THE POWER DEVELOPMENT CORPORATION LIMITED

Santaldih Thermal Power Station

Office of the General Manager, Santaldih T.P.S.

TENDER CELL- STPS

Notice Inviting Tender

NIT NO: WBPDCL/STPS/NIT/E1318/17-18

Cost of Tender Paper: Rs. 200/- (Non-refundable) EMD: Rs. 5,000/- (Refundable)

Procurement of Telephone Cable for communication with Signal Cabin Room, In-Motion Weigh Bridge Room & Rail Goomty under TECIT Dept., Santaldih T.P.S., the WBPDCL

WBPDCL/STPS/NIT/E1318/17-18 Page No. 1 of 32 ------(Signature & Office Seal of the bidder) PLEASE FOLLOW THE BELOW MENTIONED “DO’S & DON’T”, OTHERWISE YOUR SUBMITTED TENDER WILL BE SUMMARILY REJECTED OUTRIGHT

1. Fill up all the attachments & annexure of the NIT where requires. 2. Put your signature with official seal in every page of the NIT. 3. Upload scan copies of all the pages of the duly fulfilled NIT subsequently. 4. Also upload scan-copies of DDs against Tender Fees & EMD or proper Certificates (valid) claiming exemption, if applicable, along with annexed Store list. 5. Upload proper and relevant credentials regarding past experience, e.g. Purchase Order copy(s) etc. and also relevant documentary evidences, e.g. Performance Certificates, Completion certificates etc., as a proof of satisfactory completion of supply & delivery against aforementioned Purchase Order(s). 6. Upload other important documents, e.g. PAN Card, CST / VAT Registration Certificate, CST / VAT Return (Latest), Professional Tax Registration Certificate, Professional Tax Payment Certificate (Latest), Manufacturer’s License / Trade License, Profit & Loss and Balance Sheets for last 03 (Three) years (should be audited for Turnover above Rs. 01 (One) Crore and self certified P&L and B/S for others) and any other documents as required.

1. Don’t use your own pad for the attachments & annexure of the NIT. 2. Don’t upload price schedule in the technical bid. 3. Don’t leave any page unsigned, which may lead rejection of your tender. 4. Don’t submit false or misleading information. 5. Don’t upload irrelevant documents. 6. Don’t alter original tender document. 7. Don’t make any correction in the quotation. 8. Don’t modify the price format enclosed along with the tender. 9. Don’t upload same documents repeatedly. 10. Don’t send hard copy of your tender except DDs against Tender Fees & EMD or proper Certificates (valid) claiming exemption, if applicable, along with annexed Store list. 11. Don’t give conditional offers.

WBPDCL/STPS/NIT/E1318/17-18 Page No. 2 of 32 ------(Signature & Office Seal of the bidder) OVERALL CONTENTS:

SECTION-I : NOTICE INVITING TENDER

SECTION-II : INSTRUCTIONS TO THE BIDDERS

SECTION-III : GENERAL CONDITIONS OF THE PROCUREMENT (GCP)

SECTION-IV : SCOPE OF SUPPLY

SECTION-V : ATTACHMENTS AND FORMS

WBPDCL/STPS/NIT/E1318/17-18 Page No. 3 of 32 ------(Signature & Office Seal of the bidder)

SECTION: I

NOTICE INVITING TENDER

WBPDCL/STPS/NIT/E1318/17-18 Page No. 4 of 32 ------(Signature & Office Seal of the bidder) SECTION: I

NOTICE INVITING TENDER

Sub: Procurement of Telephone Cable for communication with Signal Cabin Room, In-Motion Weigh Bridge Room & Rail Goomty under TECIT Dept., Santaldih T.P.S., the WBPDCL

E-Tenders in prescribed format are invited at https://wbtenders.gov.in by the General Manager, STPS, the WBPDCL from eligible & experienced bidders in 02 (Two) Part Bid System for procurement of Telephone Cable for communication with Signal Cabin Room, In-Motion Weigh Bridge Room & Rail Goomty under TECIT Dept., Santaldih T.P.S., the WBPDCL.

Schedule of Critical Dates for e-Tendering:

Sl. No. Milestone Date 1 Publishing Date 30.06.2017 at 18:00 Hrs. 2 Document Download Start Date 06.07.2017 from 10:00 Hrs. 3 Bid Submission Start Date 06.07.2017 from 11:00 Hrs. 4 Bid Submission End Date 17.07.2017 within 18:00 Hrs. 5 D/D against EMD and Tender Fees should be reached at the Office 24.07.2017 within 16:00 Hrs. of the DGM (M&C), STPS on or before 6 Technical Bid Opening Date 25.07.2017 at 15:00 Hrs. 7 Uploading of Qualified Bidders’ List To be notified later 8 Financial Bid Opening Date To be notified later 9 Uploading of Financial Bid Evaluation Sheet To be notified later

1. General Guidance for E-Tendering: Interested bidders are requested to log on to the website: https://wbtenders.gov.in to participate in the Bid.

2. Registration of Bidders: The bidders willing to take part in the process of e-tendering are required to obtain Digital Signature Certificate (DSC) from any authorized Certifying Authority (CA) under CCA, Govt. of . (Viz. nCode Solution, Safescrypt, e-Mudhra, TCS, MTNL, IDRBT) or as mentioned in e-tendering portal of GOWB https://wbtenders.gov.in. DSC is given as a USB e-Token. After obtaining the Class 2/3 Digital Signature Certificate (DSC) from the approved CA they are required to register the Digital Signature Certificates through the registration system available in the website.

3. Qualifying Requirement and Eligibility Criteria for Bidders (PQR):

(a) Experience of having successfully completed job for supplying Telephone Cable in any Govt. Organization / Public Sector Undertaking / Public Sector Enterprise / Reputed Organization within last 07 (Seven) years ending 31st May, 2017 should be either of the following: (1) One similar completed supply order costing not less than the amount equal to 80% of the estimated cost i.e. Rs. 1,63,013/- Or, (2) Two similar completed supply orders each costing not less than the amount equal to 50% of the estimated cost i.e. Rs. 1,01,883/- Or, (3) Three similar completed supply orders each costing not less than the amount equal to 40% of the estimated cost i.e. Rs. 81,506/-. Here, ‘supply of similar type of materials’ means ‘supply of Telephone Cable’.

