TAMILNADU TRANSMISSION CORPORATION (A SUBSIDARY UNIT OF TNEB LTD)

Thiruvalam Operation Circle, .

Specification for Hiring of 1.No.Diesel Driven van/jeep for the use Executive Engineer / Operation / Vinnamangalam Through E-Tendering.

(Through NIC Platform)

Specification No.77/2020-21

Office of the Superintending Engineer Operation/Thiruvalam Thiruvalam 230KV SS Campus EB Koot Road,Thiruvalam-632515, District, . Email ID:[email protected]

Service Provider: M/s NIC, Chennai Website for online bid submissionhttps://tntenders.gov.in/nicgep/app

1

::TAMIL NADU TRANSMISSION CORPORATION LTD::

1.TENDER SPECN. NO: SPECN.No.:SE/O/TVLM/ 77 /2020-21 2.NAME OF THE WORK Hiring of 1 No. Diesel Driven van / jeep for the use Executive Engineer / Operation / Vinnamangalam 3.Quantity 1 No 4.Method of Tender e- Tender system https://tntenders.gov.in/nicgep/app 5. Earnest Money Deposit Rs. 4,000/- (Rs. Four Thousand) only

(The scanned copy of the Payment of EMD shall be made through Demand Demand Draft should be Draft drawn in favour of ‘Superintending Engineer / uploaded) Operation / Thiruvalam’ payable at Vellore.

6.Date of viewing 06.08.2020 @ 18.00 Hrs

7.URL for online bid https://tntenders.gov.in/nicgep/app of NIC, Chennai submission for e-tender 8.Last date for submission of 20.08.2020@ 12.00 Hrs (The DD has to be reached EMD at this office, by 2 hours before closing time of tender.) 9.Date of closing of online e –tender for submission of 20.08.2020 @ 16.00 Hrs Techno Commercial & Price bid 10. Date & time of opening of 21.08.2020 @ 16.00 Hrs tender electronically 11.Specification at web site The Tender specification will be placed at https://tntenders.gov.in/nicgep/app of NIC. The prospective bidders may download the same. 12.Document to be uploaded The scanned copies of original documents to be uploaded along with by the Tender during BOQ (1) Scanned copy of the DD for payment of EMD (or) proof of e – submission exemption of EMD along with specified undertaking in a non- https://tntenders.gov.in/ judicial stamp paper of Rs.80/- nicgep/appof NIC (2) Scanned copy of R.C. Book, Route Permit, Insurance Policy, Driver License, Fitness certificate, Bank Pass Book, PAN Card. (3) Scanned copy of signed TENDER ACCEPTANCE LETTER.

13.Clarifiction to be sought for SUPERINTENDING ENGINEER/ OPERATION Form THIRUVALAM 14. Place at which tenders will SUPERINTENDING ENGINEER be opened OPERATION / THIRUVALAM, EB KOOTU ROAD, 230KV THIRUVALAM SS CAMPUS, THIRUVALAM–632515, VELLORE DT.

SD/- Superintending Engineer Operation/Thiruvalam

2

INSTRUCTION TO BIDDERS FOR SUBMISSION OF ONLINE BIDS IN E-TENDER

The bidders are required to submit soft copies of their bids electronically on the CPP Portal, using valid Digital Signature Certificates. The instructions given below are meant to assist the bidders in registering on the CPP Portal, prepare their bids in accordance with the requirements and submitting their bids online on the CPP Portal. More information useful for submitting online bids on the CPP Portal may be obtained at:https://eprocure.gov.in/eprocure/app.

REGISTRATION 1. Bidders are required to enroll on the e-Procurement module of the Central Public Procurement Portal (URL: https://eprocure.gov.in/eprocure/app) by clicking on the link “Online bidder Enrollment” on the CPP Portal which is free of charge.

2. As part of the enrolment process, the bidders will be required to choose a uniqueusername 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 would be used for any communication from the CPP Portal.

4. Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate (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 logs in to the site through the secured log-in by entering their user ID / password and the password of the DSC / e-Token.

SEARCHING FOR TENDER DOCUMENTS 1. There are various search options built in the CPP Portal, to facilitate bidders to search active tenders by several parameters. These parameters could include Tender ID, Organization Name, Location, Date, Value, etc. There is also an option of advanced search for tenders, wherein the bidders may combine a number of search parameters such as Organization Name, Form of Contract, Location, Date, Other keywords etc. to search for a tender published on the CPP Portal.

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 CPP 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.

3

PREPARATION OF BIDS 1. Bidder should take into account any corrigendum published on the tender document before submitting their bids.

