by the authorized bid openers. ix. Upon the successful and timely submission of bids, (i.e. after clicking “Freeze Bid submission” in the portal) the portal will give a successful bid submission message & a bid summary will be displayed with the bid no. and the date & time of submission of the bid with all other relevant details. x. The bid summary has to be printed and kept as an acknowledgement of the submission of the bid. This acknowledgement may be used as an entry pass for any bid opening meetings. xi. Department or Service Provider is not responsible for any failure such as a bad internet connection or power failure outside of their control. The bidder is responsible to ensure they have sufficient time to submit an electronic bid prior to closing date and time including the payment of any fees including the Bid security and getting e-receipt. In case of a failure in the system within the control of the service provider that may affect a bidding process, the contracting authority on his sole discretion will postpone the closing time at least 24 hours from the time of system recovery to allow bidders sufficient time to submit their bids. xii. The TANGEDCO may, at its discretion, extend the deadline for the submission of bids by amending the bidding document, in which case all rights and obligations of TANGEDCO and bidders subject to the previous deadline shall thereafter be subject to the deadline extended.

LATE BIDS: The Electronic bidding system would not allow any late submission of bids after due date and time as per server time.

12

MODIFICATION AND WITHDRAWAL OF BIDS: 1. Bidders may modify their bids online before the deadline for submission of bids. 2. In case a bidder intends to modify his bid online before the deadline, the bidder need not make any additional payment towards the cost of bid processing. For bid modification and consequential re-submission, the bidder is not required to withdraw his bid submitted earlier. Modification and consequential re-submission of bids is allowed any number of times. The last modified bid submitted by the bidder within the bid submission time shall be considered as the bid. For this purpose, modification/withdrawal by other means will not be accepted. The bidder may withdraw his bid by uploading his request before the deadline for submission of bids, however, if the bid is withdrawn, the re-submission of the bid is not possible. 3. Bid can not be modified after the deadline for submission of Bids.

ASSISTANCE TO BIDDERS: 1. Any queries relating to the tender document and the terms and conditions contained therein should be addressed to the Tender Inviting Authority for a tender or the relevant contact person indicated in the tender. 2. Any queries relating to the process of online bid submission or queries relating to CPP Portal in general may be directed to the 24x7 CPP Portal Helpdesk.

13

SECTION – I

EARNEST MONEY DEPOSIT

1) Tenderer should pay the specified amount towards Earnest Money Deposit as follows: Earnest Money Deposit : Rs. 3,00,000/- (Rupees Three Lakh only) 2) The Earnest Money Deposit specified above should be in the form of NEFT/ RTGS/ Account transfer to TANGEDCO’s account as below: Account No. : 0911101394364 Bank Name : Canara Bank Anna Salai Branch, Rayala Towers, No. 781-785, Anna Salai,Chennai-2. IFSC Code : CNRB0000911 3) The scanned copy of proof for payment of EMD (ie. e-payment receipt) has to be uploaded.

4) Scanned copy of the E-receipt duly reflecting the UTR Number shall be uploaded. The EMD amount has to be received in TANGEDCO account through e payment, 2 hours before closing time of tender. EMD amount received beyond tender closing time will be summarily rejected.

5) The EMD will not carry any interest. 6) The Earnest Money Deposit will be refunded to the unsuccessful tenderers on application to the Chief Engineer/DSM after intimation of the rejection / non-acceptance of their tender is sent to them. 7) i) Any other mode of payment of EMD other than NEFT/RTGS/by way of Account transfer shall not be accepted towards EMD and the tenders shall be summarily rejected if EMD is not paid in the prescribed manner. ii) Cheque / Bank guarantee will not be accepted towards EMD. 8) (i) The following categories of Industries are exempted from payment of EMD.

14

a) The Small Scale Industrial Units located within the State and Registered with the Tamil Nadu Small Industries Development Corporation. b) The Small Scale Industrial Units located within the State and Registered with the National Small Industries Corporation. c) The SSI units holding Permanent Registration certificate from the District Industries Centers of Directorate of Industries and Commerce in respect of those items for which the Registration Certificate has been obtained. d) The SSI Units holding Acknowledgement issued for Entrepreneur Memorandum Part-II obtained from the District Industries Centre in respect of those appliances/ services to be provided for which the Registration Certificate/ Acknowledgement has been issued. e) Departments of the . f) Undertakings and Corporations owned by the Government of Tamil Nadu. g) Labour Contract Co-operative Societies registered within Tamil Nadu. h) Tiny Industries classified under S.S.I. registered with the State of Tamil Nadu and registration Certificate issued by the Department of Industries and Commerce/Government of Tamil Nadu in respect of those items for which the Registration Certificate has been issued. i) Small Scale Industrial Units located outside the State and such of those units registered with National Small Industries Corporation in respect of those items covered under Registration Certificate. j) Udyog Aadhar Memorandum (UAM) Submitted by bidders shall also be accepted for permitting EMD exemption in respect of SSI units while participating in TANGEDCO tenders. (ii) SSI units having provisional registration certificate are not eligible for exemption. 9) Those tenderers who are exempted from payment of EMD, shall upload in lieu of EMD an undertaking in a non-judicial Stamp paper

15

of value not less than Rs.100/- (Rupees One hundred only) in the form as per Annexure-I to the effect to pay as penalty an amount equivalent to EMD in the event of non-fulfillment or non- observance of any of the conditions stipulated in the tender consequent to such breach of tender. The original undertaking in lieu of EMD in a non-judicial stamp paper of value not less than Rs.100/- in a closed envelope super scribing the Specification number, services offered and due date of submission, should reach the Chief Engineer / DSM, within 1 week from the date of tender opening. The State Government, Public Sector Undertakings who are exempted from payment of EMD should also pay as penalty an amount equivalent to the amount fixed as EMD in the event of non-fulfillment or non-observance of any of the conditions stipulated in the tender.

10) Classification of Enterprises: An enterprise shall be classified as a micro, small or medium enterprises on the basis of the following criteria, namely:-

(i) a micro enterprise, where the investment in plant and machinery or equipment does not exceed one crore rupees and turnover does not exceed five crore rupees; (ii) a small enterprise, where the investment in plant and machinery or equipment does not exceed ten crore rupees and turnover does not exceed fifty crore rupees; and (iii) a medium enterprise, where the investment in plant and machinery or equipment does not exceed fifty crore rupees and turnover does not exceed two hundred and fifty crore rupees.

11) Calculation of Turnover: A certificate from Chartered Accountant shall be furnished along with the bid from the bidders whose turnover includes export proceeds, for ascertaining the turnover achieved on export of goods or services or both and included in the total turnover.

16

12) Calculation of Investment: The investment value in Plant and Machinery for the purpose has to be certified by a Chartered accountant and the same is to be uploaded in the bid in case the bidder claims EMD exemption.

13) Registration of existing enterprises: i. All existing enterprises registered under EM-Part-II or UAM shall register again on the Udyam Registration portal on or after the 1st day of July, 2020. ii. All enterprises registered till 30th June, 2020, shall be re- classified in accordance with the said notification. iii. The existing enterprises registered prior to 30th June, 2020, shall continue to be valid only for a period up to the 31st day of March, 2021. iv. An enterprise registered with any other organisation under the Ministry of Micro, Small and Medium Enterprises shall register itself under Udyam Registration Portal.

14) Conditions for rejection of bids: a) TENDERS RECEIVED WITHOUT UNDERTAKING IN LIEU OF EMD WILL BE SUMMARILY REJECTED. b) Tender will be rejected if the undertaking is not signed / authenticated in all pages of undertaking. c) Signature of witnesses should be affixed at the end of undertaking along with details of name and address.

15) Small Scale Industries registered with the Tamil Nadu small Industries Development Corporation or with National Small Industries Corporation or holding Entrepreneur Memorandum Part-II or acknowledgement for the Entrepreneur Memorandum Part-II issued by DIC or holding Udyog Aadhar Memorandum, for small scale industrial unit for subject appliances specifying capacity for which they are permitted to manufacture and the period of validity of the certificate shall upload attested Photo copy of Registration Certificate/ Acknowledgement as proof

17

of eligibility for exemption from payment of EMD. It is to be noted that under taking given towards exemption of EMD shall not be accepted if, i) the relevant subject appliances specifying capacity which they are permitted to manufacture is not specified in the SSI/NSIC certificate

ii) the relevant services or repairs or reconditioning works on equipments with the specified capacity they are permitted to carryout is not specified in the SSI/NSIC certificate and

And on non-acceptance of undertaking for exemption of EMD, the offer of the bidder shall be summarily rejected.

16) Others viz. Central and other State Government Departments/ Undertakings and Corporations other than those in Tamil Nadu shall have to pay Earnest Money Deposit and Security Deposit. 17) The tenderers shall upload the audited attested copy of Profit and Loss account/Balance Sheet and Certificate from a Chartered accountant certifying the value of Plant and Machinery and Annual Turnover along with 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 paying EMD. 18) In case the Annual Turnover and the investment held by them in Plant and Machinery as per their financial statement of Accounts exceeds the prescribed limit, 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 paying EMD for SSI Units shall not be extended. 19) 1) The following should be uploaded by the tenderer during submission of Techno-commercial bid for payment of EMD failing which the offer will be SUMMARILY REJECTED .

18

i) The e-receipt of payment of EMD through NEFT/RTGS/ by way of Account transfer. ii) The attested copy of proof of exemption of EMD with an undertaking in lieu of EMD and documents in support of Annual Turnover and investment held in plant and machinery. 2) The original undertaking in lieu of EMD in a non-judicial stamp paper of value not less than Rs.100/- in a closed envelope super scribing the Specification number, services offered and due date of submission, should reach the Chief Engineer / DSM, within 1 week from the date of tender opening, failing which the offer will be liable for rejection. TANGEDCO shall not be responsible for any delay in submission of EMD by any mode. 20) The Earnest Money Deposit made by Tenderer will be forfeited after e-tender opening if: (a) he withdraws his tender or backs out after acceptance. (b) he withdraws his tender before the expiry of validity period stipulated in the Specification or fails to remit the Security Deposit. (c) he violates any of the provisions of these regulations contained herein. (d) he revises any of the terms quoted during the validity period. (e) 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 tenderers will be forfeited in addition to blacklisting them for future tenders/contracts in TANGEDCO.

******

19

SECTION – II BID QUALIFICATION REQUIREMENTS (BQR) The BIDDER shall become eligible to bid on satisfying the following “BID QUALIFICATION REQUIREMENT”.

1.0. The bidder should be either

a. A Original Equipment Manufacturer (OEM) of all the three tendered items being manufactured in India. Necessary proof for being the Original Equipment Manufacturer viz., Manufacturing License, SSI Certificate, NSIC Certificate, ISO Certificate, UAM, BIS License, Purchase Orders etc., should be uploaded along with the tender. OR

b. An authorised dealer or authorised distributor of the Original Equipment Manufacturer (OEM) of the tendered items. A copy of the dealership / distributor certificate issued by the OEMs, should be uploaded along with the tender. OR [ c. Any Company or Firm engaged in Civil / Electrical contract works, registered with State or Central Government departments/Power Utilities and authorized by OEMs of the tendered item. The authorisation letter from the OEM and the valid registration Certificate issued by the State or Central Government departments/Power Utilities should be uploaded along with the tender. OR d. An Energy Service Company (ESCO) authorized by Bureau of Energy Efficiency (BEE) and authorised by the OEMs. The authorisation letter from the OEMs and the valid ESCO Grade Certificate issued by the BEE, GOI, MoP should be uploaded along with the tender.

In respect of bidders in the categories (b), (c) and (d) above, the OEMs who supply each of the tendered items, should be the manufacturer of the respective tendered item being manufactured in India. Necessary proof for being the Original Equipment Manufacturer viz., Manufacturing License, SSI Certificate, NSIC Certificate, ISO Certificate, UAM, BIS License, Purchase Orders etc., should be uploaded along with the tender.

20

e. If the Bids are received through consortium, the same will not be considered and the bids will be rejected.

2.0 a) Either the bidder or the OEM who have authorized the bidder, should have supplied, installed & commissioned atleast

i) a cumulative quantity of 2900 nos. of LED Luminaires such as LED Street lights / LED Bulbs / LED Tube lights or any other LED lamps of the same OEM mentioned against BQR(1), and ii) 950 Nos. of Ceiling Fans of the same OEM mentioned against BQR(1)

to any State / Central Govt. Power Utilities or State/Central Govt. Organizations / Undertakings or Public sector undertakings or Private Organisations during the preceding Ten years as on the date of tender opening. Photo copies of Purchase Order should be uploaded as evidence.

b) The quantity of Electrical appliances supplied and commissioned in BQR 2.0 (a) above, should have served for a minimum period of one year satisfactorily as on date of tender opening during any time within the preceding ten years. The bidders should upload the end user certificate for the same P.O furnished in the BQR 2.0 (a) above. The end user certificate should necessarily contain the date of supply, date of commissioning and date of issue of end user certificate specifically to ascertain the period of satisfactory performance.

3.0. Annual turnover of the Bidder shall be more than Rs. 83,00,000/- (Rupees Eighty Three Lakhs only) in any one of the last three financial years preceding the year 2020-21 (2017- 18, 2018-19 and 2019-20). In case of bidders who happen to be the companies registered under companies Act 1956, attested copy of the Audited financial statements like, profit and loss A/c and balance sheet for the immediately preceding 3 years (2017- 18, 2018-19 and 2019-20) may be furnished and in case of others, the Annual turnover certified by the practicing chartered Accountant or attested copy of income tax statements for all the preceding three years should be enclosed as documentary proof of turnover.

21

4.0. Copy of Type Test Certificates in full shape covering all the tests as per relevant IS standard / equivalent International standard of latest revision thereof, obtained from a Govt. recognized Lab /NABL accredited standard laboratories and conducted not earlier than five years and valid, as on the date of tender Opening shall be submitted along with the tender, for all the tendered items.

Note: 1. The bidders should upload the documentary evidences for the above along with the offer only. All the above documents shall be duly attested by a competent authority like Notary public, Gazetted officer etc. The offers submitted without attestation as mentioned above will be summarily rejected. If any clarification or need arises in the end user certificate, it may be obtained separately by the tender inviting authority.

2. The offer of the bidders who have stated to be previous suppliers to TNEB/TANGEDCO/TANTRANSCO will be considered for further evaluation, even though they have not uploaded copies of Purchase order/end user certificate after ensuring with concerned purchase order placing authorities.

THE OFFERS OF BIDDERS NOT SATISFYING THE ABOVE “BID QUALIFICATION REQUIREMENTS” WILL BE SUMMARILY REJECTED.

*****

22

SECTION – III

REJECTION OF TENDERS

I. Tender will be SUMMARILY rejected if (a) The EMD requirements are not complied with. (b) Bid Qualification Requirements are not fully met. (c) Received by Telex / Telegram / E-Mail / Fax / in person. (d) Non-submission of Samples within the due date stipulated. (e) Bids received from Consortium.

II. Tender is LIABLE to be rejected, if it is: (a) Not covering the entire scope of Work. (b) If the declarations as specified in Schedule ‘E’ and Schedule ‘F’ are not signed and enclosed. (c) With validity period less than that stipulated in this specification (d) Not in conformity with TANGEDCO’s Commercial terms and Technical Specification (Sections - V & VI). (e) Received from a tenderer who is directly or indirectly connected with Government Service or Board Service or Service of local authority. (f) Documents furnished by the Tenderers along with their offer being found to be bogus or contain false particulars. (g) From any black listed Firm or Contractor. (h) Questionnaire as per Schedule-G is not duly filled up and properly signed by the tenderer. (i) From a tenderer whose past performance/Vendor rating is not satisfactory. (j) Not containing all required particulars as per Schedules. (k) Submission after the expiry of the due date and time. (l) Not furnished the GSTIN Nos. in the offers. (m) Not furnished the HSN Code and SAC Code in the offers. (n) Not furnished the separate main EPF & ESI code number. (o) Even though the Bidder meets the qualifying criteria, they are subject to disqualification if they have record of poor performance

23

such as abandoning the works, not properly completing the contract, inordinate delays in completion, litigation history or financial failures etc. (p) the original undertaking in lieu of EMD in a non-judicial stamp paper of value not less than Rs.100/- is not received within 1 week from the date of tender opening.

III. Tenderers shall furnish the Guaranteed technical particulars as per Schedule I along with the tender to avoid rejection. ** ** **

24

SECTION – IV

INSTRUCTIONS TO TENDERERS

1.1 E-tender in SINGLE Part System i.e. Technical Bid with Commercial terms and Price Bid will be received through e-tendering for and on behalf of TAMILNADU GENERATION AND DISTRIBUTION CORPORATION LIMITED, herein after referred as TANGEDCO, so as to upload on or before the due date.

All the tenders shall be uploaded and submitted strictly in accordance with the instructions set forth herein. THE TENDERERS WHO DO NOT FULFILL THE “BID QUALIFICATION REQUIREMENTS “AS PER SECTION – II NEED NOT PARTICIPATE IN THE TENDER. OFFERS NOT SATISFYING THIS "BID QUALIFICATION REQUIREMENTS” WILL NOT BE CONSIDERED AND WILL BE SUMMARILY REJECTED. 1.2 The tender documents are available in TANGEDCO web site (www.tangedco.gov.in), in Tamil Nadu Government website (www.tenders.tn.gov.in)and https://tntenders.gov.in/nicgep/app. The prospective bidders may get the Specification by down loading from the web site free of cost. 1.3 The tenderers who have downloaded the specification from the above TANGEDCO / Government / NIC websites shall ensure whether any clarification/ amendment is issued to the specification, before submission of their tender, by visiting the websites. 1.4 Tamil Nadu Transparency in Tenders Act 1998 and the Tamil Nadu Transparency in Tender Rules 2000 and subsequent amendments thereof are applicable to this Tender.

2.0. SCOPE OF WORK:

The scope of work involves Supply, installation, testing and commissioning of 7W BEE’s 5-Star rated LED Bulbs, 20W LED

25

Tube Lights and 28W BEE’s 5-Star rated 48” (1200 mm) Ceiling Fans (BLDC) with all associated works after releasing the existing various types of CFL bulbs, conventional Tube lights and Ceiling fans in 127 Nos. Government Schools in Chennai, Tiruvallur, Kanchipuram and Chengalpattu Districts of Tamil Nadu and at 5 Nos. Government Hospitals in Trichy, Thanjavur and Salem Districts.

2.1. Tenderers are requested to inspect the site positively before tendering so as to obtain additional information if any.

2.2. The tenderers alone will be responsible for all the consequences for ignoring the advice of site visit and TANGEDCO will in no way be liable for any claim on this ground at a later date.

2.3. The tenderers are requested to contact Chief Engineer/DSM regarding further technical details and field visit to inspect the site. 2.4. The scope of work is given in detail in Section – VI.

3.0. SUBMISSION OF TENDER OFFER : 3.1. The tenderer is expected to examine all instructions terms and Schedules detailed in the Specification and submit the Schedule of prices and other required particulars in the schedules, only as per the formats prescribed, herein.