WBPDCL/STPS/NIT/E1318/17-18 Page No. 5 of 32 ------(Signature & Office Seal of the bidder) (b) The average annual turnover of the bidder during last 03 (Three) consecutive financial years, ending 31st March of the previous financial year, should be at least 30% of the estimated cost i.e. Rs. 61,130/-. (c) The bidder shall submit copies of relevant purchase order(s) & other documentary evidence as proof of satisfactory completion of similar supply & delivery and to fulfill other qualifying requirements as mentioned above.

Self Attested photocopies of the following documents must be submitted along with the tender and to be submitted in Technical cover:

(a) PAN Card (b) CST / VAT Registration Certificate and CST / VAT Return (Latest) (c) Professional Tax Registration Certificate (d) Professional Tax Payment Certificate (Latest) (e) Manufacturer’s License / Trade License (f) Profit & Loss and Balance Sheet for last 03 (Three) years (should be audited for Turnover above Rs. 01 (One) Crore and self certified P&L and B/S for others). (g) Purchase Order copy(s) and satisfactory document(s) for supply of same/equivalent items to any Govt. Organization / Public Sector Undertaking / Public Sector Enterprise / Reputed Organization are required to be enclosed along with the Offer as per point ‘(j)’ mentioned below. (h) The Bidder has a minimum average annual turnover of Rs. 61,130/- (i.e. 30% of the estimated cost) during last 03 (Three) consecutive financial years. Bidder shall provide satisfactory evidence for the same. Average annual Turnover to be computed from P/L (as mentioned in point ‘(f)’ above). (i) The bidder’s average net worth in last 03 (Three) financial years should be positive for above Rs. 10 Lacs.

*Original documents of above copies are to be produced on demand.

(j) The bidders must have executed / supplied the items as detailed below, within last 07 (Seven) years ending as on last day of the previous month from the date of publication of the NIT. (1) 01 (One) similar completed supply order costing not less than the amount equal to 80% of the estimated cost i.e. Rs. 1,63,013/- Or, (2) 02 (Two) similar completed supply orders each costing not less than the amount equal to 50% of the estimated cost i.e. Rs. 1,01,883/- Or, (3) 03 (Three) similar completed supply orders each costing not less than the amount equal to 40% of the estimated cost i.e. Rs. 81,506/-.

*Order Copies and completion of supply in support of Credentials should be submitted.

(k) Evaluation of the offer shall be based on the information submitted by the bidder in response to these documents, the WBPDCL reserve to right to reject any tender if a bidder is found to be qualified by giving incorrect or false information at any stage even after placement of P.O. and EMD will be forfeited. (l) The WBPDCL, at its discretion, may ask the bidder to furnish the original copies of the documents submitted with bid or any other relevant documents for its scrutiny during evaluation of Bidder’s bid. (m) The offer must accompany the Earnest Money as indicated above failing which it will be summarily rejected. Any offer received after the expiry of the time prescribed for receiving complete tenders, will not be considered. (n) The WBPDCL reserve the right to reject any tender or all tenders received at its discretion without assigning any reason whatsoever. The WBPDCL is not necessarily bound to accept the lowest offer.

4. The bidder must submit the tender document each page with office seal and signature.

WBPDCL/STPS/NIT/E1318/17-18 Page No. 6 of 32 ------(Signature & Office Seal of the bidder) 5. Payment terms shall be specifically mentioned in the tender; deviation of payment may not be accepted. (Payment will be made against SRV by the way of RTGS/NEFT after receipt and acceptance of the materials, Bank charges: RTGS/NEFT charge to be borne by vendor).

6. Bid Security/EMD/ cost of tender paper: The tender must be accompanied by scan copy of Demand Draft of Earnest Money Deposit of Rs. 5,000/- (Rupees Five Thousand only) and cost of Tender paper (nonrefundable) of Rs. 200/- (Rupees Two Hundred only), as detailed in next section of this document. Original D/D shall be sent to the DGM (M&C) and should reach positively within specified date as mentioned in Section-I: ‘Schedule of Critical Dates’, failing which the tender may liable to be cancelled. However, SSI / NSIC units are exempted from deposition of cost of Tender paper and Earnest Money. Valid documentary evidences shall be submitted by the bidder along with his bid in order to avail such exemption, which is applicable only for relevant product. 7. All Bidders would be bound by the terms and conditions as detailed in tender specifications by the WBPDCL and enclosed GCC & SCC. 8. Evaluation of the WBPDCL shall be based on the information submitted by the bidder in response to these documents. The WBPDCL reserves the right to reject any tender if a bidder is found to be qualified by giving incorrect or false information at any stage. 9. The Owner, at its discretion, may ask the Bidder to furnish the original copies of the documents submitted with bid or any other relevant documents for its scrutiny during evaluation of Bidder’s bid. 10. Tender papers are not transferable. 11. Issuance of tender documents or downloading the same from Website will not be construed to mean that such Bidders are automatically considered qualified. 12. Any offer received after the expiry of the time prescribed for receiving completed tenders, will not be considered. 13. The WBPDCL reserves the right to reject any tender or all tenders received at its discretion without assigning any reason whatsoever. 14. The WBPDCL is not necessarily bound to accept the lowest offer. 15. The WBPDCL reserves the right to amend the NIT/bidding document prior to deadline of submission of bid, for any reason whatsoever, including any change after pre-bid meeting. Any amendment/addendum/corrigendum/extension, if required pertaining to NIT will be hoisted in Website only. Intending bidders are requested to visit the Website regularly for any amendment/addendum/ corrigendum/extension, if any, till opening of the NIT.

16. Scope of Supply:

(a) 10 Pair X 0.63 mm, Armoured Polyethylene Insulated, Polyethylene Sheathed Jelly filled with Poly-al-moisture barrier Telephone Cable. Solid annealed Copper Conductor twisted into pairs, colour coded Cable for underground use. (b) Conforming to specification G/CUG-01/03. AUG 2003 of Telecommunication Engineering Center, Department of Telecommunication, Government of India. (c) Marking Norms: Sequential marking of length (1 Mtr., 2 Mtr., … etc.) shall be marked on the Outer Sheath of the Cables as per IS standard. (d) Packing Norms: The Cables shall be packed in wooden drum. (e) Length of Supply: The Cables shall be supplied in one continuous length of 2,000 Mtr. (f) Tolerance Limit: A tolerance of ±5% may be allowed. However, bill will be done as per exact length of supply within the above mentioned quantity variation limit. (g) Others are as per Section-II Clause No. 04.