2. Please go through the tender advertisement and the tender document carefully to understand the documents required to be submitted as part of the bid. Please note the number of covers in which the bid documents have to be submitted, the number of documents - 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 / schedule 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 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.

SUBMISSION OF BIDS 1. Bidder should log into the site well in advance for bid submission so that they 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.

2. The bidder has to digitally sign and upload the required bid documents one by one as indicated in the tender document.

3. Bidder has to select the payment option as “offline” to pay the tender fee / EMD as applicable and enter details of the instrument.

4. Bidder should prepare the EMD as per the instructions specified in the tender document. The original should be posted/couriered/given in person to the concerned official, latest by the last date of bid submission or as specified in the tender documents. The details of the DD/any other accepted instrument, 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.

5. Bidders are requested to note that they should necessarily submit their financial bids in the format provided and no other format is acceptable. If the price bid has been given as a standard BoQ format with the tender document, then the same is to be downloaded and to be filled by all the bidders. Bidders are required to download the BoQ file, open it and complete the white 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 filename. If the BoQ file is found to be modified by the bidder, the bid will be rejected. 4

6. 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.

7. 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 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. Overall, the uploaded tender documents become readable only after the tender opening by the authorized bid openers.

8. The uploaded tender documents become readable only after the tender opening by the authorized bid openers.

9. Upon the successful and timely submission of bids (ie 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.

10. 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.

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.

It may be noted by the bidders that M/s NIC is only a service provider for conducting the online bidding process against this tender and shall not be a party to any contract between TANTRANSCO and the successful bidder(s) subsequent to the bidding process. *****

5

Specification No. 77/2020-21

Hiring of 1.No.Diesel Driven Van/Jeep for the use Executive Engineer/ Operation / Vinnamangalam

DESCRIPTION

SECTION - I : EARNEST MONEY DEPOSIT

SECTION - II : INSTRUCTIONS TO THE TENDERERS

SECTION - III : COMMERCIAL

SCHEDULE – A : SCHEDULE OF PRICES

ANNEXURE – I : DECLARATION FORM

6

SECTION – I

EARNEST MONEY DEPOSIT

1) Tenderer should pay the specified amount towards Earnest Money Deposit as follows: Earnest Money Deposit: Rs.4000.00 (Rs. Four Thousand) only

2) The Earnest Money Deposit specified above should be paid in the form of DEMAND DRAFT drawn in favour of ‘SUPERINTENDING ENGINEER / OPERATION / THIRUVALAM’ payable at VELLORE. Scanned copy of the Demand Draft shall be uploaded. The EMD amount by DD has to be received at this office, 2 hours before closing time of tender.

3) The EMD will not carry any interest.

4) The Earnest Money Deposit will be refunded to the unsuccessful tenderers on application to the Superintending Engineer/Operation/Thiruvalam after intimation of the rejection/ non-acceptance of their tender is sent to them.

5) The tender shall be rejected if EMD is not paid in the prescribed manner.

6) The following should be uploaded by the Vendor during submission of Techno- commercial bid for payment of EMD failing which the offer will be SUMMARILY REJECTED.

The scanned copy of the Demand Draft.

7) 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 TANTRANSCO.

7

BID QUALIFICATION REQUIREMENT

The BIDDERS shall become eligible to bid, on satisfying the following “Bid qualification Requirements” and on production of the required documentary evidences along with the Tender. All copies of documents are to be attested by the competent authority.

1. The vehicle should have been registered within FIVE / SEVEN years as on the date of opening and the registration certificate should be in the name of tenderer.

2. The vehicle should have been registered as a transport vehicle.

3. The registration number of the hired vehicle shall be only in black on a YELLOW back ground.

4. The Contractor should upload a copy of Valid Route Permit, Fitness certificate, Insurance Certificate for the Vehicle, Valid Driving license of the Driver, etc.

Sd/- SUPERINTENDING ENGINEER OPERATION / THIRUVALAM

8

SECTION – II

INSTRUCTION TO TENDERERS

1.0 REJECTION OF TENDERS

I. Tenders will be SUMMARILY rejected if a) The EMD requirements are not complied with. b) If the bids are received through Consortium or Joint venture, the same will not be considered and the bids will be rejected. Tenders received from Agents/Dealers will not be considered.

II. Tender is LIABLE to be rejected, if it is: a) Not in conformity with TANTRANSCO’s Commercial terms and Technical Specifications. b) Received from a tenderer who is directly or indirectly connected with Government service or Board Service or services of local authority. c) Received From any black listed Firm or Contractor. d) Received by Telex / Telegram / E-Mail/ Fax. e) Received From a tenderer whose past performance / Vendor rating is not satisfactory

f) Documents uploaded by the Tenderers along with their offer being found to be bogus or contain false particulars. g) Received after due date and time.