3.2. QUESTIONNAIRE FILLING:

A Questionnaire is appended as Schedule-G (A, B & C) in this specification for Bid Qualification Requirements, Commercial and Technical details. It is obligatory on the part of the tenderer to furnish all details as per the "Questionnaire". In case, this is not filled up and signed at the bottom of each page of the questionnaire and enclosed with the offer, the Bid will be liable for rejection.

4.0. SUBMISSION OF TENDERS:

SINGLE PART TENDER: The e-Tenders shall be in Single Part as detailed below.

26

Bid shall contain: (a) Proof for payment of EMD/Exemption from payment of EMD and Undertaking in lieu of EMD in case of EMD exemption. (b) Documentary evidences to satisfy the Bid Qualification Requirement and all required technical and commercial documents as required in the Specification. (c) PRICE BID (BOQ).

4.1. The Tender Offer consisting of Schedules - B to I should be filled up and signed by the Tenderer or any person holding Power of Attorney authorizing him to sign on behalf of the Tenderer before submission of the Tender. The date of signature should invariably be indicated.

4.2. In the event of tender being submitted by other than a firm, it must be signed by a partner (copy of partnership deed should be uploaded) and in the event of the absence of any Partner, it shall be signed on his behalf by a person holding a Power of Attorney authorizing him to do so, Certified copies of which shall be uploaded.

4.3. Tender submitted on behalf of companies registered under the Indian Companies Act, shall be signed by person duly authorized to submit the tender on behalf of the company and shall be accompanied by certified true copies of the resolutions, extracts of the Articles of Association, special or general Power of Attorney etc to show clearly the title, authority and designation of persons signing the tender on behalf of the company. The tenderer should furnish the GSTIN numbers in the offer.

4.4. Modifications/Clarifications to Tender Documents:

4.4.1. At any time after the commencement of e-Tender and before the closing of the event, TANGEDCO may make any changes, modifications or amendments to the tender documents and same will be intimated to the concerned Vendors through corrigendum which can be downloaded from the Vendor login .

27

4.4.2.In case any tenderer asks for a clarification to the tender documents before 48 hours of opening of tenders, the CE/DSM/TANGEDCO/ Chennai-2 will clarify the same.

4.4.3.If any tenderer raises clarifications after the opening of the tender, the clarified reply issued by the Chief Engineer/DSM, TANGEDCO, Chennai- 600 002 on the clarifications will be final and binding on the Tender.

4.5. All tender offers shall be prepared by typing or printing in the formats enclosed with this specification.

4.6. All information in the tender offer shall be in ENGLISH only. It shall not contain interlineations, erasures or over writings except as necessary to correct errors made by the tenderer. Such erasures or other changes in the tender documents shall be attested by the persons signing the tender offer.

4.7. If the tenderer finds discrepancies/omissions or any ambiguity in any of the terms and conditions stipulated in this specification, he shall get it clarified, in writing at least 48 Hours before opening of the tender, from the Chief Engineer/ DSM, TANGEDCO, 5th Floor, Eastern Wing, NPKRR Maaligai, Electricity Avenue, 144, Anna Salai, Chennai – 600 002. All such clarifications/interpretations shall form a part of specification. Verbal clarifications and information obtained by the tenderer shall not in any way be binding on the TANGEDCO. If this is not done and subsequent to the opening of the tenders, it is found that the doubt about the meaning or ambiguity in the interpretation of any of the terms and conditions stipulated in the specification are raised by the tenderer, either in this tender or by a separate letter, the interpretation or clarification issued by the Chief Engineer / DSM, TANGEDCO Limited, Chennai–2, on such of those terms and conditions of the Tender Document as may be raised by the tenderer shall be final and binding on the tenderer.

28

4.8. It will be the responsibility of such tenderer to fully be informed himself of all local conditions and factors which may have any effect on the equipments/appliances/execution of works covered under these specification and documents.

4.9. It must be understood and agreed that such factors are properly investigated and considered while submitting the proposals. No claim for financial adjustment to any tender awarded under this specification and document will be permitted by the TANGEDCO. Neither any change in the time schedule of the tender nor any financial adjustment arising thereof shall be permitted by the TANGEDCO, which are based on the lack of such clear information or its effect on the cost of the "Works/supply" to the tenderer.

5.0. QUOTATION OF RATES:

5.1. Rates shall be quoted for Supply, installation, testing and commissioning of 7W BEE’s 5-star rated LED bulb, 20W LED four feet Tube Light and 28W BEE’s 5-star rated Ceiling Fans (BLDC) with all associated items after releasing the existing various types of conventional bulbs, Tube lights and Ceiling fans in the prescribed format. 5.2. Rates should be quoted figures i.e., integers only. 5.3. Offers giving lumpsum price, without giving their breakup as per details required in the attached Price Schedule-A shall be liable for rejection.

6.0. PRINTED TERMS AND CONDITIONS IN TENDERS:

Supplier's printed terms and conditions will not be considered as forming part of the tender under any circumstances.

7.0. INCOMPLETE TENDERS: Tender, which is incomplete, obscure or irregular is liable for rejection. 8.0. AMBIGUITIES IN CONDITIONS OF TENDERS:

In the case of ambiguous or contradictory terms / conditions mentioned in the bid, interpretation as may be advantageous to

29

the purchaser may be taken without any reference to the Tenderer.

9.0. The tender offer shall contain full information asked for in the accompanying schedules and elsewhere in the specification.

10.0. Tenderers shall bear all costs associated with the participation in the e-Tender and the purchaser will in no case be responsible or liable for these costs.

11.0. No offer shall be withdrawn by the Tenderer in the interval between the deadline for submission and the expiry of the period of validity specified / extended validity of the tender offer.

12.0. No tender offer shall be allowed to be modified subsequent to the deadline for submission of tender offers.

13.0. Tenders received from Agents will not be considered.

14.0. The Tenderers are requested to furnish the exact location of their factories with detailed postal address and pin code, telephone and Fax Nos. etc in their tenders so as to arrange inspection by the TANGEDCO, if considered necessary.

15.0. TENDER OPENING:

15.1 OPENING OF COMMERCIAL, TECHNICAL AND PRICE BIDS (SINGLE PART):

The Tender offers including Technical & Commercial Bid and the Price Bid will be opened electronically at 14.30 Hrs. on the date notified at the Office of the Chief Engineer/ DSM, 5th Floor, Eastern Wing, NPKRR Maaligai, 144, Anna Salai, Chennai-600 002, through https://tntenders.gov.in/nicgep/app at scheduled date and time and this could be viewed by bidders online on the date and time mentioned as above. 15.2. In all cases, the amount of bid security and validity of the bid shall be scrutinized. Receipt of original instrument of bid security shall be confirmed by the Employer. Thereafter, the bidders’ names, the presence or absence of Bid security and such other

30

details as the Employer may consider appropriate, will be recorded as bid opening summary and the same will be uploaded on the e-procurement portal after the bid opening.

15.3. The Bidders’ names, the Bid prices and such other details as the Employer may consider appropriate, will be recorded as bid opening summary and uploaded by the Employer on the e- procurement portal. Any bid price, which is not submitted through the e-procurement system, will not be taken into account in Bid Evaluation. 15.4. If the date set for tender opening happens to be a holiday, the tenders will be opened on the succeeding working day without any changes in the timings indicated.

16.0. INFORMATION REQUIRED AND CLARIFICATIONS:

16.1 In the process of examination, evaluation and comparison of tender offers, the TANGEDCO may at its discretion, ask the Tenderer for a clarification of his offers. All responses to requests for clarifications shall be in writing to the point only. No change in the price or substance of the offer shall be permitted.

16.2. The TANGEDCO will examine the tender offers to determine whether they are complete, whether any computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed and whether the offers are generally in order.

16.3. The Tender offers shall be deemed to be under consideration immediately after they are opened and until such time official intimation of award / rejection is made by the Tender Accepting Authority to the tenderers.

16.4 The Tenderers shall not make attempts to establish unsolicited and unauthorized contact with the Tender Inviting Authority, Tender Accepting Authority or Tender Scrutiny Committee after the opening of the tender and prior to the notification of the award and any attempt by any tenderers to bring to bear

31

extraneous pressures on the Tender Accepting Authority shall be sufficient reason to disqualify the tenderer.

16.5 After acceptance of the tender by the Tender Accepting Authority, the details will be arranged to be published in the Tender Bulletin of Tamil Nadu Government.

16.6 Mere submission of any Tender offer connected with these documents and Specification shall not constitute any agreement. The tenderer shall have no cause of action or claim, against the TANGEDCO for rejection of his offer. The TANGEDCO shall always be at liberty to reject or accept any offer or offers at its sole discretion and any such action will not be called into question and the Tenderer shall have no claim in that regard against the TANGEDCO.

17.0 EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS: 17.1. Prior to the detailed evaluation of Bids, the Employer will determine whether each Bid (a) meets the eligibility criteria, (b) has been properly signed, (c) is accompanied by the required securities and documents and (d) is substantially responsive to the requirements of the Bidding documents. 17.2. A substantially responsive Bid is one which conforms to all the terms, conditions, and specifications of the Bidding document, without appliances deviation or reservation. A appliances deviation or reservation is one (a) which affects in any substantial way the scope, quality, or performance of the works; (b) which limits in any substantial way, inconsistent with the Bidding documents, the Employer’s rights or the Bidder’s obligations under the Contract; or (c) whose rectification would affect unfairly the competitive position of other Bidders presenting substantially responsive Bids. 17.3. If a Bid is not substantially responsive, it will be rejected by the Employer, and may not subsequently be made responsive by

32

correction or withdrawal of the non-conforming deviation or reservation.

18.0. CORRECTION OF ERRORS: The e- Procurement system automatically calculates the total amount from the unit rates and quantities and the system also automatically populates the amount in words from the amount in figures and therefore there is no scope of discrepancy and need for arithmetic correction.

19.0. EVALUATION AND COMPARISON OF THE TENDER OFFERS:

19.1. The tenders will be evaluated strictly as per the Tamil Nadu Transparency in Tenders Act, 1998 and the Tamil Nadu Transparency in Tender Rules, 2000 and its subsequent amendments till date.

19.2. The tender offers received will be examined to determine whether they are in complete shape, all required Data have been furnished, properly signed and generally in order and conforms to all the terms and conditions of the Specification without any deviation.

19.3. For the purpose of evaluation of tender offers, the following factors will be taken into account for arriving the evaluated price:

a) The rate of CGST, SGST, and IGST as applicable both in percentage and amount shall be indicated in the offer along with HSN code for the materials and SAC (Service Accounting Code) for the labour. b) The evaluated price shall be arrived in compliance with the provisions of GST on the Transaction value i.e. (Ex works price of Appliances + P&F+ Freight and Insurance + Labour charges) + GST.

c) Since GST is enacted wherein all taxes & duties are subsumed, price evaluation shall be inclusive of applicable

33

GST in all cases, i.e. even if the bidders are only within the State or if the bidders are within the state and outside TN.

19.4. Tenderers shall quote for all the tendered items to have a composite offer for evaluation. The scope of work includes the releasing of existing inefficient appliances and fixing of new energy efficient appliances in the same place. Hence the TOTAL PRICE (Total Price for supply of all three appliances + Total Labour Cost for releasing of existing appliances and installation, testing and commissioning of supplied appliances) shall be taken into account to arrive the L1 Tenderer. 19.5. The price quoted for the works will be arrived at as detailed in Clause 19.3. From this arrived rates, the lowest offer will be considered.

19.6. The rates quoted by the eligible lowest tenderer in the open tender shall be compared with the prevailing market rate and the rates of previous period and if the Tender Accepting Authority is of the view that the quoted rates are too high, the rates will be negotiated and the rate will be determined. All eligible bidders who accept the rate shall be enlisted. 19.7. Offers will be evaluated as a whole and not item wise.

20.0 VALIDITY:

20.1. The tender offer shall be kept valid for acceptance for period of 90 days from the date of opening of offers. The offers with lower validity period are liable for rejection.

20.2. Further, the tenderer shall agree to extend the validity of the Bids without altering the substance and prices of their Bid for further periods, if any, required by the TANGEDCO.

21.0 RIGHTS OF THE TANGEDCO: Notwithstanding anything contained in this Specification, the TANGEDCO reserves the rights : 21.1 To Accept the lowest eligible tender

34

21.2 To recover losses, if any, sustained by TANGEDCO, from the successful tenderer who pleads his inability to execute the Works Contract and backs out of his obligation after award of contract. The Security deposit paid shall be forfeited.

21.3 To cancel the orders for not keeping up the delivery schedule. 21.4 To vary the quantity finally ordered to the extent of 25% either way of the quantity indicated in the Tender document, as the quantity indicated in the schedule of requirement is approximate.

21.5. To vary the completion period / delivery period based on the requirement and contingencies at the time of placing the Works contract.

21.6. To reject any or all the tenders or cancel without assigning any reasons thereof.

21.7. To relax or waive or amend any of the conditions stipulated in the tender Specification wherever deemed necessary in the best interest of the TANGEDCO.

21.8. After negotiation with the tenderer and before placing the order accepting the tender, if the tender accepting authority decides that the price quoted by such tenderer is high, the tender is liable for rejection.

21.9. The purchaser reserves the right to request for any additional information and also reserves the right to reject or accept the proposal of any tenderer, if in the opinion of the purchaser, the qualification data is incomplete or in the opinion of the TANGEDCO the bidder is found not qualified to satisfactorily perform the contract.

22.0. DEVIATIONS:

22.1. The tenderer shall furnish, if there are any deviations in the commercial and technical terms in the Schedules B & C. Deviations mentioned elsewhere will not be considered. If no deviations are furnished in said schedules, it will be construed that the tenderer is accepting all terms specified in the

35

specification. Similarly, if any deviations are furnished in the said schedules, it will be construed that these are the only deviations and the tenderer is accepting all other terms of the specification and the offer will be taken for evaluation accordingly.

22.2 The offers of the Tenderers with Deviations in Commercial terms and Technical Terms of the Tender Document are liable for rejection.

22.3. No alternate offer will be accepted.

23.0. PROCESS TO BE CONFIDENTIAL: Information relating to the examination, clarification, evaluation, and comparison of Bids and recommendations for the award of a contract shall not be disclosed to Bidders or any other persons not officially concerned with such process until the award to the successful Bidder has been announced. Any effort by a Bidder to influence the Employer’s processing of Bids or award decisions may result in the rejection of his Bid.

24.0 BAR OF JURISDICTION: Save as otherwise provided in Tamil Nadu Transparency in Tender Act 1998 no order passed or proceeding taken by any officer or authority under this Act shall be called in question in any Court, and no injunction shall be granted by any court in respect of any action taken or to be taken by such officer or authority in pursuance of any power conferred by or under the above Act.

25.0 APPEAL: Any tenderer aggrieved by the order passed by the Tender accepting Authority under Section-10 of the Tamil Nadu Transparency in Tenders Act 1998 may appeal to the Government within 10 (Ten) days from the date of receipt of order.

36

26.0. Permanent Account Number (PAN) and GSTIN Registration number: The tenderers are requested to furnish the Permanent Account Number and GSTIN Registration number in their offer.

27.0 The tenderer who is an industrial company shall state clearly whether the company is a potentially sick Industrial Company in terms of Section 23 or 25 of the Sick Industrial Companies act 1985.

** ** **

37

SECTION : V COMMERCIAL 1.0. PRICE :

1.1. The Tenderers are requested to quote only FIRM Price valid for the entire duration of contract or any extension thereof. 1.2. The rates quoted should be inclusive of all incidental expenses for carrying out subject work. All the expenses to be incurred by contractor are required to be included to the extent they are charged for to arrive the contract value i.e. transaction value. The applicable GST shall be worked out on the transaction value only. 1.3. The L1 tenderer shall furnish the declaration in respect of passing of Input Tax Credit (ITC) benefit in the format as stipulated in SCHEDULE H of this specification. Further in the event if the L1 tenderer specifies the ITC benefit as nil, the same shall be supported with certificate from the Chartered Accountant.

1.4. The prices including material cost and labour charges along with the respective taxes shall be furnished separately for each item of work, as per format for price given in Schedule A. 1.5. The prices quoted should be Unit all inclusive price including Ex-works price, Packing and Forwarding, Freight and Insurance charges to cover transit risk and storage risk at site, for delivery at the selected Schools in the districts of Chennai, Tiruvallur, Kanchipuram and Chengalpattu and selected Government Hospitals in the districts of Trichy, Thanjavur and Salem, including unloading at site for the supply portion of the work. The releasing and installation portion of works should include Labour charges for releasing the existing inefficient appliances, installation of new appliances, testing and commissioning, insurance towards risk during installation, testing & commissioning till handing over to the School / Hospital / PWD Authorities.

38

1.6. Applicable GST (CGST, SGST or IGST) shall be quoted separately. A format for price is given in Schedule `A’ and the price shall be quoted online in the BOQ (Price schedule) in .xls format. 2.0. Goods and Services Tax [GST]:

i. Goods and Services Tax [GST] as a modern law, has been brought after Article 366(12A) of the Constitution as amended by 101 st Constitutional Amendment Act, 2016. GST is an indirect tax system, commonly used by both the Central Government and the State/UT to final consumption with credit of taxes paid at previous stages available as set off. In a nutshell, only value addition will be taxed and burden of tax Governments on goods and services. GST is a destination based tax on consumption of goods and services. It is proposed to be levied at all stages right from manufacture up is to be borne by the final consumer. GST

has been rolled out w.e.f. 01.07.2017, across India.

ii. The GST to be levied by the Centre on intra-State supply of goods and / or services would be called the Central GST (CGST) and that to be levied by the States/ Union territory would be called the State GST (SGST)/ UTGST. Similarly, Integrated GST (IGST) will be levied and administered by Centre on every inter-state supply of goods and services.

iii. Any supplier of goods and service Provider of services who makes a taxable supply with an aggregate turnover of over Rs.20 lakhs in a financial year is required to obtain GST registration. In special category states, the aggregate turnover criteria are set at Rs.10 lakhs. In simple words every business whose taxable supply of goods or services under GST (Goods and Service Tax) and whose turnover exceeds the threshold limit of Rs. 20 lakhs / 10 Lakhs as applicable will be required to register as a normal taxable person.

iv. GST Registration Number: TANGEDCO has migrated into GST regime on 15.06.2017 by duly uploading various mandatory data

39

as required by the GST portal. The provisional ID issued to TANGEDCO is 33AADCT4784E1ZC. The details are also posted in TANGEDCO web portal. v. GST Registration Number or GSTIN is 15 Digit identification number which is allotted to each applicant who applied for GST Registration. GST Number is completely based on the Pan Number and State code. First two digits represent the state code and another 10 digit represent the PAN number of the client, one digit represent the entity code (Like proprietorship or partnership etc), one digit is blank and last one is representing check digit. vi. Transaction Value: The value of supply of goods or services or both shall be the transaction value, which is the price actually paid or payable for the said supply of goods or services or both where the supplier and the recipient of the supply are not related and the price is the sole consideration for the supply. Sec 15(1) states that value of supply of goods and service shall be the transaction value i.e. the price actually paid or payable. The conditions for accepting the transaction value are -

a) Supplier and the recipient of the supply are not related.

b) Price is the sole consideration for the supply. vii. Composition Scheme: Composition scheme specifies that registered person whose turnover in the preceding financial year is below certain specified limit (Currently RS.75 lakhs) may intimate the proper officer to pay in lieu of tax payable by him an amount calculated at such rate may be specified.