17. E-mail, Fax and Phone No. of STPS: Email: [email protected] / [email protected]

WBPDCL/STPS/NIT/E1318/17-18 Page No. 7 of 32 ------(Signature & Office Seal of the bidder) Fax No.: (03251) 260 217 Phone No.: (03251) 260 218

Sd/-

The DGM (M&C), Santaldih Thermal Power Station, P.O.: Santaldih, Dist: , PIN - 723 146.

WBPDCL/STPS/NIT/E1318/17-18 Page No. 8 of 32 ------(Signature & Office Seal of the bidder)

SECTION-II

INSTRUCTIONS TO THE BIDDERS

WBPDCL/STPS/NIT/E1318/17-18 Page No. 9 of 32 ------(Signature & Office Seal of the bidder) SECTION-II

INSTRUCTIONS TO THE BIDDERS

1. Introduction: This Invitation for Bids (IFB), issued by the West Bengal Power Development Corporation Limited (The WBPDCL), is open to Domestic (Indian Legal Entities) Bidders meeting the eligibility and qualification criteria stipulated in the Bidding Documents. The Instructions to Bidders shall be read carefully and considered by the Bidders while preparing their Bids. All Bids are to be made and submitted in accordance with the Instructions to Bidders. 2. Bidding Documents: The Scope of Supply, Bidding Procedures are described in the Bidding Documents. In addition to the covering Letter accompanying Bidding Documents, the Bidding documents include: (a) Invitation of Bids (NIT): Section-I (b) Instruction to Bidders (ITB): Section-II (c) General Terms and Conditions of Contract (GCC): Section-III (d) Scope of Supply/Technical Specification: Section -IV (e) Attachments and Forms: Section-V The Bidder is expected to examine the Bidding Documents, including all Instructions, Forms, Terms and Specifications. Failure to furnish all information required in the Bidding documents or submission of a Bid not substantially responsive to the Bidding Documents in every respect will / may result in the rejection of the Bid. 3. Bidder to Inform Himself Fully: 3.1 The Bidder shall deemed to have carefully examine the Bidding Documents, terms & conditions, specifications, schedules, drawings and other details relating to supply given in the Bidding Documents and fully acquaint himself of all conditions and matters which may in any way affect the supply or the cost thereof. Bidder is deemed to have known the scope, nature and magnitude of the supply and the requirements of materials, etc. 3.2 The Bidder shall be deemed to have acquainted itself of Government taxes, duties, laws, statute, regulations, levies and other charges relating to supplies to be made. 3.3 Any neglect or omission or failure on the part of the Bidder in obtaining necessary and reliable information as stated above or on any other matter affecting the Bidder, shall not relieve the Bidder from any risk or liability or the entire responsibility for completion of the supply in accordance with the Bidding Documents. 4. Scope of Supply:

Sl. No. Item Code Item Description Quantity Unit 10 Pair X 0.63 mm, Armoured Polyethylene Insulated, Polyethylene Sheathed Jelly filled with Poly-al-moisture barrier Telephone Cable. Solid annealed Copper Conductor twisted into pairs, colour coded Cable for underground use. 1 04C010338 2000 MTR Conforming to specification G/CUG-01/03. AUG 2003 of Telecommunication Engineering Center, Department of Telecommunication, Government of India. Minimum continuous length=2,000 MTR. Tolerance Limit = ±5%

WBPDCL/STPS/NIT/E1318/17-18 Page No. 10 of 32 ------(Signature & Office Seal of the bidder) 5. Collection of Tender Documents: Tenders are to be submitted online and interested bidders will have to download the tender documents from the website https://wbtenders.gov.in directly with the help of the e-Token provided. This is the only mode of collection of tender documents. Details of submission procedure are given below. 6. Earnest Money: a. The tender must be accompanied by Earnest Money Deposit of Rs. 5,000/- (Rupees Five Thousand only) in the form of Demand Draft issued by any nationalized/scheduled Bank. Demand Draft shall be drawn in favour of “The West Bengal Power Development Corporation limited” payable at United Bank of India, Santaldih or State Bank of India, Bhojudih Coal Washery, Santaldih or any nationalized/scheduled Bank payable at Kolkata. After the Bid is accepted and satisfactory performance guarantee amount of EMD i.e. EMD to be retained in accordance with the clause titled “Security deposit-cum-Performance Guarantee”. The EMD will be returned after successful completion / execution of the contract in all respect to the Successful Bidder, The Earnest Money is liable to be forfeited if the successful bidder/s fails to execute the contract. SSI / NSIC units are exempted from deposition of Earnest Money. Valid documentary evidences shall be submitted by the bidder along with his bid in order to avail such exemption, which is applicable only for relevant product. b. No interest is payable on the “Earnest Money Deposit”. c. ‘Earnest Money’ of the unsuccessful bidders shall be returned within 30 (Thirty) days from the date of issuance of Letter of Award (L.O.A.) / Order. d. The WBPDCL reserves the right of forfeiture of Earnest Money deposit in case the bidder after opening of tender withdrawn, amends, impairs, derogates or revokes his tender within the validity period or extension thereof. 7. Amendments to Bid Documents: At any time prior to the deadline for submission of Bids, the Owner may, for any reason, modify the Bid Document by issue of addendum / addenda / clarification. The addendum / addenda / clarification will be published in and will be binding upon the bidder. 8. Submission of Tender: General process of submission: 8.1 Tenders are to be submitted online through the website https://wbtenders.gov.in. All the documents uploaded by the Tender Inviting Authority form an integral part of the bid. Bidders are required to upload all the tender documents along with the other documents, as asked for in the tender, through the above website within the stipulated date and time as given in the Tender. 8.2 Bidders must submit the Tenders in two covers i.e. “Technical”, & “Finance”. Bidders must download tender specific documents (NIT, BOQ etc) from https://wbtenders.gov.in, prepare the required documents and upload the scanned documents (NIT, BOQ etc) with official seal and signature in each page in Portable Document Format (PDF) to the portal in the designated locations. 8.3 He needs to fill up the rates of items in the BOQ, downloaded for the supply, in the designated cell of the BOQ spreadsheet and upload the same in designated location of “Finance” cover. 8.4 The documents uploaded must be scanned against any virus and digitally signed using the Digital Signature Certificate (DSC). Bidders should specially take note of all the addendum/corrigendum related to the tender and upload the latest documents as part of the tender. 9. Technical Proposal:

WBPDCL/STPS/NIT/E1318/17-18 Page No. 11 of 32 ------(Signature & Office Seal of the bidder) (To be submitted in “Technical” Cover)

The following documents in standard formats shall be uploaded in “Technical” cover:

(i) Notice Inviting Tender (NIT) – The NIT as published has to be downloaded first. The bidder should put their signature and official seal in every page of the NIT hard copy. Scan copy of the same shall be digitally signed and uploaded.