2.0. SCOPE OF SUPPLY:

2.1 The scope of work under this contract is to provide Hiring of 1 No. Diesel Driven van/jeep for the use Executive Engineer / Operation / Vinnamangalam with Headquarters at Vinnamangalam on all working days for 12 hours for a period of One year to go to the areas within Tamil Nadu .

2-2 The contract rate once agreed will be fixed and firm during the contract period.

3.0. SUBMISSION OF TENDER OFFER:

3.1. The tenderer is expected to examine all instructions, Schedules and Annexures detailed in the Specification and submit the Schedule of Prices and other required particulars in the Schedules and Annexures called for in this Specification, only as per the formats prescribed herein.

4.0. SUBMISSION OF TENDERS:

4.1.1. The Tender Offer consisting of Schedule-A 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. 9

4.2. Modifications/Clarifications to Tender Documents:

4.2.1. At any time after the commencement of e-Tender and before the closing of the event, TANTRANSCO 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 .

4.2.2. In case any tenderer asks for a clarification to the tender documents before 48 hours of opening of tenders, the SE/Operation/ TANTRANSCO/Thiruvalam will clarify the same.

4.2.3. If any tenderer raises clarifications after the opening of the tender, the clarified reply issued by the SE/Operation/ TANTRANSCO /Thiruvalam on the clarifications will be final and binding on the Tender.

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

4.4. All information in the tender offer shall be in ENGLISH only. It shall not contain interlineations, erasures or overwriting 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.

4.5. QUOTATION OF RATES:

4.5.1. Rates should be quoted figures i.e., integers only.

4.5.2. Offers giving lumpsum price, without giving their breakup as per details required in the attached Price Schedule-A shall be liable for rejection.

4.6. 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.

4.7. INCOMPLETE TENDERS:

Tender, which is incomplete, obscure or irregular, is liable for rejection.

5.0. TENDER OPENING: 5.1. OPENING OF COMMERCIAL & TECHNICAL BIDS WITHOUT PRICE (PART-I):

The Tender offers except price Bid will be opened electronically at 15.00 Hrs on the date notified at the Office of the Superintending Engineer/ Operation/Thiruvalam, through https://tntenders.gov.in/nicgep/app in the presence of tenderers authorized representative who may wish to be present on the date of opening.

5.2. OPENING OF THE PRICE BIDS: (PART - II)

The date and time of opening of Price Bids shall be later notified through registered e-mail to the Bidders who fulfil the Technical Specification criteria and whose bids are found to be commercially and technically acceptable.

10

6.0. INFORMATION REQUIRED AND CLARIFICATIONS:

6.1. In the process of examination, evaluation and comparison of tender offers, the TANTRANSCO 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.

6.2. The TANTRANSCO 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.

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

6.4. 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 TANTRANSCO for rejection of his offer, except as mentioned in Clause-4.19 of Section-IV. The TANTRANSCO 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 TANTRANSCO.

7.0. EVALUATION AND COMPARISON OF THE TENDER OFFERS:

7.1. 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.

7.2. 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.

7.4. 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.

8.0. VALIDITY:

8.1. The tender offer shall be kept valid for acceptance for period of 180 days from the date of opening of offers. The offers with lower validity period are liable for rejection.

8.2. 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 TANTRANSCO.

9.0. RIGHTS OF THE BOARD:

11

9.1. Notwithstanding anything contained in this Specification, the TANTRANSCO reserves the rights : a) to split the Tendered Quantity and place orders on one or more than one firm as per the Tamil Nadu Transparency in Tender Rules 2000 since the tendered material is so vital in nature and the failure in supply would affect the public interest. b) to recover losses , if any, sustained by TANTRANSCO, from the supplier who pleads his inability to supply and backs out of his obligation after award of contract. The security deposit paid shall, be forfeited. c) to cancel the orders for not keeping up the delivery schedule. d) to accept the lowest eligible tender. e) to reject any or all the tenders or cancel without assigning any reasons there for. f) to relax or waive or amend any of the conditions stipulated in the tender Specification wherever deemed necessary in the best interest of the TANTRANSCO.