Eligibility for composition scheme: Sec10(2) of the central Goods and Services Tax Act, 2017 states that the registered person shall be eligible to opt under sub- section (1), if-

a) He is not engaged in the supply of services other than supplies referred to in clause (b) of paragraph 6 of Schedule II;

40

b) He is not engaged in making any supply of goods which are not leviable to tax under this Act;

c) He is not engaged in making any inter-State outward supplies of goods;

d) He is not engaged in making any supply of goods through an electronic commerce operator who is required to collect tax at source under section 52; and

e) He is not a manufacturer of such goods as may be notified by the Government on the recommendations of the Council. viii. Supply of Service and Goods: When there is a combined supply of many goods / services, it has to be determined whether it is a Composite supply or mixed supply of goods or services

(a) COMPOSITE SUPPLY: A composite supply is one where all the goods or services or a combination has to supplied together i.e., naturally bundled and there would be a Principal Supply that could be identified (Ex. Supply of Machinery with packaging, insurance and freight – the principal supply is machinery). In this case, the rate of principal supply will be applied on entire value.

(b) M I X E D S U P P L Y: A mixed supply is one where the goods or services or a combination thereof which could be individually supplied (like Pizza and Coke) but sold together at a single price. In this case, the highest rate to the good in that mix is applied on all the goods. The GST shall be applicable at appropriate prevailing rates as notified by GST Act. In the event of delay in execution of contract, the GST rate prevailing on the scheduled period or on the actual date of execution, whichever is less only will be admitted.

The bidders should have registered under GST Act and furnish GSTIN. In the event of contractor is within TN, SGST & CGST shall apply and if the contractor is outside TN, IGST shall apply.

41

2.1. Goods and Services Tax:

2.11 The Goods and Services Tax will be paid extra as applicable. The amount of CGST, SGST, and IGST as applicable shall be indicated in percentage payable and amount separately in the tender offer.

2.12 It is the responsibility of the tenderer to make sure about the correct rates of tax leviable on the appliances at the time of tendering. If the rates assumed by the Tenderer in the price bid are lesser / higher than the current rates prevailing at the time of tendering, the same will be corrected to applicable rate for price evaluation. 2.13 Any increase in GST due to statutory Variation within the contract delivery date shall be considered by the TANGEDCO Ltd. Besides, any decrease in rate of GST within the contract delivery period will also be considered while releasing payments.

2.14 In case of delayed delivery/completion, the GST prevailing on the actual date of delivery/completion or on the last day of the contractual delivery/completion period whichever is LESS will be admitted. For both the cases, the supplier shall furnish documentary evidence while submitting the bills for payment.

2.2 TDS UNDER GST:

2.21 As per the provisions of the GST Act, the TDS under GST would be deducted at the rate of 2% (CGST @1% and SGST @ 1%) or IGST @ 2% from the payment made or credited to the supplier of taxable goods or service or both where the total value of the taxable supply under a contract exceeds Rs 2,50,000/-. Once the taxable value of the contract exceeds Rs 2,50,000/-, then each and every invoice on that Contract shall be subject to TDS under GST, irrespective of value of each invoice.

2.22 Taxable supply means supply of goods or services or both which is levible to tax under GST.

42

2.23 TDS under GST rate will not be applied on the GST component of the Invoice.

2.3 GST ON LD AND FORFEITURE OF EMD & SD.

2.3.1 Liquidated damages and Penalty if any arises in the proposed contract, will attract GST@18% and will be recovered from the bills. GST will be additionally recovered from the contractor in addition to the stipulated LD rates in the contract.

2.3.2 Forfeiture of EMD/SD if any arises in the proposed contract will attract GST @18% and will be collected additionally from the contractor.

2.4 Verification of GSTR-2A: The verification of GST remittance will not be carried out for each and every bill of the supplier and the GSTR-2A will be verified only at the time of PO closure. In case of non-filing of GSTR-1 by the suppliers, the release of SD, EMD and retention amount will be withheld.

3.0. INCOME TAX

Income Tax will be recovered from the contractor’s final bill submitted by the contractor (after completion of the project in complete shape) at the prevailing rate of tax in force with amendments issued from time to time as per the Income Tax Act.

4.0. PERMANENT ACCOUNT NUMBER AND GSTIN NUMBER:

The Tenderer shall indicate the Permanent Account No. and should enclose the details of PAN issued by Government of India, Income Tax Department and the tenderer shall furnish the GSTIN number of the firm with proof with the tender.

5.0 INSURANCE: 5.1. Contracting firms shall arrange insurance for the equipment and all its accessories being supplied by them, through any of the Authorised Insurance Companies. The equipment shall be insured to cover transport risk (from Warehouse) and storage risk at site.

43

It will be the responsibility of the successful tenderer to replace the defective/damaged appliances and make good the shortages and other losses in transit, free of cost, lodge and recover claim from Insurance, Under-writers/Carriers.

5.2 The tenderer shall also arrange insurance for installation, testing & commissioning of the appliances till handing over to the School/ Hospital authorities, on the above lines.

6.0. PACKING AND FORWARDING: The appliances and all its accessories shall be securely packed so as to withstand handling during transport & subsequent storage and despatched, freight paid, duly insured, at successful tenderer’s risk and cost. The packing may be in accordance with the manufacturer’s standard practice. The successful tenderer is responsible for ascertaining the facilities that exist for Road Transport to site. The appliances shall be unloaded at Destination Sites by the supplier at free of cost.

7.0 PAYMENT: 7.1 Payments will be made from the funds granted by Bureau of Energy Efficiency (BEE) and through NEFT/RTGS/Account transfer to any one of the Nationalised Banks / Scheduled Banks approved by , in Tamil Nadu. The bank charges involved in making the payment will be to the account of the Tenderer.

7.2 (a) For completion of work within the contractual Work Completion period. (i) 95% of all inclusive price of the Contract including taxes will be paid within a reasonable time after receipt and acceptance of appliances in good condition at site, installation, testing and satisfactory commissioning of appliances after releasing the existing inefficient appliances and handing over to School/PWD Authorities in 127 Nos. Government Schools in Chennai, Tiruvallur, Kanchipuram and

44

Chengalpattu Districts and handing over to Hospital/PWD Authorities in 5 Nos. Government Hospitals in Trichy, Thanjavur and Salem Districts and on submission of bills with required documents. (ii)The balance 5% will be made within reasonable time after closure of Works Contract.

(b) For completion of work beyond the contractual Work Completion period.

(i) 95% of all inclusive price of the Contract including taxes after deducting L.D and other recoveries, if any, will be paid within a reasonable time after receipt and acceptance of appliances in good condition at site, installation, testing and satisfactory commissioning of appliances after releasing the existing inefficient appliances and handing over to School/PWD Authorities in 127 Nos. Government Schools in Chennai, Tiruvallur, Kanchipuram and Chengalpattu Districts and handing over to Hospital/PWD Authorities in 5 Nos. Government Hospitals in Trichy, Thanjavur and Salem Districts and on submission of bills with required documents. (ii) The balance 5% will be made within reasonable time after closure of Works Contract.

(c) For delayed payments, if any, TANGEDCO will not pay any interest on any account. Note : The payment shall be made as per the actual quantity of the ordered items installed & commissioned at site, mentioned in the Work Completion and Handing Over Certificate (Annexure VII).

7.3 The entire work shall be completed in all respect & tested for its proper functioning in the presence of School/Hospital / PWD authorities and TANGEDCO officials.

45

7.4 The TDS under GST would be deducted at the rate of 2% (CGST @1% and SGST @ 1%) or IGST @ 2% from the payment made or credited to the supplier, as per the Clause 2.2 of Section V of this Tender Specification.

7.5 In case of delay in supply of appliances / completion of works, the appliances / works will be accepted subject to the following conditions:

(a) There should be no declining trend in prices of appliances / works.

(b) Payment will be released as per the recent purchase order rate / Works contract order or lowest rate obtained during the recent tenders opened subject to levy of liquidated damage for belated supplies.

(c) TANGEDCO reserves the right to accept or reject the delayed supplies / works without assigning any reason thereof and take action as per the other terms and conditions of this specification.

7.6 The bills for payment will be passed only after the approval / acceptance of the following:

(a) Security Deposit cum Performance Guarantee for 5% value of the Works Contract order (b) Test Certificate. (c) Guarantee Certificate. (d) Undertaking towards Jurisdiction for legal proceedings. (e) Acceptance of the Proof for payment of contributions - both Employer’s and Employee’s contributions made to the EPF & ESI Organisation, by the CE/DSM, in accordance with the Clause 41(e) of this section. (f) Acceptance of the undertaking as per Annexure-VI to ensure the remittance of EPF & ESI, Employee and Employer contribution made to the EPF & ESI

46

Organizations, by CE/DSM, in accordance with the Clause 41 (f) of this section. (g) The work completion and handing over certificate as per Annexure-VII for completion of entire scope of works, releasing of all the existing conventional bulbs / Tube lights/ ceiling fan along with accessories, handing over by the Contractor & taken over by the School / Hospital / PWD Authorities concerned for each School/Hospital, shall be enclosed along with the bill. (h) Automatic clearance from the Digital Based Statutory Compliance Services as per Clause 42 of this section.

7.7 The successful tenderer should dispatch the appliances only after the approval of test certificates and issuance of dispatch clearance by the TANGEDCO. If the successful tenderer despatches the appliances without the prior approval of the purchaser, then the purchaser shall not be responsible for any demurrage or wharfage or both and only the successful tenderer should bear any expenditure arising out of such unapproved despatches and the purchaser reserves the right to cancel such consignment without any liability.

7.8 The Contract Order will be closed on successful completion of the works as described in this Tender specification.

8.0 SECURITY DEPOSIT CUM PERFORMANCE GUARANTEE:

8.1 The successful tenderer will have to furnish 5% value of total contract value as Security Deposit cum performance guarantee for a period of 40 months from the date of receipt of Works contract order in the form indicated below:

(i) For value of order up to Rs. 10/- Lakhs, Banker’s Cheque / D.D. or in the form of electronic mode of payment only.

47

(ii) For value of order exceeding Rs.10 Lakhs, Banker’s Cheque/D.D./in the form of electronic mode of payment /Irrevocable Bank Guarantee.

8.2 In the event of furnishing Bank Guarantee towards SD cum Performance, the validity of Bank Guarantee shall have to be till completion of guarantee period.

8.3 The successful tenderer will have to furnish the Security Deposit cum performance guarantee as per the above Clause 8.1 within 30 days from the date of receipt of Works Contract Order and in the event of failure to remit security deposit within the prescribed period, EMD shall be forfeited and order be cancelled. The award may be made to L2 tenderer. The Security Deposit cum Performance Guarantee will not carry any interest.

8.4 In case of delay in supply/erection, the SD cum Performance Bank guarantee should be extended suitably till the completion of the Guarantee period. The SD cum Performance Bank Guarantee/ D.D/Bankers cheque shall be released after expiry of guarantee period after ensuring that defects/damages during the guarantee period are rectified/ replaced to the satisfaction of TANGEDCO and only if the contract is completed to the satisfaction of the TANGEDCO.

8.5 In case of the requirement arising for extension of the Bank Guarantee, the extended Bank Guarantee should be submitted to TANGEDCO within the date of expiry of the existing bank Guarantee. In case of failure to submit such extended Bank Guarantee within due date (expiry date), TANGEDCO shall invoke the Bank Guarantee by addressing the Bank directly. 8.6 If TANGEDCO incurs any loss or damage on account of breach of any of the clauses mentioned herein or any other amount arising out of the tender become payable by the Tenderer to TANGEDCO, then TANGEDCO will in addition to such other dues that he shall have under law, appropriate the whole or part of SD cum PG and

48

such amount so appropriated will not be refunded to the successful Tenderer. 8.7 Failure to comply with the terms regarding Security Deposit cum performance guarantee set out in the Works Contract Order within the stipulated time by the successful tenderer will entail cancellation of the Works contract order without any further reference to the successful tenderer.

8.8 No tenderer is exempted from payment of Security Deposit cum Performance Guarantee .

8.9 If the supplier fails to replace/rectify the defects within time and non compliance of guarantee clause, TANGEDCO reserves the rights to invoke the SD cum Performance Guarantee directly.

9.0 DELIVERY / COMPLETION PERIOD:

9.1 The entire scope of works i.e. Supply, installation, testing and commissioning of all the tendered items with all associated works after releasing the existing various types of inefficient appliances in 127 Nos. Government Schools in Chennai, Tiruvallur, Kanchipuram and Chengalpattu Districts and at 5 Nos. Government Hospitals in Trichy, Thanjavur and Salem Districts as detailed in Section VI of this tender specification shall be completed within 120 days from the date of receipt of the Works Contract order.

9.2. The list of the destination Schools and Hospitals, quantity of appliances to be installed and commissioned, along with the quantity of appliances to be released and handed over is detailed in Clause 11.0 of Section VI of this tender Specification. 9.3. Tenderers quoting against the Specification shall submit Samples i.e. 5 Nos. 7W BEE’s five star rated LED bulbs, 5 Nos. 20W four feet LED Tube Light and 2 Nos. 28W BEE’s five star rated 48” (1200mm) Ceiling fan (BLDC) with all accessories in

49

complete shape before the due date as indicated in Clause 3.0 of Section VI of this Specification for inspection and approval. 9.4. After the receipt of each consignment of materials at work/ storage site and after intimation from the successful tenderer, the Check Measurement authority deputed by TANGEDCO will check measure the materials at the site as to whether the materials conform to the sample submitted by the Contractor and the technical specification of the Works Contract Order and accept the materials. If the materials do not conform to the sample and the technical specification of the Works Contract Order, the materials will be rejected. Only after the acceptance of supplied materials through Check measurement, the materials shall be installed, tested and commissioned at site. 9.5 The above delivery and completion period shall be guaranteed by the successful tenderer under liquidated damages clause governed by Clause-11 of this section. 9.6 Any delay in procurement of materials, as specified in the scope of work shall not be cited as reason for delay and hence contractor shall arrange to procure all materials in time.

9.7 If any other delivery period greater than indicated above, the tender is liable for rejection. The delivery period will not normally be extended. Hence, all efforts shall be taken to complete the works within contractual delivery period. However, the tenderers are requested to quote the minimum period required for executing the works as per this Specification.

10.0 E-WAY BILL: It is the responsibility of Supplier/Contractor to ensure the delivery at the destination work sites as per this tender. Therefore, it is the responsibility of the Supplier/Contractor or their transporters to generate e-way bill before transporting goods for delivery at the work sites as per this tender.

50

11.0. LIQUIDATED DAMAGES AND PENALTY :

11.1 The delivery / completion period as specified in Clause 9 of this section should be guaranteed by the successful tenderer under the liquidated damages clause given below:

a) If the successful Tenderer fails to complete the entire scope of works detailed in Clause 1.0 of Section VI of this tender specification, within the time specified in the contract or any extension thereof, TANGEDCO shall recover from the successful Tenderer as liquidated damages, a sum of HALF PERCENT (0.5%) of the contract price of the uncompleted portion of the work for each completed week of delay. b) Liquidated Damages will also be levied for works not done as is done for the delayed completion of works. c) Liquidated Damages will be levied for delay in replacement/ repair of defective/damaged equipments.

d) The total Liquidated Damages shall not exceed ten per cent (10%) of the contract price. e) Only the actual date of completion of work at the respective School / Hospital as per the Work Completion and handing over certificate will be reckoned as date of completion for this purpose.

11.2 It should be noted that if a contract is placed on the higher Contractor in preference to the lowest acceptable tender in consideration of the offer of earlier delivery, the said contractor will be liable to pay TANGEDCO the difference between the contract rate and that of the lowest acceptable tender in case of failure to complete the works in terms of such contract 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.

11.3 If the supply/works are completed by the successful Tenderer beyond the period of delivery and they are accepted by

51

TANGEDCO, such acceptance is without prejudice to TANGEDCO’s right to levy liquidated damages for the delay in supply/completion of works.

11.4 If the works covered under this tender are not carried out at all, the purchaser shall recover from the successful Tenderer , as liquidated damages a sum equal to TEN PERCENT (10%) of the total contract price of the works contract besides forfeiture of Security Deposit cum Performance Guarantee.

11.5 The successful Tenderer are liable to pay the amount of loss sustained by TANGEDCO in the event of non-execution of orders, if any placed on them either in full or part, to the satisfaction of TANGEDCO under the terms and conditions of contract and in the event of placing Work Contract for such quantities on some others at a higher price.

11.6 Tenderers not giving clear and specific acceptance to the above clauses are liable for rejection.

11.7 If there is any downward trend in prices on account of belated completion of works, the successful Tenderer(s) have to accept the same with the levy of liquidated damages, for belated completion of works.

11.8 Liquidated damages as per the terms of contract will be recovered from the respective bills itself for the delayed completion of work/belated supply of appliances.

11.9 In respect of contracts where supply effected in part or works executed in part, could not be beneficially used (due to such incomplete supply/execution) Liquidated damages will be worked out on the basis of entire contract price of such whole units which will not be beneficially used and not on the value of the delayed portion.

11.10 The TANGEDCO will also be at liberty to cancel the contract if the supply / work is not completed within the accepted delivery

52

period notwithstanding the liquidated damages clause applicable for the belated supplies/works. Any charge for canceling the contract will not be accepted under any circumstances.

11.11 In the event of cancellation of the contract or non-completion of supply /works by the contractor then the short supplied items / works may be ordered fresh. The excess price if any between the original and new contract will be recovered from the original Contractor from the amount due to the original contractor either from this contract or from any other contract.

12.0 FORCE MAJEURE:

12.1 If at any time, during the continuance of the contract, the performance in whole or in part, in 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 restrictions or other acts of God (herein after referred to as eventualities) then, provided notice of the happening of any such eventuality is given by the tenderer to TANGEDCO within 15 days from the date of occurrence thereof, neither party shall, by reasons of such eventuality, be 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.

12.2 Provided that if the performance in whole or part by the successful tenderer on any obligation under this contract is prevented or delayed by reasons of any eventuality for a period exceeding 60 days, TANGEDCO may at its option terminate the contract by a notice in writing.

12.3 Power cut shall not be considered under the Force Majeure condition. The period of extension shall be decided only by the

53

authority who placed the order after verifying the evidence for the cause of delay.

12.4 The termination of the contract as aforesaid shall not absolve the contractor of his liability to pay damages to TANGEDCO for the breach of the contract to deliver the goods or complete the performance of the contract within the time fixed by the purchaser.

13.0. GUARANTEE:

13.1 The entire appliances supplied and the entire work shall be guaranteed for satisfactory operation for a period of THREE YEARS (36 months) from the date of commissioning of the appliances. Successful tenderer shall furnish the guarantee certificate. The guarantee certificate shall be furnished in the format enclosed as Annexure–V.

13.2 Any defects noticed during this period shall be rectified free of cost to the TANGEDCO within One week from the intimation of defect / failure. Irrespective of number of failures and repairs, the successful tenderer shall be responsible for free replacement of the defective appliances /workmanship till the end of the Guarantee period. If they are not rectified or replaced within this period the contractor shall pay Liquidated Damages as per Liquidated Damages clause for the works rectified with delay from the date of receipt of intimation for the defects or failures.