(ii) PQR documents in support of bidder’s qualification as per detailed in Clause No. 3 of Section-I.

(iii) Addenda/Corrigenda: if published.

Notes: (i) Bidders are requested to visit the website regularly to keep track for any amendment / addendum / corrigendum / extension, if any, till opening of this particular NIT. All such amendment / addendum / corrigendum / extension documents shall be downloaded. Bidder shall upload those documents along with the original NIT / SBD in the NIT / SBD cover. Tenders submitted without the amendment / addendum / corrigendum / extension documents may be rejected. (ii) Tenders will be summarily rejected if any of the above items in the statutory cover is missing. 10. Submission of EMD and cost of tender paper: (To be submitted in Technical Cover) Earnest Money Deposit (EMD) and cost of tender paper: Scanned copy of Demand Draft (D/D) towards EMD and cost of tender paper as prescribed in the NIT, drawn in favour of “The West Bengal Power Development Corporation Limited” payable at United Bank of India, Santaldih or State Bank of India, Bhojudih Coal Washery, Santaldih or any nationalized/scheduled Bank payable at Kolkata to be uploaded in Technical Cover. Original D/D shall be sent to the DGM (M&C) and should reach positively within specified date as mentioned in Section-I: ‘Schedule of Critical Dates’, failing which the tender may liable to be cancelled. 11. Financial Proposal: (To be submitted in “Finance” Cover) The financial proposal shall contain the following document in one cover. Bill of Quantities (BOQ): The bidder shall quote the rate in the space /cell marked for quoting rate in the BOQ. (Only downloaded copies of the above documents are to be uploaded, virus scanned and digitally signed by the bidder) 12. Submission of Original Documents and Earnest Money and cost of tender paper. (i) Mode of Payment: EMD and cost of tender paper must be submitted in the form of Demand Draft from any nationalized/scheduled bank of India as mentioned above. Payment in any other form e.g. NSC, KVP etc. will not be accepted. (ii) Place of submission: The original copies of the D/D, towards Earnest Money Deposit and cost of tender paper shall be submitted in a sealed envelope to the DGM (M&C), STPS, P.O-Santaldih, Dist.- Purulia. PIN - 723 146. (iii) Time of submission: The original copies of D/D against EMD and cost of tender paper shall be submitted in a sealed envelope in the office as stated above within the date and time as specified in the schedule of dates provided. If the bidder fails to submit the original copies within the due time his tender will not be opened and his bid will stand rejected. WBPDCL/STPS/NIT/E1318/17-18 Page No. 12 of 32 ------(Signature & Office Seal of the bidder) 13. Conditional and Incomplete Tender: (i) Conditional and incomplete tenders are may be summarily rejection. (ii) Bidder must quote for ALL items mentioned in BOQ. Partial quoting may be liable to rejection of Bid. 14. Deviations: Bidders are not allowed to take any deviation from the principal requirements of the Techno commercial specifications. Any deviations, if taken by the Bidder shall run the risk of being the tender declared as non-responsive by the Owner.

15. Delivery Period: Material shall be delivered at STPS site-store within 30 (Thirty) days from the date of issue of the purchase order. 16. Opening and Evaluation of Tender: a) Opening of Technical Proposal: (i) Technical proposals will be opened by the DGM (M&C), STPS or his authorized representative electronically from the website stated in Clause 1 of Section: I, using their Digital Signature Certificate. (ii) Technical proposals for those tenders whose original copies of DD towards EMD have been received will only be opened. Proposals corresponding to which the EMD have not been received will not be opened and will stand rejected. (iii) Interested bidders may remain present, if they so desire. (iv) Technical Cover would be opened first. If there is any deficiency in technical document the respective Bid will summarily be rejected. (v) Decrypted (Transformed into readable formats) documents of the technical Cover will be downloaded, and handed over to the Tender Evaluation authority. b) Uploading of List of Technically Qualified Bidders: (i) Pursuant to scrutiny and decision of the Technical Evaluation authority, the list of eligible bidders for which their Financial Proposals will be considered will be uploaded in the web portals. (ii) While evaluation, the Committee may seek clarification / information or additional documents or original hard copy of any of the documents already submitted by the bidder and if these cannot be produced within the stipulated timeframe, their proposals will be liable for rejection. c) Opening and evaluation of Financial Proposal:

(i) L1 bidder will be selected on the basis of landed cost. (ii) Financial proposals of the Bidders declared technically eligible by the Tender Evaluation authority will be opened electronically from the web portal on the prescribed date. (iii) The encrypted copies will be decrypted and the rates will be read out to the bidders, present at that time of bid opening. (iv) After evaluation of Financial Proposal, by Tender Evaluation authority, name of bidder and the rates quoted by them against supply and delivery of material will be uploaded. (v) The Tender Accepting Authority may ask any of the Bidders to submit analysis to justify the rate quoted by that tenderer. The Corporation does not bind itself to accept the lowest tender and reserves the right to accept or reject any or all tenders without assigning any reason whatsoever or to split the whole supply entrusting the same to more than one bidder. 17. Bid Validity: 17.1 Bid shall remain open for acceptance by the Owner for a period of 120 (One Hundred and Twenty) days which may be extended for another 30 days, from the last date of opening of the Price Bid. During this period the Bidder shall not withdraw or amend his Bid. 17.2 The quoted prices shall remain firm till completion of the contract. 17.3 Notwithstanding sub-clause 17.1 above, the Owner may obtain the Bidder’s consent to extend the validity period of his Bid, as required. The request and response thereto shall be made in writing. A Bidder accepting the request will not be permitted to modify his Bid. 18. Acceptance of Tender:

WBPDCL/STPS/NIT/E1318/17-18 Page No. 13 of 32 ------(Signature & Office Seal of the bidder) Bidders must quote for item wise rate for all items as mentioned in BOQ sheet. Bids with Lowest valid rate should normally be accepted. However, the Tender Accepting Authority does not bind himself to do so and reserves the right to reject any or all the tenders, for valid reasons and also reserves the right to split the order, alter the quantity of any or all Bidders without assigning any reason whatsoever. 19. Rejection of Bid: On submission of any Bid, the corresponding Bidder shall have no cause of action or claim against the Owner for rejection of his Bid. The Owner will always be at liberty to reject or accept any Bid at his sole discretion without assigning any reason and any such actions will not be called into question and the Bidder shall have no claim in this regard against the Owner. 20. Contract Price Basis: (i) The Bidder shall quote price after going through the entire relevant document uploaded for this tender of STPS, the WBPDCL. (ii) The Bidder should quote rate at individual item wise rate for all items as given in the BOQ. 21. Paying Authority: The DGM (F&A), STPS, Tel. No. (03251) 260 226 or his authorized representative. 22. Controlling Officer: The Sr. Manager (TECIT), STPS, Mob. No. 08336904059 or his authorized representative. 23. Award of Contract: The Bids received and accepted will be evaluated by the WBPDCL according to the procedure detailed in the relevant clauses of this section. The acceptance of Bid and award of contract to one or more than one Bidder, if considered necessary, rests with the WBPDCL. It shall not be obligatory on the part of the WBPDCL to accept the lowest Bid. The WBPDCL would be at liberty to accept any Bid, in whole or part and to reject any or all the Bids received without assigning any reason and no explanation can be demanded of him by any Bidder. 24. Correspondence: All correspondences in regard to this procurement shall be made to the following address:

The DGM (M&C), Santaldih Thermal Power Station, P.O.: Santaldih, Dist: Purulia, PIN - 723 146. Contact: Ph. No. : (03251) 260 218 Fax No. : (03251) 260 217 E-mail ID : [email protected] / [email protected]

WBPDCL/STPS/NIT/E1318/17-18 Page No. 14 of 32 ------(Signature & Office Seal of the bidder)

SECTION-III

GENERAL CONDITIONS OF THE PROCUREMENT

WBPDCL/STPS/NIT/E1318/17-18 Page No. 15 of 32 ------(Signature & Office Seal of the bidder) SECTION-III