10.0. DEVIATIONS:

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

10.2. No alternate offer will be accepted.

11.0. BAR OF JURISDICTION:

11.1. As per existing specifications of TANTRANSCO’s Standard terms and conditions.

12

SECTION - III COMMERCIAL

NAME OF WORK :

Providing a 1 No.van/jeep (Diesel Driven) on hire basis for the use of the Executive Engineer / Operation / Vinnamangalam

1.0. SCOPE :

The scope of the work under this contract is to provide a van/jeep (Diesel Driven) / for the above use. The contractor should be capable of providing the vehicle in a very short notice i.e. within 30 minutes before the starting time. Generally the working hours will be 12 hrs per day. The Car may be required at any time during the 24 hours of the day including all holidays for emergencies/break down etc.

The vehicle will be used by the Executive Engineer / Operation/Vinnamangalam or his Staffs for attending to the inspection and repairs of EHT lines, Substation equipments etc

2.0 Period of contract:

2.1 The period of contract shall normally be one year from the date of utilization of vehicle. The board has absolute powers to cancel the contract at any time without notice. The contractor shall be solely responsible for renewal of Route Permit, Fitness Certificate, Tax, Comprehensive Insurance, Driver License and relevant documents well in advance before expiry

3.0 Price:

3.1 HIRE CHARGES:

The Vehicle will be hired on daily basis for an average of 25 days per month. Hire charges will be paid only for the actual days when the vehicle is made available and used at lump sum rate for the first 12 hours of part thereof and hourly rate of retention charges for a further period of 4 hours.

3.2. RETENTION CHARGES:

Whenever the Vehicle is retained for use beyond 12 hours in a day, the retention charges per hour as per Schedule-A-14.2 would be paid subject to a maximum of 4 hours. Extra time over 12 Hrs daily to an extend of 30 minutes will not be reckoned.

3.3. NIGHT HALT CHARGES;

Night halt charges shall be paid for night halts as per Schedule-A-14.4

3.4. Service Tax: 50% of the service tax liability will be remitted to the service tax department in the name of the Head of the Department (TANGEDCO/TANTRANSCO) and the balance 50% of the service tax liability or at the rate, as prescribed by the Department of Central Excise and Service tax, from time to time will be reimbursed to vehicle contractor on production of documentary evidence for having paid the service tax to the Department. 13

3.5. DIESEL COST: Diesel cost would be reimbursed adopting the performance factor as per Schedule-A-14.3 and at the prevailing market rate of Diesel

3.6. OTHER CHARGES:

The Hire charges quoted by the tenderer should cover Driver salary, Bata, if any lubricants like engine oil, tools, taxes and insurance, wear & tear, servicing ,Repairs etc, excluding cost of fuel alone. The distance in kilometers will be calculated from the Vehicle allotted officers Headquarters to the works place and back to Headquarters and not from the garage of the tenderer.

4.0. QUANTITY: The Quantity indicated is only approximate and is not guaranteed.

5.0. DETAILS OF VEHICLES:

5.1. The vehicle should have been registered in the name of the tenderer only. The contractor should give full details of the vehicle which is to be hired (viz.) Make, Registration No. and date, RC details etc. The above details for the vehicle that could be arranged as substitute vehicle shall also be given. The R.C. Book permit and third party insurance cover note along with other relevant documents should be produced for verification.

5.2. Photostat copy of the R.C. Book, Route Permit, and Fitness Certificate, Driver License, Insurance Policy and Income Tax Certificate and details of Service Tax Registration No., Service Tax Code and Account Code etc should be enclosed with the quotation.

5.3.Only Diesel driven vehicle should be provided. The vehicle supplied should be in perfect running condition. The Motor Vehicle Act and rules should be followed then and there.

6.0. SECURITY DEPOSIT:

The Successful Tenderer on receipt of intimation about the acceptance of his tender has to pay in the form of Demand Draft in favour of Superintending Engineer/Operation TANTRANSCO / Thiruvalam payable at Vellore, an amount equal to 5% value of the contract inclusive of EMD paid as Security Deposit within 15 days against the contract. The Security Deposit shall be refunded on satisfactory completion of the contract. The Security Deposit shall not bear any interest.

7.0. RETENTION AMOUNT (ADDITIONAL SECURITY DEPOSIT):

In addition, a deduction on 5% of the value of work done by the successful tenderer shall be made for the purpose of additional security in each intermediate bill to be paid to him, until the completion of work for the due fulfillment of this contract.

8.0. CONTRACTOR'S FAILURE:

If the contractor fails to fulfill the terms and conditions of the contract or unable to continue the work, the board has got the right to engage other agency for the work and the resultant excess expenditure if any incurred by the Board will be recovered from the contractor either from his Security Deposit or from the outstanding bills. The contractor is liable to be terminated if the tenderer withdraws or not taking up the works after receipt of acceptance order from this office. In either case, the Earnest Money Deposit and Security Deposit will be forfeited. 14

9.0.DISCIPLINE:

The Contractor and his staff should observe strict discipline and decorum, while on duty

10.0. IDENTITY CARDS:

The Contractor should provide identity cards to each driver and such identity cards should be got countersigned by the EXECUTIVE ENGINEER/OPERATION/VINNAMANGALAM.