13.3 The incidental expenses, insurance and freight charges for the replacement of defective appliances within the guarantee period shall also be borne by the successful tenderer till the completion of the guarantee period.

13.4 The tenderers shall guarantee among other things, the following.

(i) Quality and strength of appliances used.

54

(ii) Safe electrical and mechanical stresses on all parts of the equipments under all specified conditions.

(iii) Performance figures given by the tenderers in the Schedule of Guaranteed technical particulars.

(iv) Replacement of parts which become defective under proper use.

14.0 REPLACEMENT OF DEFECTIVE / DAMAGED APPLIANCES / WORKS:

14.1 During the Execution Period of contract: The Supply of all tendered items, its loss during transit or in storage or at work site till handing over to the concerned authorities in complete shape rests with the tenderer and TANGEDCO will not be responsible for any loss to the tenderer in this regard. The loss / damaged materials(External damages or Internal defects that are prima facie, the results of handling in transit or due to defective packing and shortages/Defective works) will be intimated by the officials of TANGECDCO, on inspection at work site / storage area of the Contractor and the same shall be rectified/replaced free of cost within one week from the date of receipt of intimation as per Clause 14.3 below. 14.2. During the Guarantee Period : The defective / damaged materials/works will be intimated by the School / Hospital authorities and the same shall be rectified/replaced free of cost within one week from the date of receipt of intimation as per Clause 14.3 below and the rectification shall be intimated in written to the Chief Engineer/DSM. 14.3. Notwithstanding anything contained in the liquidated damages clause when the whole or part of the appliances supplied by the successful tenderer are found to be defective/damaged or are not in conformity with the specification or sample, such defects or damages in the appliances supplied shall be rectified within

55

one week from the date of receipt of intimation of such defect/damage either at the point of destination or at the successful tenderer’s works, at the cost of successful tenderer, against proper security and acknowledgement. In the alternative, the defective or damaged appliances shall be replaced free of cost within one week from the date of receipt of intimation from the concerned School / Hospital authority of such defects or damages to the successful tenderer or his representative. If the defects or damages are not rectified or replaced within this period, the successful tenderer shall pay a sum towards liquidated damages as per liquidated damages clause above, for the delay in rectification/replacement of the defects or damages. The above liquidated damages are in addition to the liquidated damages for the delay in completion of works covered in Clause – 11 of this section. 14.4 If during the period of works or during the guarantee period, any of the goods/works are found to be defective in appliances or workmanship/works or do not conform to specification, are unsuitable for the purpose for which they are intended, it will be open to the TANGEDCO either to repudiate the entire contract and claim damages or accept such parts of the goods /works that are satisfactory and require the successful tenderer to replace the balance or to claim compensation for the entire loss sustained by the TANGEDCO on that account. 14.5. In the event of supplies being received damaged or short at the destination sites, the cost of such appliances with taxes and other charges payable thereof will be paid only proportionate to the value of the appliances received in good condition unless the damaged goods or short supplies are made good free of cost to the TANGEDCO by the supplier. 14.6 If even after such rectification or replacement of the damaged or defective part, the equipment ordered is not giving the satisfactory performance as per the contract, then it will be open

56

to the purchaser either to reject the goods and recover the entire cost of such goods and claim such loss sustained by the TANGEDCO. 14.7 Notwithstanding any other remedies available, the purchaser shall be entitled to dispose of the defective/damaged appliances in as is where is condition without further notice, if the contractor/supplier fails to rectify the defects/damaged appliances 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 TANGEDCO such as Liquidated Damages, ground rent etc. as may be determined by the purchaser.

14.8. For all legal purposes, the appliances/works shall be deemed to pass into the ownership of the School / Hospital / PWD Authorities concerned at the destination, where they are to be delivered/works carried out and accepted.

15.0 FAILURE TO EXECUTE THE CONTRACT:

Successful Tenderer failing to execute the order placed on them to the satisfaction of TANGEDCO under terms and conditions set forth therein, will be liable to make good the loss sustained by TANGEDCO, consequent to the placing of fresh orders elsewhere at higher rate, i.e. the difference between the price accepted in the contract already entered into and the price at which fresh orders have been placed. This is without prejudice to the imposition of Liquidated Damages and forfeiture of Security Deposit cum Performance Guarantee.

16.0 NON-ASSIGNMENT:

The successful Tenderer shall not assign or transfer the contract or any part thereof without the prior approval of the purchaser.

57

17.0 EFFECTING RECOVERIES:

Any loss, arising due to non-fulfillment of this contract or any other contract, will be recovered from the Security Deposit cum Performance Guarantee held and or any other amount due to the successful Tenderer from TANGEDCO from this Contract as well as from other contracts.

18.0 PATENT RIGHTS ETC :

The successful Tenderer shall indemnify the purchaser against all claims, actions, 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 successful Contractor other than for the purpose indicated by or reasonably to be inferred from the specification.

19.0 JURISDICTION FOR LEGAL PROCEEDINGS :

No suit or any proceedings in regard to any matter arising in any respect under this contract shall be instituted in any court, save in the appropriate Civil Court of Chennai or the Court of Small Causes at Chennai. It is agreed that no other court shall have jurisdiction to entertain any suit or proceedings, even though, part of the cause of action might arise within their jurisdiction. In case, any part of cause of action might arise within the jurisdiction of any of the courts in Tamil Nadu but not in courts at Chennai and rest within the jurisdiction of courts outside Tamil Nadu, then it is agreed to between parties that such suits or proceedings shall be instituted in court within Tamil Nadu and no other court outside Tamil Nadu shall have jurisdiction, even though any part of the cause of action might arise within the jurisdiction of such courts. An UNDERTAKING in this regard should be furnished on receipt of Purchase Order in a non judicial stamp paper value of not less than Rs. 100/- agreeing to the above conditions as per Annexure - III.

58

20.0 ARBITRATION:

TANGEDCO will not accept any arbitration in case of disputes arising in any respect under this contract. Any dispute arising out of this contract shall not be subject to arbitration under the provisions of Arbitration and Conciliation Act 1996 in the event of any dispute between the parties.

21.0 DEVIATIONS FROM SPECIFICATION:

If the tenderer wish to deviate from any of the clauses of this specification, he shall list out such deviations, in the format enclosed (Schedule B & C) and submit full particulars and reasons thereof. Deviations mentioned other than in Schedules B & C elsewhere will not be considered. Unless this is done, the equipment offered shall be considered to comply, fully in every respect with the terms and conditions of this specification.

22.0 TESTS AND TEST CERTIFICATES:

22.1 The test certificates in triplicate for the materials furnishing the results of the tests as per latest issue of IS or any other relevant International Standard as applicable shall be furnished to Chief Engineer / Demand Side Management well in advance for acceptance and issuing approval before the appliances are despatched. The required tests of all the appliances shall be conducted in presence of TANGEDCO’s Engineer as per the prevailing BIS/IES standards. The materials may be rejected if the test results are not satisfactory. 22.2 The purchaser reserves the rights of having such tests or may decide up on being carried out at site at his own expenses to satisfy himself that the materials have not suffered any damage during transit.

22.3 If necessary, random samples of materials supplied will be tested (both, Routine & Type Tests and any other special test) departmentally or through approved Govt. Laboratory or at

59

purchasers cost and for any non-conformity of test results to relevant IS and TANGEDCO Ltd’s specification, full supplies will be rejected.

22.4 In addition to the tests called for in the specification, the purchaser reserves the right of having such tests as he desires carried out at his own expenses to satisfy himself that the materials conform to the requirement of this specification. The materials may be rejected if the test results are not satisfactory.

23.0 RESPONSIBILITY:

The Contractor is responsible for safe delivery of the appliances at the destination sites and safe execution of works entrusted to him covered under this Specification. The Contractor should include and provide for packing and secured protection of the appliances so as to avoid damages or loss in transit.

24.0 INSPECTION:

24.1 During the execution of the contract, all or random of appliances and works shall be inspected by TANGEDCO’s Engineers at any time. In case the works are not carried out to the satisfaction of TANGEDCO’s inspecting Engineers, further work should be proceeded only after attending the defects if any pointed out by TANGEDCO’s Engineers during the inspection, free of cost.

24.2 The authorized representatives of TANGEDCO shall have free access to the successful Contractor’s manufacturing facility / sub vendor’s workshop at any time during working hours, for the purpose of inspecting the equipments / works and for testing covered by this specification..

24.3 Tenderers are requested to furnish in their offer the exact location of their factory with detailed address to enable inspection by TANGEDCO if considered necessary.

60

24.4 Not less than 15 days advance intimation shall be given for inspection by TANGEDCO’s Officers at manufacturer’s works. The arrangement for inspection shall be made by successful Contractor in such a way that the delivery schedule is kept up. The appliances shall not be despatched without instruction from TANGEDCO.

24.5 No appliances shall be despatched from its point of manufacture unless the appliances has been satisfactorily inspected and tested.

24.6 The acceptance of any quantity of the equipment shall in no way relieve the supplier of his responsibility for meeting all the requirement of this specification and shall not prevent subsequent rejection if such equipment are later found to be defective.

24.7 TANGEDCO reserves the rights to waive the inspection.

25.0 COMPLETENESS OF TENDER:

The tender should include all accessories even though not specifically mentioned in this specification but which are essential for the completeness of the appliances / works ordered. The tenderer shall not be eligible for any extra charges in respect of such minor accessories though not included in the tender.

26.0 INTERCHANGEABILITY: All similar parts and removable parts of similar items shall be interchangeable with each other.

27.0 CLIMATIC CONDITIONS: The appliances are for use in Tamil Nadu and should be satisfactory for operation under tropical conditions in the districts of Chennai, Tiruvallur, Kanchipuram and Chengalpattu as detailed below.

61

a) The ambient temperature will be within the range of + 10 Degree Centigrade to + 40 Degree Centigrade.

b) The altitude will be less than 1000 metres.

c) The maximum atmospheric humidity will be in the range of 95%.

28.0 ELECTRICITY RULES :

All works shall be carried out in accordance with the latest provisions of the Indian Electricity Act/Electricity Supply Act and the Indian Electricity Rules there-under with latest amendments thereof unless modified by this specification.

29.0 MATERIALS AND WORKMANSHIP:

29.1 All appliances, equipments and spare parts used for the works thereof shall be new, unused and originally coming from manufacturer’s plant to the destination stores.

29.2 All the appliances used for the works shall be of best class and capable of satisfactory operation in the tropics with humid atmospheric condition. Unless otherwise specified, they shall conform to the requirements of appropriate Indian Standards amended from time to time. Where these are not available, IEC and American/British Standards shall be followed.

29.3 The workmanship shall be of the highest grade and the entire construction in accordance with the best modern practice. The whole of the work shall be of the highest class throughout well finished and of 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.

29.4 The design shall incorporate every reasonable precaution and provisions for the safety of all those concerned in the operation and maintenance.

62

29.5 All the appliances should operate without glare and undue vibration and with the least practicable amount of noise.

29.6 The works shall be to the entire satisfaction of TANGEDCO.

30.0 RECOVERIES OF DUES :

TANGEDCO is empowered:

a) To recover any dues against this contract in any bills/Security Deposit cum Performance Guarantee/Earnest Money Deposit due to the successful Tenderer either in this contract or any other contracts with TANGEDCO.

b) To recover any dues against any other contract of the successful Tenderer with TANGEDCO, with the available amount due to the successful Contractors against this contract.

c) An undertaking to the above effect as in Annexure - IV shall be furnished in a non-judicial stamp paper of value not less than Rs.100/-)

31.0 PAST PERFORMANCE:

31.1 The intending Tenderer shall furnish the documentary evidence with details of various Orders placed on them in the preceding ten years as per the proforma enclosed in the Schedule D to the Tender Specification and also proof for having executed the works and for their satisfactory performance from State Electricity Boards or PSUs or a Govt. of India or State Govt. Organisation or an Undertaking of Central Govt. / State Govt. or Private Organisations.

31.2 The Bidders shall furnish copies of Balance Sheet, Profit and Loss Account for the preceding three financial years (Year 2017- 18, 2018-19 and 2019-20). In case of bidders who happen to be the companies registered under companies Act 1956, Attested Copies of the Audited financial Statements like Profit & Loss A/c and Balance Sheet for all the preceding 3 years (2017-18, 2018-19 and 2019-20) may be furnished. In case of others, the

63

Annual turnover certified by the practicing Chartered Accountant or attested copy of income tax statements, for all the preceding 3 years(2017-18, 2018-19 and 2019-20) may be furnished as a proof of turnover.

31.3 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 Tenderers in future and will entail forfeiture of EMD.

32.0 RAW MATERIALS:

It is the responsibility of the Tenderer to make his own arrangement to procure the necessary raw materials required for the manufacture.

33.0 SPECIAL CONDITIONS:

(i) All tools and consumables required for the above works shall be arranged by the contractor. (ii) Accommodation at site, Food, etc. for the workmen employed shall be the responsibility of the contractor. (iii) Required number of skilled and unskilled labour shall have to be provided by the contractor. (iv) Non availability of Power supply shall not be indicated as a reason for delay in execution of work and consequent extension of delivery period. (v) Any other work not specifically mentioned but required for successful completion of the works, is to be executed by the successful tenderer for which the materials & Labour charges should be specified separately.

34.0 SAFETY OF PERSONNEL: The Contractor is solely responsible for arranging the following for his workmen. a) Safety during the releasing of existing inefficient appliances and installation of new energy efficient appliances work at spot.

64

The Contractor’s workers should wear necessary safety appliances during the work. All necessary safety appliances are to be arranged by the contractor for their workers. b) Insurance of workmen and other personnel working under him. The Contractor should cover his employees under accident Insurance Plans of General Insurance Company of India to cater for the workmen’s Compensation Act, 1923, with all latest amendments. c) Compensation to workmen as per workmen compensation act in case of accidents or injuries. d) The contractor shall take up any work in the site only after furnishing the work compensation policy to Chief Engineer/ DSM.

35.0 LIABILITY FOR ACCIDENTS TO PERSON:

35.1 The Tenderer shall indemnify and save harm to TANGEDCO against all actions, suits, claims, demands, costs or expenses arising in connection with injuries suffered prior to the date when the works or site shall have been taken over by the persons employed by the Tenderer or his sub-contractor, the works whether under the Central Law or under the workmen’s compensation Act 1923 or any other statutory law in force at the date of the contract dealing with the question of the liability of employees for injuries suffered by employees and to have taken steps properly to insure against any claims there under.

35.2. On the occurrences of an accident which results in the death of the workmen employed by the Tenderer or which is due to the tender work and or so serious as to be likely to result in the death of any such workmen, the Tenderer shall within 24 hours of happening of such accident intimate in writing to the concerned Engineer and such officers required by the provision of the workmen’s Compensation Act, the fact of such accident. The Tenderer shall indemnify TANGEDCO against all loss or

65

damage sustained by TANGEDCO resulting directly or indirectly from successful tenderer’s failure to give intimation in the manner aforesaid, including the penalties or fines, if any payable by TANGEDCO as a consequence of TANGEDCO’s failure to give notice under the Workmen’s Compensation Act or otherwise to confirm to the provisions of the said Act in regard to such accident.

35.3 In the event of any claim being made, or action brought against TANGEDCO involving the Tenderer and arising out of the matters referred to and in respect of which the Tenderer is liable under the clause, the Tenderer shall be immediately notified thereof and he shall with the assistance, if he so requires, of TANGEDCO but at the sole expense of the Tenderer, conduct all negotiations for the settlement of the same or of any litigation that may arise there from. In such cases, TANGEDCO shall at the expenses of the Tenderer, afford all available assistance for any such purpose.

35.4 In the event of an accident in respect of which compensation may become payable under workmen’s Compensation Act VIII of 1923 and any subsequent amendment thereof whether by the Tenderer or by the Government as principle, it shall be lawful for TANGEDCO to retain out money due and payable to the Tenderer such sum or sums of money as may in the opinion of the TANGEDCO be insufficient to meet such liability. The opinion of the TANGEDCO shall be final in this regard to all matters arising under this clause and will not be subjected to any Arbitration.

35.5 Liability for damages or loss to third party including inspecting officers due to acts of the Tenderer or his plant, or such Tenderer connected with the execution of this tender shall be fully borne by the Tenderer. The Tenderer shall maintain such detailed records to furnish information regarding entitlement and discharge of all workmen employed under this tender as to be

66

adequate for the timely and full settlement of claims under the Workmen Compensation Act. All cases of accident or injuries shall be reported to the Chief Engineer/DSM with all the details required for the settlement under the Workmen Compensation Act.

35.6 The Tenderer should report about all accidents within 24 hours to the Chief Engineer/DSM of TANGEDCO in the preliminary accidents form. He should furnish other particulars such as Medical Certificates, Wages particulars, fitness certificate, proof for having paid the compensation fixed by TANGEDCO, etc. in due course without delay.

36.0 LIABILITY FOR DAMAGE TO WORK OR SITE:

36.1 The Tenderer shall during the progress of the work properly cover up and protect the work and site from injury by exposure to the weather and shall take every reasonable proper, timely and usual precaution against accident or injury to the persons from any cause and shall be and remain answerable and liable for all accidents or injuries there to which until the same, be or deemed to be, taken over may arise or be occasioned by the Acts or omissions of the Tenderer or his workmen or his sub- Contractors and all losses and damages to the works or site arising from such injuries as aforesaid shall be made good in the most complete and substantial manner by and at the sole cost of the Tenderer and to the reasonable satisfaction of TANGEDCO, should such loss or damage happen to units of works, site or appliances falling outside the scope of this contract and the Tenderer due to these shall be placed or compensated for by the Tenderer to the satisfaction of the Engineer.

36.2 In the case of losses or damage to any portion of the work occasioned by other causes, the same shall, if required by TANGEDCO be made good by the Tenderer in like manner but at the cost of TANGEDCO, at a price to be agreed between the

67

Tenderer and TANGEDCO or in default of agreement settled by Arbitration and TANGEDCO shall pay to the Tenderer the tender value of the portion of the work so lost or damages or any balance of such tender value remaining unpaid as the case may be.

36.3 Until the work shall be or deemed to be taken over as aforesaid the Tenderer shall also be liable for and shall indemnify TANGEDCO in respect of all damage or injury to any person or to the School / Hospital property or of others occasioned by the act of Tenderer, his workmen or his sub-contractors or by the defective design, or appliances and not due to cause beyond his control. If due to Tenderer’s carelessness, negligence or non- observance of safety precautions, damage to the School / Hospital property should occur, the full cost will be recovered from the Tenderer.

37.0 PROTECTION OF EQUIPMENT AND SAFETY:

37.1 The successful tenderer shall provide safety measures wherever necessary against accident and damage of School /Hospital property. Suitable caution notices shall be displayed where access to any part may be deemed to be unsafe and hazardous.

38.0 TENDERER’S REPRESENTATIVE AND WORKMEN:

38.1 The Contractor shall employ at least one competent representative whose name or names shall be communicated in writing to Chief Engineer/DSM and is to be given full responsibility as representative of the Contractor to enter into negotiations in regard to execution of tender. Any written orders or instruction which Chief Engineer / DSM may give to the said representative of the Contractor shall be deemed to have been given to the Contractor. The name, address, qualification of the representative shall be given.