GENERAL CONDITIONS OF THE PROCUREMENT

Application: Unless otherwise expressively provided in the Bid Document, these General Conditions shall govern the supply. 1. Price: Firm, F.O.R.at Santaldih Thermal Power Station. 2. Taxes and Duties: (i) Excise Duty: Excise duty at actual, prevailing at the time of supply, will be paid by the WBPDCL against production of Excise Duty/ Gate Pass/ valid documents along with the bill. Invoice duly self authenticated and marked ‘’ORIGINAL FOR BUYER’’ will be considered as ED Document. The supplier shall note that payment towards Excise Duty is reimbursement in nature and therefore, the supplier shall submit either E.D. Gate Pass or self authenticated Invoice to get the payment towards Excise Duty, as per rule of the Government. (ii) Tax either for West Bengal or Central: (a) VAT Tax for West Bengal: The VAT will be paid extra prevailing at the time of supply. No STD Form will be issued. (b) Central Sales Tax: A. Rate: Sales Tax, if applicable, will be paid to the contractor / supplier extra at concession rate prevailing at the time of supply. It is certified that the materials will be used directly for generation of electricity. B. Sales Tax Declaration Form (STD-Form): Necessary STD Form ('C' Form) will be issued by the DGM (F&A), Kolaghat T.P.S., The WBPDCL, P.O.-Mecheda, Dist.-Purba Medinipur (WB), PIN-721 137. C. Sales Tax Number of the WBPDCL: a) VAT Tax No. 19851476025 b) W.B.S.T. No. 19851476122 c) C. S. T. No. 19851476219 D. How to obtain Sales Tax Declaration Form ('C' Form): After the completion of supply, the supplier shall submit the following documents directly to the DGM (F&A), Santaldih T.P.S., The WBPDCL, P.O.- Santaldih Thermal Plant, Dist.-Purulia (WB), PIN-723 146 for due authentication & Submission to the DGM (F&A), Kolaghat T.P.S., The WBPDCL for issuing of STD Form within the same quarter of Tax Invoice issue date. a) Formal application for issuance of STD Form ('C' Form), b) Copy of the Purchase Order & c) Copy of the Invoice/Bill /SRV or all of these as required by. The copy of the Purchase Order and Invoice / Bill / SRV or all of these as required by shall be attested by either Ordering Authority / Paying Authority. Request of issue of ‘C’ form should submitted by the supplier within next qtr. of invoice date. 3. Time: The Essence of Contract: Time is the most important aspect of this Contract. The Bidder shall so organize his resources and perform so as to complete the supply not later than the aforesaid time. 4. Risk Purchase: In case of failure to supply within a mutually agreed time, owner should be entitled to get such supply by engaging any other agency on account & risk of the Bidder and shall be charged as per Liquidated Damage (LD) Clause No. 8 of this section. 5. Terms of Payment: (a) 100% payment will be made against SRV by way of RTGS/NEFT. Bank details to be filled by the vendor according to attached Annexure-C and to be submitted along with the offer. (b) Bank Charges will be borne by you (if any). (c) Part payment against part delivery is acceptable. (d) Management reserves the right to change payment terms. 6. Paying authority: All payment shall be made by the DGM (F&A), Santaldih T.P.S., the WBPDCL or his authorized representative. WBPDCL/STPS/NIT/E1318/17-18 Page No. 16 of 32 ------(Signature & Office Seal of the bidder) 7. Performance Bank Guarantee (PBG): The successful bidder shall submit Performance Bank Guarantee equivalent to 10% of the Order value for a Guarantee Period of 18 (Eighteen) months from the date of supply with a claim period of another 03 (Three) months thereafter before release of payment for your obligation towards satisfactory performance of the Cables with prior to commencement of supply of materials. (a) Value of the P.B.G.: Equivalent to 10% of the Order value. (b) Bank Guarantee Format: Will be enclosed with the Purchase Order copy. (c) Value of Non judicial Stamp Paper: On Rs.100/- (Rupees One Hundred only) (d) Validity of the P.B.G.: Up to Guarantee Period i.e. 18 months from the date of delivery. (e) Claim Period: 03 (Three) months after expiry of the validity of the P.B.G. (f) Bank: From any Nationalized / Scheduled Bank. (g) Encashment of Performance Bank Guarantee: The WBPDCL reserves the right to encash the P.B.G. & forfeit the guaranteed Sum unconditionally in case the performance of the Cables is not found satisfactory during the Guarantee Period. (h) Release of P.B.G.: The P.B.G. will be released after expiry of the Claim Period against duly certification from the Controlling Officer towards satisfactory and trouble free performance of the Cables during the Guarantee Period. 8. Liquidated Damage (LD): If the materials are not delivered within the date as specified in this order and as the time is the essence of the contract, the WBPDCL has every right without any prejudice to any other clauses to terminate the order forthwith and to allot the same to any other Agency, for supplying the materials and in that case, you shall be fully liable to compensate the loss that may occur to the WBPDCL on that account. If the materials are not delivered within the date as specified, a Penalty of @ ½% of the value of un-delivered portion of the ordered material will be deducted from your bill for each and every week of delay or part thereof limited to an amount equal to 5% of the total value of the order. The imposition of the above penalty is, however, subject to the force majeure conditions such as strike, fire hazard, flood, earthquake, epidemic, etc. for which the supplier shall have to serve a notice to the WBPDCL within 10 (Ten) Days from the date of occurrence of such happening with proper documents issued from appropriate authority for consideration. 9. Confidentiality: All information, data and drawings furnished/disclosed by the Owner to the bidder will be treated by the bidder and its agents, subcontractors and employees as confidential. 10. Effective Date: The Contract shall come into force from the date of issuance of ‘Letter of Award’/Purchase Order. 11. Freight & Insurance: The bidder at his cost shall arrange, secure and maintain all insurance as may be pertinent to the supply and obligatory in terms of law to protect his interest and interests of the Owner. Necessary Transit Insurance up to STPS stores shall be arranged by the successful tenderer at their own cost. However, necessary Transit Insurance Charges, if applicable in this regard, shall be included in the basic price in the BOQ. 12. Settlement of Dispute: Except as otherwise specifically provided in the Contract all disputes concerning questions of fact arising under the Contract shall be decided by the Purchaser subject to a written appeal by the Contractor to the Purchaser, whose decision shall be final to the parties hereto. Any disputes or differences including those considered as such by only one of the parties arising out of or in connection with the Contract shall be to the extent possible settled amicably between the parties. 13. Arbitration: If any dispute or differences of any kind whatsoever shall arise between the Owner and the Contractor, arising out of the Contract for the performance of the supply whether during the progress of the supply or after its completion or whether before or after the termination, abandonment or breach of the Contract, shall be settled amicably. If, however, the parties are not able to resolve the disputes amicably, shall be settled by Arbitration under sole Arbitrator in accordance with the Rules of Arbitration of the Indian Council of Arbitration and the conciliation & WBPDCL/STPS/NIT/E1318/17-18 Page No. 17 of 32 ------(Signature & Office Seal of the bidder) Arbitration Act 1996 and the award in pursuance thereof shall be binding on the parties. The venue of arbitration shall be in Kolkata. Performance of the Contract shall continue during arbitration proceeding unless the Purchaser shall order the suspension thereof or any part thereof and if any such suspension shall be added to the Contract Price. No payments due or payable by the Purchaser shall be withheld on account or a pending reference to arbitration. 14. Jurisdiction & Governing Laws: The Contract shall be governed by Indian Laws. The court of Kolkata shall have the exclusive jurisdiction in all matters under the Contract. 15. Unloading: Unloading will be done by STPS, the WBPDCL. 16. Mode of Dispatch and Dispatch Instruction: The materials shall be dispatch door delivery basis at STPS site. Prior to dispatch of the materials, interstate road permit shall be obtained from the DGM (F&A), STPS, P.O. Santaldih, Dist. Purulia on submission of requisite particulars of dispatch to him. 17. Cleaning, Protection and Painting: The materials shall be adequately cleaned properly painted and marked with manufacturer’s marking name for identification. 18. Tolerance Limit: A tolerance of ±5% may be allowed. However, bill will be done as per exact length of supply within the above mentioned quantity variation limit. 19. Packing: The materials shall be properly and securely packed so as to conform to the transport norms and adequate care shall be taken so that no materials are damaged as a result of rough handling during loading/unloading/transit. However, necessary Packing & Forwarding Charges, if applicable, shall be included in the basic price in the BOQ. 20. Drawing, Literature, Leaflets: These shall be submitted, in duplicate, along with the offer and also at the time of supply, if asked by the Controlling officer. 21. Quantity variation: The quantity of materials, as indicated in this tender document may increase or decrease at the time of placement of order. 22. Consignee Officer: The Manager (Stores), Santaldih T.P.S., the WBPDCL, P.O.- Santaldih Thermal Plant, Dist.- Purulia (WB), PIN-723 146, Contact No. (03251) 260737. 23. Signed challan & Stores Receipt Voucher (SRV): These will be issued to the supplier by the consignee Officer, SRV will be issued after checking/approval and acceptance of materials at site along with all requisite document such as TC & GC.. 24. Inspection at works: After completion of manufacturing vendor must send inspection call prior to dispatch. 25. Reservation: The WBPDCL reserves the right to deviate any of the terms & conditions stated herein and to split up the orders as when required and reject any or all tenders without assigning any reason whatsoever and does not bind itself to accept the lowest tender. 26. Way Bill: Way bill, if required, for inter-state transportation will be issued by this end against a formal application to the DGM (F&A), Santaldih. T.P.S. furnishing (i) a copy of this orders (ii) Your VAT (TIN) RC No., (ii) Your CST RC No., (iii) Trade Name, (iv) Address of principle place of business, (v) PIN (vi) State, (vii) PAN No., (viii) No. of Way Bill required. (ix) Your E-mail id (x) Mode of transportation. Details should be sending to the DGM (F&A), STPS, e-mail: [email protected] 27. Site Inspection: After delivery/collection, inspection of the materials will be done at STPS site in presence of the representative of the Utiliser Department. If it is detected that defective materials have been supplied, this shall be replaced by the contractor free of cost to the WBPDCL at his entire cost, responsibility and arrangement including to and fro transportation within a reasonable time and thereafter SRV will be drawn and issued to contractor. 28. Guarantee / Test Certificates: (a) The materials shall be guaranteed against manufacturing defect, bad workmanship or any defect whatsoever and shall also be guaranteed in favour of genuine make and its satisfactory performance/functioning for a period of 12 (Twelve) months from the date of commissioning or 18 (Eighteen) months from the date of receipt of materials at STPS Site.

WBPDCL/STPS/NIT/E1318/17-18 Page No. 18 of 32 ------(Signature & Office Seal of the bidder) (b) If any materials or part is found to be defective during the course of above guarantee period in any manner whatsoever, the contractor shall be liable to replace the same, free of cost to the WBPDCL at his entire cost, responsibility, arrangement within a reasonable time failure to which the WBPDCL shall get those defective materials or part thereof rectified / replaced at the contractor’s risk and responsibilities. The extra expenditure incurred thereof will be realized from him. Guarantee Certificate & Test Certificate shall be submitted along with the supply. 29. Supply Intimation: Immediately after completion of the supply, intimation shall invariably be communicated to the DGM (M&C), Santaldih T.P.S., The WBPDCL. This will be recorded as documents towards contractor’s performance for consideration of the future Tender enquiry.

WBPDCL/STPS/NIT/E1318/17-18 Page No. 19 of 32 ------(Signature & Office Seal of the bidder)

SECTION-IV

SCOPE OF SUPPLY/TECHNICAL SPECIFICATION

WBPDCL/STPS/NIT/E1318/17-18 Page No. 20 of 32 ------(Signature & Office Seal of the bidder) SECTION-IV

SCOPE OF SUPPLY/TECHNICAL SPECIFICATION

1. Scope of Supply :

Sl. No. Item Code Item Description Quantity Unit 10 Pair X 0.63 mm, Armoured Polyethylene Insulated, Polyethylene Sheathed Jelly filled with Poly-al-moisture barrier Telephone Cable. Solid annealed Copper Conductor twisted into pairs, colour coded Cable for underground use. 1 04C010338 2000 MTR Conforming to specification G/CUG-01/03. AUG 2003 of Telecommunication Engineering Center, Department of Telecommunication, Government of India. Minimum continuous length=2,000 MTR. Tolerance Limit = ±5%

2. Technical Terms & Conditions: a) Material Price: The material Price is the agreed sum of money stated in the Bid Documents to be paid to the respective vendor for the successful completion of the supply of material in accordance with the terms of the Bid Documents. The material Price shall be for the entire scope of the Supply as specified in Instruction to Bidders and as per schedule of the attached BOQ. The material Price shall remain “FIRM” till complete execution of the supply of materials, as per order.

WBPDCL/STPS/NIT/E1318/17-18 Page No. 21 of 32 ------(Signature & Office Seal of the bidder)

SECTION-V

ATTACHMENTS AND FORMS

WBPDCL/STPS/NIT/E1318/17-18 Page No. 22 of 32 ------(Signature & Office Seal of the bidder) CONTENT

ATTACHMENTS DESCRIPTION

ATTACHMENT-1: FORM NO.1 : EXPERIENCE AND PAST PERFORMANCE

ATTACHMENT-2 : KEY INFORMATION ABOUT THE BID

ATTACHMENT-3 : CHECK LIST

ATTACHMENT-4 : BID DECLARATION SHEET

ATTACHMENT-5 : PROPOSAL DATA SHEETS PRICE PART

WBPDCL/STPS/NIT/E1318/17-18 Page No. 23 of 32 ------(Signature & Office Seal of the bidder) GENERAL INSTRUCTIONS

FOR

FILLING UP SCHEDULES/ATTACHMENTS

1.0 To complete the proposal, Bidder must fill up the Schedules/Attachments enclosed herein after as per the instructions given below and in various sections of this specification.

2.0 Bidder shall furnish the data required by typing in appropriate place against each item in the proforma. These documents must be properly signed by an authorized representative of Bidder as verification of data submitted. The filled in Schedules/Attachments, Write-ups and Data Sheets as applicable shall be submitted in separate sealed Covers as per instructions of check list (Attachment-3) of this section.

3.0 In case the space provided against a specific question is not adequate or Bidder desires to submit additional information, the same may be annexed and such annexure must clearly be linked with the questions against which such information is being furnished.

4.0 Bidder is requested to ensure that no contradictions amongst the information/ data/write-up/drawings enclosed with the bid. In the event of any such contradiction, decisions of Owner shall be final and shall be binding on Bidder.

WBPDCL/STPS/NIT/E1318/17-18 Page No. 24 of 32 ------(Signature & Office Seal of the bidder) ATTACHMENT-1

FORM NO. : I

EXPERIENCE AND PAST PERFORMANCE

The Bidder shall indicate, as per format given below, the details of their past experience in executing order/contracts with reference to the requirements specified in the relevant Section of this specification. The Bidder shall enclose certificates in respect of their experience/performance issued to them by customers for such order/contracts.

Sl. Order No. Description of materials Name of buyer Capacity Delivery Actual End-User No. with date organization period Date of Certificate with address completion enclosed YES/NO

Note: Enclose completion certificates/ payment certificates/ work execution certificates of the actual Owners.

Company Seal...... Date......

Authorized representative's name….………….………………......

Authorized representative's signature…………..……………………………..

WBPDCL/STPS/NIT/E1318/17-18 Page No. 25 of 32 ------(Signature & Office Seal of the bidder) ATTACHMENT-2

KEY INFORMATION ABOUT THE BID

1.0 Proposal No. with date :

2.0 Validity of the offer from date of : 120 days opening of bid

3.0 Name and communication details :

3.1 Full legal name of the Prime Bidder :

3.2 Registered Office details : a) Address :

b) Telephone Nos. : c) Email-ID : d) Fax. Nos. : e) Person to be contacted :

3.3 Kolkata Office details : a) Address :

b) Telephone Nos. : c) Email-ID : d) Fax. Nos. : e) Person to be contacted :

4.0 Nature/Status of candidate firm : (Whether sole Proprietary/ Partnership/Private Limited/ Public Limited/Public Sector)

4.1 Type of Organization and its legal : entity a) In case of individual: Give his full : name, address and nature of business b) In case of partnership firm: Give : the names of all the partners and their WBPDCL/STPS/NIT/E1318/17-18 Page No. 26 of 32 ------(Signature & Office Seal of the bidder) addresses c) In case of companies: Give date : and place of registration including date of commencement certificate