68

38.2 The Contractor shall provide, skilled, semi-skilled and unskilled workers for the execution of the work. Chief Engineer / DSM shall be at liberty to object to any representative or person employed by the Contractor in the execution or otherwise about the works who in the Engineer’s opinion shall misconduct himself or by incompetent objected to forthwith, upon receipt of notice from the Engineer requiring him to do so.

39.0 DEATH, BANKRUPTCY etc.:

In case of death or committing any act of Bankruptcy or being a corporation commence to be wound up except for reconstruction purposes or carry on its Business under a receiver, the executers, successors or other representative in law of the estate of the Tenderer or any such receiver, liquidator or any person in whom the tender may become vested, shall forthwith given notice thereof in writing to TANGEDCO and shall given for one month, during which, he shall take all reasonable steps to prevent stoppage of the works, have the option of carrying out this tender subject to his/or their providing such guarantees as may be required by TANGEDCO but not exceeding the value of the work for the time being remaining unexecuted. In the event of stoppage of the works the period of option under the clause be fourteen days only. Provided that, should the above option be not exercised, the tender may be terminated by TANGEDCO by notice in writing to the Tenderer. And the same power and provisions reserved to TANGEDCO on the taking of the work out of the Tenderer’s hands shall immediately become operative.

40.0 SUBLETTING: No part of the contract shall be sublet without prior written permission of the Chief Engineer/DSM nor shall transfer to made by power of attorney authorising others, to receive payment on contractors behalf.

69

In case of the contractor engaging contract labourers with the prior approval mentioned above in writing, the following should be strictly adhered to.

a) The contractor should fulfill strictly all the conditions as stipulated in the contract labour (Regulation and abolition) Act, 1970 and the rules made there under.

b) The contractor should take out a license at his cost, under section 12 of the above said act within the specified period as mentioned by the management/Principal employees at the time of awarding the contract.

c) The contract labourer engaged by the contractor have no right to claim employment or any other benefit from TANGEDCO.

41.0 The compliance of EPF & ESI Act:

a) The Contractor who desires to take up works contract for TANGEDCO is required to comply with all the relevant provisions stipulated in the EPF & MP Act and since certain TANGEDCO are covered under ESI Act 1948, the contractor who desires to take up works contract which comes under the purview of ESI Act 1948 is required to comply with all the provisions stipulated to ESI Act 1948.

b) The Contractor should have taken separate EPF and ESI main code number. The EPF main code number can be obtained from the Assistant Provident Fund Commissioner and the ESI main code number can be obtained from the ESI Authorities concerned.

c) The Contractor shall be responsible for the payment of necessary EPF & ESI contributions - both Employer’s and Employee’s contributions- as per the provisions of the EPF & ESI Act in respect of the actual workers engaged for the specified works.

d) The Contractor shall submit necessary returns to the EPF & ESI Organisations within the stipulated time as required under the said EPF & MP Act & ESI Act.

70 e) The contractor shall produce the proof of payment of contributions - both Employer’s and Employee’s contributions made to the EPF & ESI organisation in order to claim the bills for the respective works. Further the EPF and ESI charged on the labour portion should be absorbed as the quoted rate and TANGEDCO will not reimburse it at actuals. f) An undertaking as specified in Annexure-VI should be furnished to ensure the remittance of EPF & ESI, Employee and Employer contribution made to the EPF and ESI organisation in order to clam the bills for the respective works. g) Only workers (engaged by contractors) who have EPF-UAN number (Universal Account Number) and ESI number with ESI temporary / permanent ID card will be permitted for any works in TANGEDCO & TANTRANSCO. h) The contractor shall be fully liable to meet and fulfill all the relevant provisions of the EPF & ESI Act in respect of the execution of the Tendered work. i) In case the contractor fails to fulfill any of the statutory provisions of the EPF & MP Act and ESI Act and consequently it happens that TANGEDCO Ltd., has to meet such requirements of the said Act or Statutory Provisions in the capacity of Principle Employer, TANGEDCO Ltd., shall make good such requirements out of money due & payable to the said contractor and further the performance of the said contractor in this regard will be noted for all future contracts of TANGEDCO Ltd. j) The contractor who claims exemption under the ESI Act shall produce the exemption order obtained from the Government/ESI organization and for those areas that are not covered under the purview of the ESI Act, necessary evidences should be submitted by the contractor to ensure that the revenue village where the work is being carried out has not been covered under the implemented area of ESI Act.

71

k) In such cases, where the revenue village in which work is being carried out has not been covered under the implemented area of ESI Act, the Contractors have to ensure the medical benefits for the Contract Workers engaged by the Contractors for the works and to take relevant group insurance policies with the applicability for giving compensation to the workers.

42.0 Statutory Compliance Clearance Certification: 42.1. The contractors executing the work contracts and engaging workmen for the works in TANGEDCO have to comply the provisions of the Employees Provident Fund & Miscellaneous Provisions Act 1952, Employees State Insurance Act 1948, Contract Labour (Regulation & Abolition) Act 1970, Inter- State Migrant Workmen (Regulation of Employment and Conditions of Service) Act 1979, Payment of Wages Act, 1936 and Minimum Wages Act, 1948, and other Statutory Provisions. 42.2. The Contractors have to obtain the Statutory Compliance Clearance Certification for the work contracts from the Online Compliance Service Providers. The required documents should be submitted through Online by the respective Contractors. Such applications with documents for the Statutory Compliance Clearance Certificate will be allocated to one of the Online Compliance Service Providers, in the panel, in an automatic digital rotation method. The charges for such Statutory Compliance Clearance Certificate will be at the rate of Rs.2.50/- per man day/per month with minimum charges of Rs. 500/- and maximum charges of Rs. 4000/-. And Rs. 300/- for re-audit due to reasons attributable to the contractor. The Charges should be paid by the respective contractors to the Online Compliance Service Providers through Online. 42.3. The Digital Based Statutory Compliance Services will be integrated with the Bill Processing System. The bills will be processed only after the automatic clearance from the Digital Based Statutory Compliance Services.

72

43.0 GENERAL: 1. Notwithstanding anything contained in any of the above terms and conditions, the TANGEDCO shall have the right to relax/ waive any of the conditions of the contract wherever deemed necessary in the interest of the TANGEDCO. 2. The transportation of men and appliances to work and site and back shall be arranged by the contractor. 3. Cost of transport of appliances, scaffolding tools required for carrying out the work in complete shape is in the scope of the contractor. 4. All T&P’s and consumables required for the work should be provided by the contractor at his scope. 5. All tests are to be performed as per the latest issue of relevant IS Standards with latest amendments thereof. 6. The work should be carried out as per the specification and by engaging adequate skilled & suitable labourers to complete the entire work in time. 7. The contactor should commence the work immediately on receipt of the works contract order. 8. As the Job involves with material handling during releasing existing appliances and installing new appliances at site, which requires manpower requirement, the contractor has to take up the responsibility for their Insurance, Accommodation, Conveyance, Food, and Safety at the time of work and stay at site etc. 9. During the course of execution of work if other persons meet with an accident, the contractor alone is responsible to compensate the individual for loss. 10. No damage should be caused to School / Hospital property and equipment. In the event of any damage caused, the same should be set right by the contractor at his cost. 11. The contract is liable for termination at any time during the period of contract without assigning any reasons thereof.

73

12. All the workers and supervisory staffs should be insured as per Workman Compensation Act. The TANGEDCO will not be responsible for any compensation in the event of any loss due to accident. The same has to be borne by the contractor. Any direct or indirect loss due to accident has to be made good by the contractor. 13. If the contractor does not carry out the work to the entire satisfaction of TANGEDCO, the contract will be liable for termination without any reasons thereof. 14. After completion of work, appliances should commissioned successfully. If any fault occurs the contractor has to rectify the defect at his own cost. 15. The materials should comply with all relevant standards as amended from time to time. 16. Bidder shall visit the Schools and Hospitals before submitting the bid so as to make sure of the requirements. The bidder will alone be responsible for ignoring this visit to site before tendering and TANGEDCO will in no way be liable for this lapse on the part of the bidder. 17. All the required materials even though not specifically mentioned, shall be provided by the tenderer for successful completion and commissioning of the works without any extra cost and is within the scope of the Contract. 18. The successful bidder shall not display the photographs of the work and not take advantage through publicity of the work without written permission of TANGEDCO. 19. After completion of the entire job, the successful bidder shall thoroughly clean the work spot to the satisfaction of School / Hospital authorities and TANGEDCO.

44.0 SIGNATURE OF TENDERERS: 44.1 The Tender must contain the name, residence and place of business of the person or persons making the tender and must be signed by Tenderer with his usual signature.

74

44.2 A tender by a partnership concern must furnish the full names of all partners. It should be signed by one of members of the partnership or by an authorised representative followed by the name and designation of the person or persons signing. 44.3 Tenders by corporations/companies must be signed with the legal names of the corporations/companies by the President, Secretary or any other person or persons authorized to bind the corporation/company in the matter.

45.0 SPECIFICATION AND CLARIFICATIONS: The tenderer shall study carefully the specification and conditions that are contained in this specification before tendering. If the tenderer has any doubt as to the meaning of any portion of this specification, he could refer to the Chief Engineer / DSM / 5th Floor, Eastern Wing, N.P.K.R.R.MAALIGAI/ TANGEDCO, 144, Anna Salai, Chennai-2 (Ph: 044 - 28521416), in writing by post or to E-mail id - [email protected] and obtain the clarification well in advance.

46.0 DEPARTURE FROM THIS SPECIFICATION CLAUSE: If the tenderer wishes to depart from the specification clauses in any respect he shall draw the attention to support points of departure explaining fully the reasons thereof. Unless, this is done the requirement of this specification clause will be deemed to have been accepted in every respect.

47.0 TENDERER’S UNDERSTANDING OF TENDER/DOCUMENT: The tenderer shall carefully examine the tender documents and fully inform himself as to all the condition and matters which may be in any way affect the work or the cost thereof. Should a tenderer find discrepancies in, or omissions from the specification or documents, or should be in doubt as to their meaning, he should at once notify the Chief Engineer/ DSM / 5th Floor, Eastern Wing, N.P.K.R.R.MAALIGAI / TANGEDCO, 144, Anna Salai, Chennai-2 (Ph: 044 - 28521416 & Fax: 044 -28553356,

75

E-mail id : [email protected]) and obtain clarification in writing prior to submitting the tender.

48.0 MODIFICATION OF TENDER DOCUMENTS: Modification of specifications and extension of the opening date of the tender, if found necessary, will be made and TANGEDCO reserves the rights in this regard.

49.0 TECHNICAL CLARIFICATION: Any technical clarification regarding this tender may be obtained from Chief Engineer / DSM / 5th floor, Eastern Wing, NPKRR Maaligai, 144, Anna Salai, Chennai - 02.

** ** **

76

SECTION –VI

SCOPE OF WORK AND TECHNICAL SPECIFICATIONS

1.0. SCOPE OF WORK The scope of the work and duties and responsibilities of the contractor shall broadly include the following:

Details of the proposed works:

A) Supply portion:

I) Supply of 3,545 Nos. of 7W BEE’s 5-Star rated LED bulbs as per the technical Specification in Clause 10(i) of this section. II) Supply of 26,222 Nos. of 20W LED tube lights along with complete fixtures required, as per the technical Specification in Clause 10(ii) of this section. III) Supply of 9651, Nos. of 28W BEE’s 5-star rated ceiling fans along with all the required accessories such as capacitor, down rod, canopy(2 Nos.), nut & bolts, connecting wires, etc., as per the technical Specification in Clause 10(iii) of this section.

B) Releasing Portion: i. Safely releasing the existing various types of CFL Bulbs, conventional Tube lights and Ceiling fans along with its accessories as is where is basis, in the Schools and Hospitals, as detailed in Clause 11 of this section. ii. The released various types of CFL Bulbs, conventional Tube lights and ceiling fans along with its accessories shall be handed over to the respective School/Hospital/PWD authorities under dated acknowledgement.

C) Erection / Installation portion: i. The new 7W BEE’s 5-star rated LED bulbs shall be properly assembled and fixed rigidly at the same place where the earlier CFL bulbs are existing.

77 ii. The new 20W LED Tube Lights along with the fixtures shall be properly assembled and fixed rigidly at the same place where the earlier conventional Tube lights are existing. iii. The 28W BEE’s 5-star rated ceiling fans along with all the required accessories such as capacitor, down rod, canopy (2 Nos.), nut & bolts, connecting wires, etc. shall be properly assembled and fixed rigidly at the same place where the existing old ceiling fans are fixed.

iv. All joints shall be properly insulated using three layers of steel grip insulation tape.

v. The entire works like releasing, re-fixing of new tendered items, wiring etc., shall be carried out under the supervision of Licensed Electrical Supervisor having a valid license issued by the Electrical Inspectorate, Govt. of Tamil Nadu or any other State

Government. vi. All the new energy efficient electrical appliances installed shall be tested for its proper functioning in presence of School / Hospital / PWD authorities and TANGEDCO representatives and handed over to School / Hospital / PWD authorities for future maintenance by the successful bidder. The certificate for handing over by the bidder & taken over by the School / Hospital / PWD authorities as per Annexure VII shall be enclosed along with the bill.

vii. Preparation of detailed Programmes / Schedules for Installing and Commissioning activities of the appliances including appliances and manpower planning should be submitted within one week from the date of receipt of works contract order.

viii. Any other related services though not specifically mentioned herein before but necessary for proper execution of the tendered work, as stipulated, shall be carried out by the successful bidder.

ix. The successful bidder shall make his own arrangements for the storage at site.

78

1.1. Guarantee Any defects / failure of the appliances (LED Bulb, LED Tube light and Ceiling fan), has to be rectified or replaced at free of cost within the Guarantee period of three years from the date of successful commissioning.

2.0. BEE’s Certificate for Star Label: The BEE’s certificate for star labeling of appliances valid during the period of supply, shall be submitted within 30 days from the date of receipt of works contract order, failing which the Works Contract order is liable for cancellation.

3.0 SAMPLE: 3.1. Tenderers quoting against the Specification shall submit Samples i.e. 5Nos of 7W BEE’s five star rated LED bulb, 5 Nos. 20W LED Tube Lights and 2 Nos. 28W BEE’s 5-star rated 48” (1200mm) Ceiling Fan (BLDC) in complete shape as per the technical specification mentioned in Clause 10 of Section VI of the Tender specification, before the due date as indicated below for inspection and approval.

3.2. The sample of each appliance shall be arranged to be delivered to the office of the Chief Engineer / Demand Side Management / TANGEDCO, 5th floor, Eastern wing, NPKRR Maaligai, 144, Anna Salai, Chennai – 600002 on or before 12 Noon on 09.03.2021 under intimation with free of cost, freight and any other incidental charges prepaid by the tenderer, failing which the tenders will be summarily rejected. A label with following details shall be tagged on the sample sent. 1. TANGEDCO Specification Number. 2. Name or trade mark of the manufacturer. 3. Name of the tenderer with full address. 4. Name Plate Details of the appliance viz. Wattage, Lumens, Star rating etc.

79

3.3. Sample received after the due date and time will not be accepted. The tenders received without samples will be summarily rejected. 3.4. If the samples are not furnished within the stipulated time, the offer will be summarily rejected. 3.5. The sample once furnished is final. However, the TANGEDCO has the right to call for fresh sample, if necessary. 3.6. If the sample furnished is superior to that specified in the specification, such sample may be accepted without any extra commitment to the TANGEDCO on that account. 3.7. It is the responsibility of the tenderer to ensure that the samples are arranged to be delivered to the destination mentioned above before the due date when despatched from outside station by Road/Rail/Air. 3.8. The TANGEDCO will not arrange for the clearance of the consignment of samples despatched by Rail/Road/Air and the responsibility will lie with the tenderers only. The TANGEDCO cannot be insisted upon for the acceptance of the samples. The samples submitted against this enquiry should be taken back by the unsuccessful tenderer(s) at their own cost after the receipt of due intimation from the TANGEDCO. Non Clearance of samples after the receipt of the intimation from TANGEDCO will be upto the tenderer's risk. In case of successful tenderer, the sample quantity submitted to the Chief Engineer / DSM will be adjusted in the total ordered quantity.

3.9. Even if the tenderer has previously submitted a sample against any other tender, he has to supply a fresh sample again against this tender. Suitability of samples submitted against other tender specification will not be considered against this tender specification.

80

4.0. General:

a. Supply of complete appliances at site as per specification. b. Installation, commissioning and testing as per the technical specifications. c. Arrangement of all the necessary tools like drilling machines etc., all consumables like wires, insulation tapes, ravel plugs, screws etc., all lead & lifts for the execution of works, shall be provided by the Successful tenderer. d. The responsibility of safe custody of the appliances shall be with the successful bidder until they are finally handed over to the School / Hospital / PWD authority under the intimation to this office. e. The successful bidder shall not damage any existing electrical lines and other electrical equipments etc., at the site while executing the works. f. Arrangement of all the necessary spares required at site during the performance warranty period. g. Taking appropriate insurance covers for the period up to successful commissioning of the systems. h. The successful contractor has to keep the sufficient spares along with required manpower & other appliances at the service centre for early attending of complaints as & when received from the School / Hospital and also easy maintenance throughout the Guarantee period. i. The work should be commenced with the prior intimation to the occupants and it should be carried out at the convenience of occupants.

5.0. Other Features:

There shall be a Name Plate on the body of the supplied appliances which shall give the following information: i) Name of the Manufacturer or Distinctive Logo. ii) Volts, Amps, Wattage, lumens etc. iii) 5-Star Rating (in case of LED bulbs and BLDC Ceiling Fans) iv) Model Number v) Serial Number vi) Year of manufacture

81

6.0. Documentation : An Operation, Instruction and Maintenance Manual, in English and , should be provided along with the appliances. The following minimum details must be provided in the Manual: (i) DO's and DONT's, (ii) Clear instructions on regular maintenance and trouble shooting of appliances.

7.0 a) Traceability of the product to be supplied : In order to prevent the misuse of the product such as unauthorized sale or diversion to the open market, the following incorporation must be made in the product.

Engraving (or) Screen printing of “Not for Sale – TANGEDCO : BEE Govt. Schools Energy Efficiency Program” (at Schools) and the Engraving (or) Screen printing of : “Not for Sale – TANGEDCO : BEE Govt. Hospitals Energy Efficiency Program” (at Hospitals) at a suitable place on the LED Bulbs, LED Tube Lights and Ceiling Fans.

b) A display board made up of transparent Acrylic sheet (Size : 1.5 feet length x 1 feet width for Schools and 2 feet length x 2 feet width for Hospitals) with sticker pasted to it beneath the Acrylic sheet indicating the name of Energy Efficient Project implemented (in Tamil), name, logo & slogan of the funding organization (Bureau of Energy Efficiency), implementing organization i.e. TANGEDCO and State Government of Tamil Nadu, needs to be provided at the permanent place at Schools and in case of Hospitals at a permanent place, one at main entry and another at the exit of the Hospital buildings where project is implemented and securely fixed to the wall at prominent place using screws (As per Annexure - VIII)

82

8.0 The successful tenderer shall furnish the following within 30 days from the date of issue of Works contract Order failing which the order is liable for cancellation:

1. BEE’s license for star rating of appliances.

2. Valid Electrical Supervisor license of the Contractor’s Employee who will be supervising the tendered works, issued by the Electrical Inspectorate, Govt. of Tamil Nadu or any

other State Government. 3. Name, address, Mobile number, email ID, etc. of the authorized representative of the contractor to be contacted in case of failure during the Guarantee Period. 4. List of Employees who will be executing the tendered work at the site. 9.0 The successful bidder shall furnish the Installation schedule within a Week after receipt of Works Contract Order failing which the order will be liable for cancellation.

10.0. TECHNICAL SPECIFICATIONS:

i) Specification of 7 Watts BEE’s 5 Star rated LED Bulb:

S. No. DESCRIPTION SPECIFIED VALUES

1 Input Power (Wattage) 7.0 Watt ± 10%

Input operating voltage 2 150-270V AC range

AC Input operating frequency 3 50HZ ± 3% range

Average rated life span of 4 >25,000 glow hrs. LEDs used in the luminaries

5 Total Harmonic Distortion <15%

6 Working Temperature -5°C to +60°C

83

7 Working Humidity 10% to 90% RH Correlated Color Temperature 8 5700 – 6500 K (CCT)

9 Luminary Efficacy ≥135 Lumens/Watt

Color Rendering Index of 10 >70 LEDs

11 Power Factor >0.90

12 Driver Efficiency >85%

13 Ingress protection IP 20

14 Internal Surge Protection 2.5 KV

15 Base cap B22d (Bayonet cap) Luminaries configuration / 16 Shall consist of internal driver. Technical requirement 17 Integrated circuit (IC) Industrial grade or above Only high bright white power LEDs shall be used in the luminaries. Through hole 18 LED requirement LED should not be used. Only SMD shall be used. High pressure die cast Aluminium casing with Poly carbonate Milky white diffusers, 19 Finishing Anti-yellowing and Anti-aging material to be used. Proof of procurement of LED Chip from LED Chip manufacturer’s the manufacturer and the 20 details manufacturer’s credentials shall be furnished. 21 BEE’s Star rating Five Star IS 16102 (part 1 & 2), IS 16103 (Part 1 & 2), IS 16105, IS 16106, IS 15885 & 22 Applicable IS relevant IS and BEE’s standard and notifications. Third Party Endorsements / 23 LM79 / IS 16105 and LM 80 / IS 16106 Certifications Certificates from NABL accredited Certification preferred / 24 laboratories /Govt. recognized essential Laboratories. Free replacement Warranties 25 Three years for Technical defects on site

84 ii) Specification of 20 Watts Four Feet LED Tube light with complete fixtures:

S. Parameters Value No.

1 Input Power (Wattage) 20 Watts ± 10%

2 Dimension Four feet 140 to 270V AC universal input electronic 3 Input operating voltage range driver, Sustain up to 440V AC. AC Input operating frequency 4 50Hz +/- 3% range Average rated life span of LEDs 5 50,000 glow Hrs used in the luminaries 6 Total Harmonics Distortion <15% 7 Working Temperature -10 to 50 Deg C

8 Working Humidity 10% -70% RH Correlated Color Temperature 9 5700-6500K (CCT) 10 Luminaire (System) Efficacy ≥ 110 lm/W

11 Colour Rendering Index (CRI) >70

12 Power Factor > 0.90

13 LED Driver Efficiency > 85%

14 Ingress protection IP 20

15 Internal Surge Protection 2.5 KV

16 Junction Temperature < 85 Deg C Luminaire Body Temperature 17 after 24 Hrs of continuous <60 Deg C operation 18 Diffuser Glare free milky

19 Luminary housing Extruded Aluminum/Polycarbonate 20 Type of Fixture T8 Integrated 21 Type of Luminarie’s diffuser PC cover or Equivalent Proof of procurement of LED Chip from 22 LED Chip manufacturer’s details the manufacturer and the manufacturer’s credentials shall be furnished. IS 16102 (part 1 & 2), IS 16103 (Part 1 & 2), IS 16105, IS 16106, 23 Applicable IS IS 15885 & relevant IS and BEE’s standard and notifications.

85

Third Party Endorsements / 24 LM79 / IS 16105 and LM 80 / IS 16106 Certifications Certificates from NABL accredited Certification preferred / 25 laboratories /Govt. recognized essential Laboratories. Free replacement Warranties for 26 Three years Technical defects on site iii) Specification for 28 Watts BEE’s 5 star rated 48” (1200mm) Brushless Direct Current (BLDC) Ceiling Fan. S. Parameters Value No. 1 Watts 28W ± 10% 2 Type Ceiling Fan (BLDC) 3 No. of Blades Three (3) 4 Sweep 1200 mm / 48 inch 5 Speed at Maximum ≥ 350 RPM position 6 Minimum Air delivery >210 m3/min. 7 Fan Motor Brushless Direct Current Motor 8 Operating Voltage Single Phase 230 V AC ± 10 % 9 Rated Frequency 50 Hz 10 Bearing Double Ball bearing as per the IS specification. 11 Colour White / Brown / Ivory 12 Star Rating * Bureau of Energy Efficiency 5- Star Rating label on Fan 13 Service value ≥ 6.0 14 Motor Construction Totally enclosed type 15 Corrosion resistance Motor body and blades shall be corrosion resistant. 16 Class of motor Class B insulation 17 Accessories 1. Down rod – 450mm, MS Split Shackle clip. 2. Canopy – 2 Nos. 3. Remote Controller which shall be operated upto minimum 20 feet distance. i. With built-in remote (IR) Sensor for external remote control. Sensor shall be located for signal sensing through the center of the fan motor bottom cover. ii. With remote control for ON/OFF, Speed increase and decrease. 4. Shackle clip with lock – 2 sets 5. Cable – 1Sq.mm (as required) 18 Safety features Compliance to mechanical safety of fan suspension (clamp and down rod).

86

19 Tolerance Limits The performance values are minimum values & shall subject to any tolerance as per IS 374:1979 with all amendments, as applicable.

20 IS 374/1979, other relevant IS and BEE’s Applicable IS standard and notifications. 21 Warranty 3 years

** ** **

87

11.0 (i) a) SUPPLY OF NEW APPLIANCES TO SCHOOLS - ABSTRACT

7W 5-STAR RATED 20 W LED 28 W 5-STAR RATED No. of LED BULBS TUBELIGHTS BLDC CEILING FANS Schools Qty. in Nos. Qty. in Nos. Qty. in Nos. 1 CHENNAI 21 214 2407 900 2 TIRUVALLUR 30 697 1214 302 3 KANCHIPURAM 26 524 2714 108 4 CHENGALPATTU 50 466 3880 1524 SUB TOTAL (A) 127 1901 10215 2834

11.0 (i) b) SUPPLY OF NEW APPLIANCES TO HOSPITALS - ABSTRACT

7W 5-STAR RATED 20 W LED 28 W 5-STAR RATED No. of LED BULBS TUBELIGHTS BLDC CEILING FANS Schools Qty. in Nos. Qty. in Nos. Qty. in Nos. 1 TRICHY 1 0 0 100 2 THANJAVUR 2 642 12057 5377 3 SALEM 2 1002 3950 1340 SUB TOTAL (B) 5 1644 16007 6817

7W 5-STAR 20 W LED 28 W 5-STAR RATED RATED LED TUBELIGHTS BLDC CEILING FANS BULBS GRAND TOTAL (A) + (B) 3545 26222 9651

88

11 (ii) a) RELEASING & HANDING OVER OF EXISTING APPLIANCES TO SCHOOLS - ABSTRACT

Lightings Fans CFL Tubelights S. No. of DISTRICT Qty. in Nos. Qty. in Nos. No. Schools Qty. T12 T8 T5 in 9W 11W 13W Total Total (40W) (36W) (28W) Nos. 1 CHENNAI 21 64 62 88 214 1312 905 190 2407 900 2 TIRUVALLUR 30 113 140 444 697 665 269 280 1214 302 3 KANCHIPURAM 26 165 172 187 524 1776 473 465 2714 108 4 CHENGALPATTU 50 82 101 283 466 2079 1401 400 3880 1524

TOTAL 127 424 475 1002 1901 5832 3048 1335 10215 2834

11 (ii) b) RELEASING & HANDING OVER OF EXISTING APPLIANCES TO HOSPITALS - ABSTRACT Lightings Fans CFL Tubelights S. Hospital DISTRICT Qty. in Nos. Qty. in Nos. No. s Qty. T5 T12 T8 in 9W 11W 13W Total (28W Total (40W) (36W) Nos. ) 1 TRICHY 1 0 0 0 0 0 0 0 0 100 2 THANJAVUR 2 0 642 0 642 0 12057 0 12057 5377 3 SALEM 2 0 1002 0 1002 3950 0 0 3950 1340

TOTAL 5 0 1644 0 1644 3950 12057 0 16007 6817

89

11 (iii) a) LIST OF SUPPLY OF NEW APPLIANCES AND EXISTING APPLIANCES TO BE RELEASED AND HANDED OVER TO SCHOOLS New Appliances to be Existing appliances to be released and handed over in supplied in Nos. Nos. 7W 5- 20 W 28 W S. NAME OF SCHOOL Star LED 5-star No. rated Tube rated 9W 11W 13W T12 T8 T5 Ceiling LED lights BLDC CFL CFL CFL (40W) (36W) (28W) Fan bulbs Ceiling Fans GOVT HR SEC SCHOOL, MMDA 1 - 311 180 - - - 311 - - 180 COLONY GOVT.MUSLIM HR SEC SCHOOL, 2 THAYAR SHAHIB STREET, ANNA - 200 120 - - - - 200 - 120 SALAI, CHENNAI-2 PCKG GOVT HR SEC SCHOO, 3 - 350 - - - - 350 - - - , CH – 24 GOVT. GIRLS HR. SEC. SCHOOL, 4 ASHOKNAGAR, - 46 120 - - - 46 - - 120 CH-83 JAIGOPAL GARODIA GOVERNMENT GIRLS HIGHER 5 SECONDARY 75 180 - 25 25 25 - 180 - - SCHOOL,,CHENN AI-94 GOVT. GIRLS HSS, SIDCO NAGAR, , 6 - 122 80 - - - - 122 - 80 CHENNAI-49

90

New Appliances to be Existing appliances to be released and handed over in supplied in Nos. Nos. 7W 5- 20 W 28 W 5- S. Star LED star NAME OF SCHOOL No. rated Tube rated 9W 11W 13W T12 T8 T5 Ceiling LED light BLDC CFL CFL CFL (40W) (36W) (28W) Fan bulbs s Ceiling Fans GOVERNMENT HIGHER 7 SECONDARY SCHOOL, - 169 30 - - - 142 27 - 30 , CH-42. GOVT HR SEC SCHOOL, MKB 8 5 100 60 - - 5 - 100 - 60 NAGAR LADY WILLINGDON GOVT HR 9 SEC SCHOOL, - 120 40 - - - 60 40 20 40 ,CHENNAI 05 PRESIDENCY GIRLS MODEL HSS, 10 - 150 10 - - - 100 - 50 10 , CHN -08 DR.AMBEDKAR GOVT HR SEC 11 - 148 10 - - - 98 - 50 10 SCHOOL GOVT HOBART MUSLIM GIRLS 12 - 75 60 - - - 75 - - 60 HSS,,CH-14 GOVT HIGH SCHOOL, 13 3 80 50 - - 3 - 80 - 50 GOVT HR SEC SCHOOL, MGR 14 60 60 - 20 20 20 20 20 20 - NAGAR GOVT. HR. SEC. SCHOOL, G.K.M 15 - 40 69 - - - - 10 30 69 COLONY, CHENNAI- 82. JAIGOPAL GARODIA GOVERNMENT GIRLS HIGHER 16 4 52 38 2 2 - 52 - - 38 SECONDARY SCHOOL, ,CHENNAI-15

91

New Appliances to be supplied in Nos. Existing appliances to be released and handed over in Nos.

7W 20 W 28 W 5- S. 5- LED star NAME OF SCHOOL No. Star Tube rated rate lights BLDC 9W 11W 13W T12 T8 T5 Ceiling d Ceiling CFL CFL CFL (40W) (36W) (28W) Fan LED Fans bulb s

17 GHSS - 66 - - - - - 66 - -

GOVT.G.H.SCHOOL, T.NAGAR. 18 2 33 28 2 - - 33 - - 28

ARIGNAR ANNA GOVT HR SEC 19 SCHOOL, URUR ADYAR, 30 30 - 10 10 10 10 10 10 - CHENNAI-90 GOVT. MODEL HR. SEC. 20 SCHOOL, TRIPLICANE, CHENNAI 20 40 - - - 20 - 40 - - – 5 GOVT MUSLIM HIGH SCHOOL, 21 SEVEN WELLS 15 35 5 5 5 5 15 10 10 5

TOTAL 214 2407 900 64 62 88 1312 905 190 900

92

TIRUVALLUR DISTRICT

New Appliances to be Existing appliances to be released and handed over in supplied in Nos. Nos. 7W 20 W 28 W 5- S. NAME OF SCHOOL 5- LED star No. Star Tube rated 9W 11W 13W T12 T8 T5 Ceiling rated lights BLDC CFL CFL CFL (40W) (36W) (28W) Fan LED Ceiling bulbs Fans GOVT HR SEC SCHOOL, 1 46 130 20 20 18 8 90 20 20 20 ARCOTKUPPAM GOVT GIRLS HR SEC SCHOOL, 2 100 55 - 20 20 60 30 - 25 - PODATURPET GOVT.GIRLS.HR.SEC.SCHOOL 3 20 95 - 10 - 10 5 10 80 - KAMARAJ NAGAR GOVT HR SEC SCHOOL, 4 - 55 52 - - - - 15 40 52 THIRUVALANGADU GOVT HIGH SCHOOL, 5 2 53 35 - - 2 53 - - 35 NALLAVANAMPETTAI GOV HR SEC SCHOOL, 6 40 40 2 - - 40 40 - - 2 ATHIMANJERIPET GOVT BOYS HR SEC SCHOOL, 7 80 - - 10 10 60 - - - - PODATURPET DR R K GOVT BOYS HR SEC 8 20 60 - - - 20 - 60 - - SCHOOL, TIRUTTANI ARIGNAR ANNA GHSS 9 30 40 1 10 10 10 30 - 10 1 10 GHS, - 30 40 - - - 30 - - 40 11 GGHSS UTHOKOTTAI - 70 - - - - 70 - - -

93

New Appliances to be Existing appliances to be released and handed over in supplied in Nos. Nos. 7W 20 W 28 W 5- S. NAME OF SCHOOL 5- LED star No. Star Tube rated 9W 11W 13W T12 T8 T5 Ceiling rated lights BLDC CFL CFL CFL (40W) (36W) (28W) Fan LED Ceiling bulbs Fans GOVT HR SEC SCHOOL, 12 5 56 6 - - 5 16 40 - 6 BALAPURAM (WEST) GOVT GIRLS HR SEC SCHOOL, 13 30 30 5 - - 30 30 - - 5 R.K.PET GOVT HR SEC SCHOOL, 14 30 30 5 - - 30 30 - - 5 VANGANOOR GOVT HIGH SCHOOL 15 10 55 - - - 10 55 - - - KEECHALAM GOVT HIGH SCHOOL, 16 - 45 20 - - - - - 45 20 SANOORMALLAVARAM GOVT BOYS HR SEC SCHOOL 17 30 24 10 10 10 10 8 8 8 10 18 GHS – THIRUKANDALAM 40 20 - - - 40 - - 20 - GOV HIGH SCHOOL 19 - 32 26 - - - 32 - - 26 ANNAMALAICHERRY T M K V GOVT BOYS HR SEC 20 2 40 15 - - 2 40 - - 15 SCHOOL, AMMAIYARKUPPAM GOVT GIRLS HR SEC SCHOOL, 21 2 40 15 - - 2 40 - - 15 TIRUTTANI GOVT HR SEC SCHOOL 22 MADHURAVOYAL 24 24 8 8 8 8 8 8 8 8

94

New Appliances to be Existing appliances to be released and handed over in supplied in Nos. Nos.

S. 7W 20 W 28 W 5- NAME OF SCHOOL No. 5- LED star Star Tube rated 9W 11W 13W T12 T8 T5 Ceiling rated lights BLDC CFL CFL CFL (40W) (36W) (28W) Fan LED Ceiling bulbs Fans GOVT HR SEC SCHOOL 23 24 24 8 8 8 8 8 8 8 8

GOVT HR SEC SCHOOL S M 24 NAGAR 24 24 8 8 8 8 8 8 8 8

GOVT GIRLS HIGH SCHOOL 25 24 24 5 8 8 8 8 8 8 5 AYAPAKKAM AMK GOVT GIRLS HR SEC 26 SCHOOL, 25 25 2 - - 25 25 - - 2 AMMAYARKUPPAM GOVT HIGH SCHOOL, 27 AMIRTHAPURAM - 33 18 - - - 9 24 - 18

28 GHS NAZARATHPETTAI 20 30 - - - 20 - 30 - - 29 GHSKOTTAMEDU 20 30 - - 20 - - 30 - - 30 GHSS 49 - 1 1 20 28 - - - 1 TOTAL 697 1214 302 113 140 444 665 269 280 302

95

KANCHIPURAM DISTRICT

New Appliances to be Existing appliances to be released and handed over in supplied in Nos. Nos.

7W 20 W 28 W 5- S. NAME OF SCHOOL 5- LED star No. Star Tube rated 9W 11W 13W T12 T8 T5 Ceiling rated lights BLDC CFL CFL CFL (40W) (36W) (28W) Fan LED Ceiling bulbs Fans 1 GHSS, (G) 36 143 - 12 12 12 80 35 28 -

2 GHSS,KUNDRATHUR (B) 33 145 - 11 11 11 85 33 27 -

3 GHSS,SRIPERUMPUTHUR(G) 30 135 - 10 10 10 80 30 25 -

4 GHS, 30 135 - 10 10 10 80 30 25 -

5 GHSS,(B) 30 135 - 10 10 10 80 30 25 -

6 GHSS,AYYAPANTHANGAL 30 135 - 10 10 10 80 30 25 -

7 GHSS,MATHUR 27 126 - 9 9 9 70 30 26 -

8 GHSS,PANRUTI 27 124 - 9 9 9 77 22 25 -

9 GHSS, 27 124 - 9 9 9 77 22 25 - 10 GHS,MANIMANGALAM 27 124 - 9 9 9 77 22 25 -

96

New Appliances to be Existing appliances to be released and handed over in supplied in Nos. Nos.

7W 20 W 28 W 5- S. 5- LED star NAME OF SCHOOL No. Star Tube rated rated lights BLDC 9W 11W 13W T12 T8 T5 Ceiling LED Ceiling CFL CFL CFL (40W) (36W) (28W) Fan bulbs Fans

11 GHS,NANTHAMPAKKAM 27 124 - 9 9 9 77 22 25 -

12 GHSS,KOLAPAKKAM 27 124 - 9 9 9 77 22 25 -

13 GHSS,SRIPERUMPUTHUR(B) 24 117 - 8 8 8 75 20 22 -

14 GHSS,MOLACHUR 24 117 - 8 8 8 75 20 22 -

15 GHS,VADAKKUPATTU 24 117 - 8 8 8 75 20 22 -

16 GHS,CHENNAKUPPAM 24 117 - 8 8 8 75 20 22 -

17 GHS KATTARAMBAKKAM 24 117 - 8 8 8 75 20 22 -

18 GHS THUNDALKAZHANI 24 117 - 8 8 8 75 20 22 -

19 GHS,PATTUR MUSLIUM 2 52 65 - - 2 25 25 2 65

97

New Appliances to be Existing appliances to be released and handed over in supplied in Nos. Nos.