5.0 Names of Responsible persons and : their designation: (for handling all aspects of this tender/order)

5.1 Person Designation Based at : Telephone No./E-mail/Fax a) Telephone Nos. : b) Email-ID : c) Fax Nos. :

6.0 Power of Attorney/Letter of : Authority: Enclosed/Not enclosed (An attested copy to be enclosed in case the tender/offer is signed by an Individual other than the sole proprietor)

7.0 Authorization & Alteration to : Tender has been signed by person duly authorized / empowered to do so: Yes/No

8.0 Details of order booked at present : (Orders in hand, pending for execution)

9.0 Financial Details of the Bidder as : follows: 9.1 Name & address of Bankers :

9.2 Sales Tax and Excise Registration : a) VAT/Sales Tax Registration : Number b) Central Sales Tax Registration : Number c) Excise Registration No. (ECC No.) : d) PAN No. : e) TAN (if any) :

WBPDCL/STPS/NIT/E1318/17-18 Page No. 27 of 32 ------(Signature & Office Seal of the bidder) 9.3 Annual turnover of the Bidder for : last 3 (Three) financial years a) 2013-14 : b) 2014-15 : c) 2015-16 :

9.4 Enclosed Copies of Balance Sheets : and Profit and Loss Account (duly audited & certified by chartered accountant) for the past 3 accounting financial years: Yes/No

Signature………………….…………………

Name: ......

Seal of the Company Designation: ......

WBPDCL/STPS/NIT/E1318/17-18 Page No. 28 of 32 ------(Signature & Office Seal of the bidder) ATTACHMENT-3

CHECK LIST

Sl. Item Description Declaration (Strike out Enclosed in covers No. whichever is not applicable) 1 Bid Guarantee /EMD enclosed Yes/No 2 Key Information about Bid (Attachment-4) enclosed Yes/No Past Experience with details of Contract executed earlier with PO Copies & GRN etc. as per guide line 3 Yes/No given in Section I (Attachment-1, Form-1 of Section –VI) Audited annual accounts for the last 3 years 4 Yes/No furnished Technical details for equipment as called for by the 5 Yes/No Technical Specifications filled in Price proposal Schedule as per Attachment-5 of 6 Yes/No Section-V filled in

SEAL OF COMPANY Signature: ......

Name: ......

Designation: ......

WBPDCL/STPS/NIT/E1318/17-18 Page No. 29 of 32 ------(Signature & Office Seal of the bidder) ATTACHMENT-4

BID DECLARATION SHEET

I, ...... , certify that all the above typed in data and information pertaining to this Bid document are correct and is a true representation of the Plant/equipment covered by our Formal Proposal No...... ……...... Dated...... I hereby certify that I am duly authorized representative of the Supplier whose name appears above my signature.

SEAL OF COMPANY Bidder's Name : ......

Authorised Representative's Signature : ......

Authorised Representative's Name: ………………………………………….

WBPDCL/STPS/NIT/E1318/17-18 Page No. 30 of 32 ------(Signature & Office Seal of the bidder) ATTACHMENT-5

PROPOSAL DATA SHEETS PRICE PART

GENERAL NOTE: The offer will not be valid if the Bidder fails to submit this Proforma duly filled in. The Proforma shall be completely filled in without any ambiguity and shall be clearly written against every item. The bidders shall quote in the Price Bid as per the following format tabulated below in the price bid schedule (Excel file):

Sl. Item Code Item Description Qty. Unit Strike out the following field to No. confirm whether all fields in price bid schedule (Excel file) has been filled up / quoted & uploaded or not. Rate (INR) Amount (INR) 10 Pair X 0.63 mm, Armoured Polyethylene Insulated, Polyethylene Sheathed Jelly filled with Poly-al-moisture barrier Telephone Cable. Solid annealed Copper Conductor twisted into pairs, colour coded Cable for underground use. 1.01 04C010338 2000 MTR Yes/No Yes/No Conforming to specification G/CUG-01/03. AUG 2003 of Telecommunication Engineering Center, Department of Telecommunication, Government of India. Minimum continuous length=2,000 MTR. Tolerance Limit = ±5% (t)

Note: Bidder must fill up & submit this BOQ sheet with all cells filled-up. Non- submission of this sheet will lead to rejection of the bid. The price should be given “FOR STPS” basis i.e. necessary freight & transit insurance from Ex-works to STPS main store will be in successful bidder’s scope. Note: Contract Price: The Contract Price is the agreed sum of money stated in the Contract Documents to be paid to the Contractor for the successful completion of the supply in accordance with the terms of the Contract Documents. The Contract Price shall be for the entire scope of the supply with the breakups as specified in Instruction to Bidders and as per schedule of the attached BOQ. The Contract Price shall remain “FIRM” for Entire Supply of the Contract till complete execution of the supply covered under the Contract Documents.

WBPDCL/STPS/NIT/E1318/17-18 Page No. 31 of 32 ------(Signature & Office Seal of the bidder) THE WEST BENGAL POWER DEVELOPMENT CORPORATION LIMITED (A Government of West Bengal Enterprise) SANTALDIH THERMAL POWER STATION P.O. Santaldih Thermal Plant Dist. Purulia, PIN- 723146 Tel. No. : (03251) 260 218 Fax No. : (03251) 260 217 ANNEXURE- C

BANK DETAILS PROFORMA OF BENEFICIARY

Sub: Tender for ……………………………………………………………………………………………......

……………………………………………………………………………………………………………………..

…………………………………………………………………………………………………………....………..

Tender Ref. No. ………………..……………….……………………………………….. dated: …./…./2017 NIT No. ……………………………………………………………………………..…… dated: …./…./2017

We hereby furnish our Bank Account details for payment through RTGS/NEFT as follows: 1. Name of the Firm : ………………………………………………………………………… (Beneficiary) 2. Name of the Bank : ………………………………………………………………………… 3. Name of the Branch : ………………………………………………………………………… 4. Account No. : …………………………………………………………………………

5. IFSC No. of the Bank : ………………………………………………………………………… 6 Xerox copy of cancelled : ……………………………………………………………………….... cheque

Thanking you, Yours faithfully,

______Date: ……/……/……….. Signature of the Tenderer with Seal

TO WHOM SO EVER IT MAY CONCERN Certified that the above particulars are found to be correct and matching with our records in respect of the above Beneficiary.

Date: ..…./……/………. ______(Signature of the Bank Manager)

Seal of the Bank

WBPDCL/STPS/NIT/E1318/17-18 Page No. 32 of 32 ------(Signature & Office Seal of the bidder)