7W 20 W 28 W 5- S. 5- LED star NAME OF SCHOOL No. Star Tube rated rated lights BLDC 9W 11W 13W T12 T8 T5 Ceiling LED Ceiling CFL CFL CFL (40W) (36W) (28W) Fan bulbs Fans

GHSS,MADHURAMANGALAM 20 - 100 - - - - 100 - - -

21 GHS,NELLUR - 72 - - - - 72 - - -

22 GHSS,SOMANGALAM 5 20 38 - 5 - 20 - - 38

GHS,VADAKKU 23 2 59 - - 2 - 59 - - - MALAYAMPAKKAM

24 GHSS,101 JAMINE THANDALAM - 60 - - - - 60 - - -

25 GHSS AYYANKARKULAM 20 25 5 - - 20 - - 25 5

26 GHS, - 50 - - - - 50 - - -

TOTAL 524 2714 108 165 172 187 1776 473 465 108

98

CHENGALPATTU DISTRICT

New Appliances to be Existing appliances to be released and handed over in supplied in Nos. Nos. 7W 20 W 28 W 5- S. 5- LED star NAME OF SCHOOL No. Star Tube rated 9W 11W 13W T12 T8 T5 Ceiling rated lights BLDC CFL CFL CFL (40W) (36W) (28W) Fan LED Ceiling bulbs Fans M B N GOVT G HSS, 1 30 200 - 10 10 10 - 200 - - CHROMPET, CHENNAI - 44 GOVT. HSS KANNAGI NAGAR, 2 72 84 72 36 - 36 - - 12 72 CHENNAI – 97 GOVT. HSS THIRUVANCHERY, 3 14 113 97 14 - - 1 112 - 97 CHENNAI-73 GOVT. HSS, SOLINGANALLUR, 4 - 108 98 - - - - 108 - 98 CHENNAI-119 GOVT. HSS , 5 - 136 64 - - - 136 - - 64 CHENNAI – 600100 6 G ADW HSS KILAMBAKKAM - 130 60 - - - - 130 - 60

7 GGHSS CHENGALPATTU 7 100 78 3 2 2 100 - - 78

GOVT. HSS. KOVILAMPAKKAM, 8 - 185 ------CHENNAI – 129 9 GHSS EXTN 50 120 - - - 50 60 - 60 -

10 GGHSS THIRUKAZHUKUNDRAM 2 75 84 - 1 1 - 10 65 84

11 GGHSS - 80 80 - - - - 10 70 80

99

New Appliances to be Existing appliances to be released and handed over in supplied in Nos. Nos. 7W 20 W 28 W 5- S. 5- LED star NAME OF SCHOOL No. Star Tube rated 9W 11W 13W T12 T8 T5 Ceiling rated lights BLDC CFL CFL CFL (40W) (36W) (28W) Fan LED Ceiling bulbs Fans MUNCIPAL HSS, JAMIN 12 , CHENNAI- - 80 72 - - - 80 - - 72 117 13 GBHSS THIRUPORUR - 70 70 - - - - - 70 70

14 GHSS CHEYYUR (GIRLS) 2 50 80 - 2 - 30 20 - 80

15 GHS ASTHINAPURAM 13 65 54 - 13 - - 65 - 54 GOVT. HS., PERUMPAKKAM, 16 84 48 - 12 36 36 24 12 12 - CHENNAI-100 GOVT HSS, ANAGAPUTHUR, 17 - 122 - - - - - 122 - - CHENNAI - 70 GOVT HSS. MADAMPAKKAM, 18 - 120 - - - - - 120 - - CHENNAI-73 GOVT. HSS , 19 - 106 - - - - - 106 - - CHENNAI-96 20 GHS RATHINAMANGALAM - 59 44 - - - 59 - - 44

21 GHS KARUMBAKKAM - 54 48 - - - 54 - - 48

22 GHS HANUMANTHAPURAM - 54 48 - - - 54 - - 48

23 GHS KARUNILAM - 54 48 - - - 54 - - 48

100

New Appliances to be Existing appliances to be released and handed over in supplied in Nos. Nos. 7W 20 W 28 W 5- S. 5- LED star NAME OF SCHOOL No. Star Tube rated 9W 11W 13W T12 T8 T5 Ceiling rated lights BLDC CFL CFL CFL (40W) (36W) (28W) Fan LED Ceiling bulbs Fans 24 GHS - 54 48 - - - 54 - - 48

25 GHSS ANJUR 10 50 40 - - 10 50 - - 40

26 GHS KARANAIPUDUCHERY - 50 45 - - - 50 - - 45

27 GHS IRUMBULI 2 49 43 - - 2 - - 49 43

28 G ADW HSS - 76 18 - - - 62 14 - 18

29 GHSS ACHARAPAKKAM (GIRLS) 4 84 - - - 4 84 - - -

30 GHSS MORAPAKKAM 4 84 - - - 4 84 - - -

31 GHSS VEDANTHANGAL 4 84 - - - 4 84 - - -

32 GHSS KADAPAKKAM (BOYS) 4 84 - - - 4 84 - - -

33 GHSS VENNANGUPATTU 4 84 - - - 4 84 - - -

34 GHSS CHEYYUR (BOYS) 4 84 - - - 4 84 - - -

35 GHSS THIRUVATHUR 4 84 - - - 4 84 - - -

36 GHSS ANAICUT 4 84 - - - 4 84 - - -

37 GHSS VEERANAMKUNNAM 4 84 - - - 4 84 - - -

101

New Appliances to be Existing appliances to be released and handed over in supplied in Nos. Nos. 7W 20 W 28 W 5- S. NAME OF SCHOOL 5- LED star No. Star Tube rated 9W 11W 13W T12 T8 T5 Ceiling rated lights BLDC CFL CFL CFL (40W) (36W) (28W) Fan LED Ceiling bulbs Fans 38 GHS KATTANKULATHUR - 35 51 - - - 35 - - 51 39 GHSS 20 40 25 5 5 10 20 - 20 25 40 GHSS 10 52 22 - - 10 52 - - 22 MUNICIPAL HSS., 41 2 40 40 2 - - 40 - - 40 HASTINAPURAM, CHENNAI-64 GOVT B HSS, CHROMPET, 42 - 82 - - - - - 82 - - CHENNAI-44 GHSS MADURANTHAGM 43 60 - 20 - - 60 - - - 20 (GIRLS) GOVT. HSS OKKIYAM 44 - 77 - - - - 42 35 - - THORAIPAKKAM, CHENNAI – 96 45 GHS THIMMAPURAM 17 59 - - 17 - 59 - - - 46 GHSS KOOVATHUR 15 60 - - 15 - 60 - - - GHSS MANAMPATHY 47 - 42 30 - - - - - 42 30 (CHENGAI) 48 GHSS KAYAPAKKAM - 35 35 - - - 35 - - 35 49 GHSS 20 40 10 - - 20 40 - - 10 GOVT. HS., GUDUMIYANDI 50 - 70 - - - - - 70 - - THOPPU, CHENNAI - 119

TOTAL 466 3880 1524 82 101 283 2079 1401 400 1524

102

11 (iii) b) LIST OF SUPPLY OF NEW APPLIANCES AND EXISTING APPLIANCES TO BE RELEASED AND HANDED OVER TO HOSPITALS TRICHY DISTRICT New Appliances to be Existing appliances to be released and handed over in supplied in Nos. Nos. 7W 20 W 28 W 5- S. No. NAME OF HOSPITAL 5- LED star Star Tube rated 9W 11W 13W T12 T8 T5 Ceiling rated lights BLDC CFL CFL CFL (40W) (36W) (28W) Fan LED Ceiling bulbs Fans 1 Govt. Rajaji TB Hospital, Trichy 0 0 100 0 0 0 0 0 0 100 TOTAL 0 0 100 0 0 0 0 0 0 100

THANJAVUR DISTRICT

New Appliances to be Existing appliances to be released and handed over in supplied in Nos. Nos. 7W 5- 20 W 28 W 5- Star LED Tube star 9 S. No. NAME OF HOSPITAL T12 rated lights rated W 11W 13W T8 T5 Ceiling (40 LED BLDC CF CFL CFL (36W) (28W) Fan W) bulbs Ceiling L Fans Govt. Rajamirasudhar 1 161 2422 1395 0 161 0 0 2422 0 1395 Hospital, Thanjavur Govt. Thanjavur Medical 2 481 9635 3982 0 481 0 0 9635 0 3982 College Hospital, Thanjavur TOTAL 642 12057 5377 0 642 0 0 12057 0 5377

103

SALEM DISTRICT New Appliances to be Existing appliances to be released and handed over in supplied in Nos. Nos. 7W 20 W 28 W 5- 5- LED star S. No. NAME OF HOSPITAL Star Tube rated 9W 11W 13W T12 T8 T5 Ceiling rated lights BLDC CFL CFL CFL (40W) (36W) (28W) Fan LED Ceiling bulbs Fans Govt. Mohan Kumaramangalam 1 410 2550 840 0 410 0 2550 0 0 840 Medical College Hospital, Salem Govt. Super Speciality Hospital 2 592 1400 500 0 592 0 1400 0 0 500 & Trauma Care, Salem

TOTAL 1002 3950 1340 0 1002 0 3950 0 0 1340

104

SECTION VII – FORMATS SPECIFICATION No.DSM – 01 / 2020 - 21 SCHEDULE – A – PRICE (to be filled online only) MATERIAL PRICE LABOUR PRICE Packi Freig ng & ht Unit Total Total Total Total Forw and GST all Material Unit Qty. in Basic Labou GST Labour Material ardin Insur amou inclus all Labour Nos. price r amou price + g ance nt in ive inclusive Price in S. in Rs. Price nt incl. Labour Description of Material Rs. price price in Rs. No. in Rs. GST (Rs) Rs.

f = b+c i= a b c d e g= f*a h J k = i+j l = g + k +d+ h*a e Supply, installation, testing and commissioning of 7 W BEE's 5-star rated LED 1 3545 Bulbs after releasing the existing CFL bulbs as per the Technical specification. Supply, installation, testing and commissioning of 20W LED Tube Lights 2 26222 after releasing the existing conventional Tubelights as per the Technical specification.

105

Supply, installation, testing and commissioning of 28W BEE's 5-star rated 3 Ceiling fans after 9651 releasing the existing conventional Fans as per the Technical specification

GRAND TOTAL (MATERIAL + LABOUR)

NOTE : HSN Code and SAC code to be mentioned for each of the above items.

COMPANY SEAL DATE : SIGNATURE DESIGNATION COMPANY NAME :

106

SCHEDULE –B

SPECIFICATION No.DSM – 01 / 2020 - 21

DEVIATION FROM TECHNICAL SPECIFICATION

All technical deviations from the specification shall be filled in by the tenderer, clause by clause, in the Schedule.

SECTION NO. CLAUSE NO. DEVIATION

The tenderer hereby confirms that the above mentioned are the only deviations from the Technical Specification and the tender conforms to the specification in all other respects.

COMPANY SEAL

DATE SIGNATURE

DESIGNATION

COMPANY NAME

107

SCHEDULE – C

SPECIFICATION No.DSM – 01 / 2020 - 21

DEVIATION FROM COMMERCIAL SPECIFICATION

All Commercial deviations from the specification shall be filled in by the tenderer, clause by clause, in the Schedule.

SECTION NO. CLAUSE NO DEVIATION

The tenderer hereby confirms that the above mentioned are the only deviations from the Commercial Specification and the tender conforms to the specification in all other respects.

COMPANY SEAL

DATE

SIGNATURE

DESIGNATION

COMPANY NAME

108

SCHEDULE – D

SPECIFICATION No.DSM – 01 / 2020 - 21

STATEMENT OF WORK CONTRACT ORDERS EXECUTED/ UNDER EXECUTION AS ON DATE OF TENDER OPENING

S. Name and Description Work Qty. Value Schedul Actual date Whether in address of Contrac of e date of of Service till No. the t Order order completi Completion date Organisation No. & in Rs. on of of Order Lakhs Order Date (1) (2) (3) (4) (5) (6) (7) (8) (9)

COMPANY SEAL

DATE

SIGNATURE

DESIGNATION

COMPANY NAME

109

TAMIL NADU GENERATION AND DISTRIBUTION CORPORATION LIMITED DECLARATION FORM SPECIFICATION No.DSM – 01 / 2020 - 21

SCHEDULE – E To The Chief Engineer/DSM TANGEDCO, 5th Floor, Eastern Wing, NPKRR Maaligai, Electricity Avenue, 144, Anna Salai, Chennai – 600 002. Dear Sir, 1. Having examined the above specification together with the accompanying schedules etc., we hereby offer to supply the materials / execute the works covered in this specification at the rates entered in the attached schedule of prices. 2. We hereby guarantee the particulars entered in the schedules attached to the specification.

3. In accordance with security deposit cum performance guarantee clause, Section-V of the specification we agree to furnish security deposit cum performance guarantee to the extent of 5% of the total value of the contract.

4. Our company is not a potentially Sick Industrial Company or a Sick Industrial Company in terms of Section-23 or Section-15 of the Sick Industrial Companies (Special Provisions) Act, 1985.

Yours faithfully,

PLACE : SIGNATURE :

DATE : DESIGNATION :

COMPANY SEAL : COMPANY :

110

SCHEDULE –F

SPECIFICATION No.DSM – 01 / 2020 - 21

DECLARATION FORM To be signed with company seal on letter head and uploaded in the technical Bid TENDER ACCEPTANCE LETTER (To be given on Company Letter Head) Date: To, ------

Sub: Acceptance of Terms & Conditions of Tender. Tender Reference No:------Name of Tender/Work

Dear Sir, 1. I/We have downloaded / obtained the tender document(s) for the above mentioned ‘Tender/Work’ from the web site(s) namely: ------As per your advertisement, given in the above mentioned website(s).

2. I/We hereby certify that I/We have read the entire terms and conditions of the tender documents from page No._____ to ______(including all documents like annexure(s), schedule(s), etc.,) which form part of the contract agreement and I/We shall abide hereby the terms / conditions / clauses contained therein.

3. The corrigendum(s) issued from time to time by your department/ organization too has also been taken into consideration, while submitting this acceptance letter.

111

4. I/We hereby unconditionally accept the tender conditions of above mentioned tender document(s) corrigendum(s) in its totality / entirety. 5. In case any provisions of this tender are found violated, then your department/organization shall without prejudice to any other right or remedy be at liberty to reject this tender/bid including the forfeiture of the full said earnest money deposit absolutely.

Yours Faithfully, (Signature of the bidder, with official Seal)

******

112

SCHEDULE – G QUESTIONNAIRE-A SPECIFICATION No.DSM – 01 / 2020 - 21

CHECK LIST FOR BID QUALIFICATION

S.No. Particulars Bidder’s Response. 01 Name and Address of the Firm / Company. 02 Address of the Registered office, Phone Nos. etc., 03 Address of the Factory/Works, Phone Nos. etc., 04 Fax No. for correspondence and E-Mail address. 05(a) Confirm whether the tenderer has executed Works as per BQR. (b) If yes, whether documentary evidence is Yes/No enclosed as per BQR condition. (c) If so, list the documentary evidence. 06 Whether the bidder is old Yes/No supplier/contractor to TANGEDCO. 07 Whether the copies of orders executed to Yes/No State / Central Govt. Power Utilities or State/Central Govt. Organizations / Undertakings or Public sector undertakings or Private Organisations enclosed. 08 Whether performance certificates from the Yes/No end users enclosed. 09 Annual Turnover of the Bidder last three financial years preceding the year 2020-21. Yes/No 2017 – 2018 2018 – 2019 2019 – 2020

10(a) Whether documentary evidence produced for the annual turn over.

(b) If so, whether certificate from auditor Yes/No furnished or copies of audited annual statement of accounts furnished.

113

UNDERTAKING: I, ______Sole Proprietor / Partner of M/s.______give undertaking that details given in the above QUESTIONNAIRE-A are correct to the best of my knowledge and I agree to abide by all your Tender / Order terms & conditions.

Date : SIGNATURE OF THE TENDERER Place : NAME STATUS IN THE COMPANY (AFFIX SEAL OF THE COMPANY)

114

QUESTIONNAIRE-B

SPECIFICATION No.DSM – 01 / 2020 - 21

CHECK LIST FOR COMMERCIAL TERMS

S.No. Particulars Bidder’s Response. 01 EARNEST MONEY DEPOSIT: (i) Amount. Rs. (ii) Mode of payment. NEFT/RTGS/ by way of Account transfer / Undertaking. (iii) If exempted state whether the bidder SSI unit of Tamil Nadu / is. SSI unit registered with NSIC / Unit of Government of Tamil Nadu. (iv) If SSI unit state whether copy of duly Yes/No attested permanent Registration Certificate enclosed. (v) Whether the appliances/works Yes/No. tendered is included in the certificate. (vi) Validity of the permanent registration Yes/No certificate. (vii) Whether undertaking on a non-judicial Yes/No stamp paper of value more than Rs.100/- (Rupees One hundred) uploaded in lieu of EMD. 02 Whether the offer is valid for a period Yes/No of 90 (Ninety) days from the date of opening of commercial/ Technical bids. 03 PRICE: i) Whether quoted firm price valid for Yes/No the entire contract period. ii) Whether the quoted price contain the Yes/No following breakup price. a) Unit Appliances price. Yes/No

115

d) Unit Labour Charges Yes/No e) Unit GST applicable (Percentage and Yes/No amount). vi) Confirm that the price quoted is after Yes/No taking into account of the ITC benefit. vii) Whether the tenderer is agreeable in Yes/No case of delayed delivery, the GST prevailing on the date of actual delivery or the GST applicable on the last date of contractual delivery period whichever less shall only be payable. viii) Confirm that Freight and Insurance Yes/No charges quoted are applicable for delivery to any of the TANGEDCO stores in Tamil Nadu including the unloading by the supplier. 04 Whether the tenderer is agreeable for the following clauses specified under Section-V of the Specification. i) Payment terms (Clause-7) Yes/No ii) Security Deposit (Clause-8) Yes/No iii) Delivery (Clause-9) Yes/No iv) Liquidated Damages (Clause-11) Yes/No v) Guarantee (Clause-13) Yes/No vi) Jurisdiction for legal proceedings Yes/No (Clause-19) 05 Whether tenderers furnished their PAN No. permanent Account Number (PAN) and GSTIN in their offer. 06(i) Whether the tenderer has accepted all the commercial terms of specification of TANGEDCO. Yes/No. (ii) If not, give details of commercial deviation in the deviation schedule C.

116

UNDERTAKING : I, ______Sole Proprietor / Partner of M/s.______give undertaking that details given in the above QUESTIONNAIRE-B are correct to the best of my knowledge and I agree to abide by all your Tender / Order terms & conditions.

Date : SIGNATURE OF THE TENDERER Place : NAME

STATUS IN THE COMPANY (AFFIX SEAL OF THE COMPANY)

117

QUESTIONNAIRE-C SPECIFICATION No.DSM – 01 / 2020 - 21

CHECK LIST FOR TECHNICAL TERMS

S.No. Particulars Bidder’s Response. 01(i) Whether the appliances offered is exactly as per technical specification of TANGEDCO. Yes/No. (ii) If not, give details of technical deviation in the deviation Schedule B.

UNDERTAKING :

I, ______Sole Proprietor / Partner of M/s.______give undertaking that details given in the above QUESTIONNAIRE-C are correct to the best of my knowledge and I agree to abide by all your Tender / Order terms & conditions. Date : SIGNATURE OF THE TENDERER Place : NAME STATUS IN THE COMPANY (AFFIX SEAL OF THE COMPANY)

118

SCHEDULE – H SPECIFICATION No.: DSM – 01 / 2020 - 21

GST Declaration to be submitted by the L1 Tenderer in NJS paper of value not less than ₹80/- To The Chief Engineer / Demand Side Management, TANGEDCO.

1. We hereby declare and confirm that we are registered vendor under GST Act having GSTIN______in State of ______. Our applicable GST% for the above reference job is______under code . OR We hereby declare and confirm that we are registered vendor under composite scheme having GSTIN. 2. We are aware that as per sec 171 of CGST Act(ie. ITC benefit), any reduction in rate of tax on any supply of goods or services or the benefit of input tax credit should be passed on to TANGEDCO by way of commensurate reduction in prices and as such we hereby declare that we are extending Rs. /- as rebate in my quoted price against input tax credit benefit. OR We hereby declare that we do not have any input tax credit benefit on account of GST applicable against this job. If it is established that we have availed input tax credit benefit against this job, the differential tax benefit will be returned to TANGEDCO failing which TANGEDCO may take appropriate action.

Signature of bidder with Company Seal. Note: Bidder may strike out the para not applicable

119

SCHEDULE – I SPECIFICATION No.: DSM – 01 / 2020 - 21 GUARANTEED TECHNICAL PARTICULARS (To be furnished by company commensurate with Technical Specification) i) Specification of 7 Watts BEE’s 5 Star rated LED Bulb:

S. DESCRIPTION SPECIFIED VALUES No. 1 “Make” offered 2 Input Power (Wattage) 3 Input operating voltage range 4 AC Input operating frequency range Average rated life span of LEDs used in the 5 luminaries 6 Total Harmonic Distortion 7 Working Temperature 8 Working Humidity 9 Correlated Color Temperature (CCT) 10 Luminary Efficacy

11 Color Rendering Index of LEDs

12 Power factor 13 Driver Efficiency 14 Ingress protection 15 Internal Surge Protection 16 Base cap Luminaries configuration / Technical 17 requirement 18 Integrated circuit (IC) 19 LED requirement 20 Finishing 21 LED Chip manufacturer’s details 22 BEE’s Star rating 23 Applicable IS Third Party Endorsements / 24 Certifications 25 Certification preferred / essential 26 Warranty

120 ii) Specification of 20 Watts Four Feet LED Tube light with complete fixtures:

S. Parameters Value No.

1 “Make” offered

2 Input Power (Wattage)

3 Dimension

4 Input operating voltage range AC Input operating frequency 5 range Average rated life span of LEDs 6 used in the luminaries 7 Total Harmonics Distortion 8 Working Temperature

9 Working Humidity Correlated Color Temperature 10 (CCT) 11 Luminaire (System) Efficacy

12 Colour Rendering Index (CRI)

13 Power Factor

14 LED Driver Efficiency

15 Ingress protection

16 Internal Surge Protection

17 Junction Temperature Luminaire Body Temperature after 18 24 Hrs of continuous operation 19 Diffuser

20 Luminary housing 21 Type of Fixture 22 Type of Luminarie’s diffuser

23 LED Chip manufacturer’s details

24 Applicable IS Third Party Endorsements / 25 Certifications 26 Certification preferred / essential

27 Warranty

121 iii) Specification for 28 Watts BEE’s 5 star rated 48” (1200mm) Brushless Direct Current (BLDC) Ceiling Fan. S. Parameters Value No. 1 “Make” offered 2 Watts 3 Type 4 No. of Blades 5 Sweep 6 Speed at Maximum position 7 Minimum Air delivery 8 Fan Motor 9 Operating Voltage 10 Rated Frequency 11 Bearing 12 Colour 13 Star Rating * 14 Service value 15 Motor Construction 16 Corrosion resistance

17 Class of motor insulation 18 Accessories

19 Safety features

20 Tolerance Limits

21 Applicable IS 22 Warranty

122

ANNEXURE – I SPECIFICATION No. DSM – 01 / 2020 - 21

UNDERTAKING IN LIEU OF PAYMENT OF EMD (To be furnished in non-judicial stamp paper of value not less than Rs.100.00)

THIS DEED OF UNDERTAKING EXECUTED AT ______on this the ______day of ______two thousand twenty one by M/s.______called “Tenderer” (which expression shall where the context so admits mean and include their Agents, Representatives, Successors – in – office and Assigns). TO AND IN FAVOUR OF ______THE TAMIL NADU GENERATION AND DISTRIBUTION CORPORATION LTD., a body Corporate incorporated under Companies Act, 1956, having its office at 10th Floor , NPKRR MAALIGAI, 144, Anna Salai, Chennai – 600 002, herein called the “TANGEDCO” (which expression shall where the context so admits mean and include its successors in office and assigns). WHEREAS THE tenderer is required to pay Earnest Money Deposit of Rs.______for participation in the tender for rectification of_____ in terms of Spec No.______.

AND WHEREAS the tenderer is exempted by the TANGEDCO from payment of EMD in the form of cash, subject to the tenderer executing an undertaking to the value of Rs.______(Rupees______only) representing the amount equivalent to the amount of EMD specified to be paid to the TANGEDCO in the event of non fulfillment or breach of any of the conditions of the tender by the Tenderer as mentioned hereunder. AND WHEREAS in consideration of the acceptance by the TANGEDCO of the above proposal. The tenderer has agreed to pay to the

123

TANGEDCO the said amount of Rs.______in the event of :- 1. With drawing his tender before the expiry of the validity period. or 2. WITH DRAWING HIS TENDER AFTER ACCEPTANCE, or Violating any of the conditions of the tender issued by the competent authority:

NOW THIS UNDERTAKING WITNESSES THAT IN PURSUANCE of the said agreement the Tenderer hereby doth covenant with the TANGEDCO that in consideration of the “Corporation” waiving the condition of payment of EMD in cash in terms of the said specification, the Tenderer has agreed to pay to the TANGEDCO Rs.______(Rupees ______only) in the event of i) withdrawing his tender before expiry of the validity period. ii) Withdrawing his tender after acceptance. iii) Violating any of the conditions of the tender issued by the competent authority.

NOW THE CONDITION OF THE ABOVE written undertaking is such that if the tenderer shall duly and faithfully observe and perform the conditions specified as above then the above written undertaking shall be void, otherwise it shall remain in full force.

The tenderer under takes not to revoke this guarantee till the contract is completed under the terms of contract.

The expression “ Tenderer” and the TANGEDCO here after used shall include then respective successors and assign in office.

124

IN WITNESS WHEREOF THIRU ______acting for and on behalf of the tenderer has signed this deed on the day, month and year before first mentioned.

In the presence of witness:

PAN No. : Service Tax Registration No.:

SIGNATURE 1. NAME IN BLOCK LETTER

SEAL OF THE COMPANY.

2.

125

ANNEXURE - II

SPECIFICATION No.DSM – 01 / 2020 - 21

GUARANTEE IN RESPECT OF SECURITY DEPOSIT CUM PERFORMANCE OF APPLIANCES / EQUIPMENTS / WORKS PAYABLE BY THE TENDERER STAMP PAPER VALUE RS.100/-

THIS DEED OF GUARANTEE MADE AT CHENNAI this . . . . . day of . .. Two thousand and …… between the...... (hereinafter called “The Bank”) of the one part and the Tamil Nadu Generation and Distribution Corporation Limited, a body corporate incorporated under Companies Act, 1956, having its registered office at 144, Anna Salai, NPKRR Maaligai, Chennai – 600002 (hereinafter called the Purchaser) of the other part: WHEREAS ...... (hereinafter called “the Contractor”) have by virtue of the contract entered into with the Purchaser as per WCT. No...... agreed with the Purchaser to supply . . . . in accordance with the terms and conditions contained therein: AND WHEREAS the Purchaser in his WCT No. . . . has directed the Contractor to pay a sum of Rs. . . . /- (Rupees ...... only) as Security Deposit cum performance Guarantee. AND WHEREAS the contractor has requested the Purchaser to accept the Bank guarantee in lieu of Security Deposit cum performance Guarantee in cash: AND WHEREAS the Purchaser has agreed to accept the Bank Guarantee from a Scheduled Bank towards Security Deposit cum performance Guarantee for a sum equivalent to 5% (Five percent) of the value of the contract for the satisfactory performance of the contract: AND WHEREAS the Bank has, at the request of the Contractor, agreed to Guarantee the payment of the said sum in case the contract is not performed in accordance with the specifications indicated in the terms and conditions contained in WCT. No......

126

NOW THE DEED WITNESSESS AS FOLLOWS:- 1) IN consideration of the Purchaser having agreed to accept a Bank Guarantee from a scheduled Bank towards Security Deposit cum performance Guarantee for a sum equivalent to Rs...... /- (Rupees ...... only), the Bank do hereby guarantees that if the Contractor fails to perform the contract in accordance with the specification and conditions of the contract as subsequently amended, the Bank shall pay forthwith to the purchaser such amount or amounts as per Bank may be called upon to pay by the Purchaser: PROVIDED that the liability of the Bank under this Deed shall not at any time exceed the said Guaranteed amount of Rs...... /- (Rupees ...... only). PROVIDED further that the Guarantee hereunder furnished shall be released as soon as the contractor has performed his part of the contract in accordance with the terms of the contract and a certificate to that effect is issued by the purchaser; 2) The Bank further undertakes to indemnify the purchaser against any loss or damage that may be caused or suffered by the Purchaser by reason of any breach of the terms and conditions in the said WCT...... 3) The Guarantee herein contained shall remain in force till the terms and conditions of the WCT. No. . . . have been fully and properly carried out by the said Contractor and in any case, the Guarantee shall not hold good after the . . . . . 4) The Bank further agrees with the Purchaser that the purchaser shall have the fullest liberty (without the consent of the Bank and without affecting in any manner the obligations of the Bank hereunder) to vary any of the terms and conditions of the contract or to extend the time of performance of the contract by the said contractor from time to time or to postpone from time to time any of the powers exercisable by the purchaser against the said contractor and to forbear or to enforce any of the terms and condition relating to the said contract and the bank shall not be relieved of its liability by reason of any such

127 variations or extensions being granted to the said contractor or by reason of any forbearance, act or omission on the part of the purchaser or any indulgence by the purchaser to the said contractor or by any such matter or thing whatsoever which under the law relating to sureties would but for these provisions have the effect of so relieving the Bank. 5) Any account settled between the Purchaser and the contractor shall be the conclusive evidence against the Bank for the amount due and shall not be questioned by the Bank. 6) The Expressions “Bank”, “Purchaser” and “Contractor” herein before used shall include their respective successors and assigns: Not withstanding anything contained herein: i) Our liability under this Bank Guarantee shall not exceed Rs...... /- (Rupees ...... only) ii) This Bank Guarantee shall be valid upto ...... iii) We are liable to pay the guaranteed amount or any part thereof under this Bank Guarantee only and only if you serve upon us a written claim or demand on or before ...... IN WITNESS WHEREOF Thiru...... and on behalf of the bank has signed this Deed on the day, month and year first above written.

IN THE PRESENCE OF WITNESSES. 1. 2.

128

ANNEXURE - III

SPECIFICATION No.DSM – 01 / 2020 - 21

UNDERTAKING TOWARDS JURISDICTION OF LEGAL PROCEEDINGS (To be furnished in non-judicial stamp paper of value not less than Rs.100/-) This Undertaking executed at ……………………………………………….….. on this …………….. (date) ………………………………… …………………. Month Two Thousand …………by M/s ………………………………………………, a company registered under Companies Act , 1956 having its registered office at ……………………………………………………………………………………….hereinafter called the Contractor ( which expression shall where the context so admits mean and include its successors in office and assigns ) with the TANGEDCO, a statutory authority created under the powers vested with the Electricity Act 2003, having its registered office at 144, Anna Salai, NPKRR Maaligai, Chennai – 600002, hereinafter called the Purchaser (which expression shall where the context admits mean and include its successors in office and assigns ). WHEREAS the contract is for the supply of…………………in terms of the P.O No. . . . . date ...... AND WHEREAS in accordance with Clause ………of the above said P.O Certain terms were stipulated for the above supply. AND WHEREAS in accordance with clause …… ……………………… of the above mentioned Purchase Order the contractor has to furnish an Undertaking that no suit or any proceedings in regard to any matter arising in any respect under this contract shall be instituted in any court other than in the City Civil Court of Chennai or other Court of small causes, at Chennai. In consideration of the TANGEDCO having agreed to accept the Undertaking from the contractor, we hereby undertake that no suit or proceedings in regard to any matter arising in any respect under this contract shall be instituted in any court other than in the City Civil Court of Chennai or other Court of small causes, at Chennai.

129

It is also agreed that no other court shall have jurisdiction to any suit or proceedings even though part of the cause of action might arise within their jurisdiction. In case any part of the action arises within the jurisdiction of any of the courts in Chennai City, then it is agreed to between the parties that such suits or proceedings shall be instituted in court within Tamil Nadu and no other court outside Tamil Nadu shall have jurisdiction even though any part of the cause might arise within the jurisdiction of such courts.

IN WITNESS WHEREOF THIRU………………………………………….. of the contractor hereby puts his hand and seal for due observance of the Undertaking in the presence of the following witnesses.

SIGNATURE WITH SEAL

WITNESSES:

(Signature with Name and Address)

1.

2.

130

ANNEXURE - IV

SPECIFICATION No.DSM – 01 / 2020 - 21

DRAFT UNDERTAKING FOR PAYMENT OF DUES TO TANGEDCO (To be furnished in non-judicial stamp paper of value not less than Rs.100/-)

THIS DEED OF UNDERTAKING executed at ...... on this the . . . . . day of Two thousand and ------THE ------By messers. Hereinafter called the “TENDERER” (which expression where the context so admits mean and include their agents, Representatives, Successors- in – office and Assigns). TO AND IN FAVOUR OF The TANGEDCO is a company registered under companies Act, 1956 having its office at NPKRR Maaligai, 144, Anna salai, Electricity Avenue, Chennai- 600 002, hereinafter called the “Corporation” (which expression shall where the context so admits mean and include the successors- in- office and assigns). WHEREAS the corporation has called for an undertaking from the Tenderer empowering the Corporation to recover the dues if any. NOW THIS UNDERTAKING WITNESSETH the corporation is empowered to recover any dues against this contract in any bills/security deposit/E.M.D due to the Tenderer either in this contract or any other contracts with the Corporation. Further, the Tenderer hereby authorises the Corporation to recovery, any dues against any other contract of the Tenderer with the Corporation with the available amount due to the Tenderer against this contract.

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.

- COMPANY SEAL- SIGNATURE OF THE TENDERER NAME : DESIGNATION:

131

ANNEXURE - V

SPECIFICATION No.DSM – 01 / 2020 - 21

GUARANTEE CERTIFICATE

We the undersigned M/S ……………………………………………. hereby guarantee the satisfactory operation and good workmanship at least for a period of 36 months from the date of commissioning of the appliances ie. 7W BEE’s 5-star rated LED Bulb, 20 W LED Tube light and 28 W BEE’s 5-star rated Ceiling Fan and its associated items) executed vide ……………………………………………. .

Any defects noticed during this period shall be rectified free of cost to the Corporation within one week from the date of receipt of intimation of defect / failure. Irrespective of number of failures and repairs, we are responsible for free replacement of the defective appliances till the completion of guarantee period. If they are not rectified or replaced within this period we shall pay Liquidated Damages as per Liquidated Damages clause in the contract for the delay from the date of receipt of intimation for the defects or failures. The incidental expenses, insurance and freight charges for the replacement of defective appliances within the guarantee period shall also be borne by us till the completion of guarantee period.

The guarantee among other things are the following:

1. Quality of appliances supplied.

2. Safe on all parts of the appliances under all specified conditions. 3. Performance figures given in the schedule of guaranteed technical particulars. 4. Replacement of parts which become defective under proper use. Place:

Date :

SIGNATURE WITH SEAL

132

ANNEXURE –VI SPECIFICATION No.DSM – 01 / 2020 - 21

UNDERTAKING (The undertaking should be submitted by the contractors in 80 rupees stamp paper for the respective works while claiming the part/final bills)

Nature of Work :

Order No:

1. I/We hereby state that , the EPF & ESI employee and employer contribution has been remitted for all the workers engaged for execution of the respective contracts.

2. I/We hereby state that, there are no EPF & ESI dues to be remitted in respect of the period of execution of the respective contracts, and in case , if there is any shortfall of discharging the EPF & ESI obligations on our part(contractor) at later date, TANGEDCO shall not be responsible for the consequent Legal/Financial obligations.

Authorised Signatory Date : (Contractor) Place: With seal

133

ANNEXURE VII

WORK COMPLETION & HANDING OVER CERTIFICATE

SPECIFICATION No: CE / DSM – 01 / 2020 - 21

This is to certify that the new LED Bulbs, LED tube lights and Ceiling Fans have been installed and commissioned on ______, which are working satisfactorily. All the released materials have been handed over to the concerned School/Hospital authorities in the as it is condition on ……………….

The newly commissioned all LED Bulbs, LED tube lights, Ceiling Fans have been handed over to ______(School / Hospital Name) by TANGEDCO for future maintenance in co-ordination with the ______(successful bidder). Contact person Name & number of

the School / Hospital authority Date of completion of work

Details of appliances (SCHOOLS / HOSPITALS):

Details of released appliances Details of installed appliances 7W BEE’s 5 star rated 9W CFL LED Bulb 20W 4 feet LED Tube 11W CFL Light 28W BEE’s 5-star rated 13W CFL 48” Ceiling Fan (BLDC) T12 Fluorescent Tube Light

(40W FTL) T8 Fluorescent Tube Light (36W FTL) T5 Fluorescent Tube Light (28W FTL)

60/75W Ceiling fan

Handed over by: Taken over by: Witnessed by: (Bidder representative) (School/Hospital/PWD (TANGEDCO authority) representative) Name : Name: Name:

Designation Designation: Designation:

Signature & stamp: Signature & stamp: Signature & stamp:

134

ANNEXURE VIII DISPLAY BOARD - CONTENT For Schools

For Hospitals

ேதய எரிசக் றக்கச் ெசயலகத்ன் (BEE)

நிதடன் எரிசக் றன் ேமம்பாட்த்

ட்டம் இந்த ம௫த்வமைன வளாகத்ல்

ெசயல்பத்தப்பட்ள்ள.