11.0. CONDITIONS:-

11.1 The vehicle should have been registered within FIVE / SEVEN years on the Date of opening and the registration certificate should be in the name of tenderer.

11.2 The registration number of the hired vehicle shall be only in black on a YELLOW back ground.

11.3The vehicle should have been registered as a transport vehicle and the vehicle owner shall possess "T".

11.4 The Contractor should display the work" ON CONTRACT WITH TANTRANSCO " prominently in the front and rear of the vehicle when the vehicle is engaged for TANTRANSCO work. When the vehicle is running for other then TANTRANSCO the board "ON CONTRACT WITH TANTRANSCO " should be removed without fail.

11.5 The vehicle should be readily available on all the days intended throughout the year including holidays.

11.6 Whenever the vehicle is requisitioned on emergency during week days, it shall turn-up within 30 minutes.

11.7 The vehicle supplied should be in perfect running condition

11.8 The contractor shall not allow his driver to run his vehicle without valid driving license, route permit, fitness certificates, etc.

11.9 Only the cost of Diesel required for the vehicle to be hired shall be paid to the contractor by the Board as per the accepted schedule of rates. The Diesel shall however be arranged by the contractor initially for the trips.

11.10 The engine oil, etc., required for the vehicle to be hired shall be arranged and supplied by the contractor. It will not be reimbursed by the Board.

11.11 At the time of any accident to the hired vehicle, it is the full responsibility of the contractor to see that necessary compensation, etc. is settled besides arranging medical aid.

11.12 The contract is not transferable.

11.13 Any notice to the contractor shall be deemed to be sufficiently served if given or left in writing at his/her usual or last known place or abode of business as well as the Notice Board of this office.

11.14 The vehicle may be driven only by licensed drivers who shall have a ‘VALID’ Driving License.

15

11.15 The vehicle spared by the contractor shall be covered by third party risk insurance under motor vehicles act of 1939 to safeguard the interest of the Board against all risks involved in hiring of the vehicles.

11.16.Repairing tools and stepny should be available in the Vehicle.

12.0. PAYMENT:

12.1: Hire Charges will be paid only for the actual days when the vehicle is made available and used at lump sum rate for the first 12 hours or part there of and hourly rate of retention charges for a further period of 4 hours. The diesel cost alone would be reimbursed for the balance period of the day.

13.0. LIQUIDATED DAMAGES:

13.1 If the contractor fails to provide transport on any/some days, then payment due for the particular month will be cut proportionately. In attention the contractor is liable for liquidated damages; the liquidated damages shall be half percent of the annual contract value per week on non-provision of the vehicle and in any case will not exceed 10% of the annual contract value. For less than week, the deduction will be in proportion to the number of days and hours as liquidated damages.

13.2 Whenever the vehicle is taken out on camps warranting night halts Outside the Headquarters of the officers concerned no bata will be paid to the driver and bata if any should be paid by the tenderer. The number of such halts outside will be limited only to the necessary extent warranting the officer’s tour programme. Number of halts outside the Headquarters per month cannot be given precisely. The halts are to be made any where in Tamil Nadu.

13.3 The owner should make his own arrangement for the accommodation of the driver.

13.4 The total kilometers run by the vehicle will be calculated from the resident of the officer to whom the vehicle is allotted to the work site and back to office and not from the garage of the tenderer.

13.5 In case kilometer reading is not recorded due to defects in the systems, then the kilometer as assessed by the officer of the Tamil Nadu Generation and Distribution Corporation Ltd using the vehicle will be final.

14.0. BREAK DOWN:

14.1 The contractor should provide substitute similar vehicle within Half-an-hour of breakdown of the vehicle. If the substitute similar vehicle provided for hiring by the contractor is not owned by the tenderer of, when the tenderer should produce a consent letter obtained from the owner of the Vehicle ( Sub-Contractor) agreeing to lend the vehicle for hiring to the Board.

14.2 If the substitute vehicle is not provided within half-an-hour of Breakdown of the hired vehicle proportionate hire charges per hour shall be recovered for non-supply period. In addition, one percent of the rate per day shall be recovered for each hour on non-supply.

16

14.3 If the contractor fails to provide transport to the Board due to Breakdown of vehicle of any other cause the contractor is liable for penalty. The penalty shall not be less than half percent of the contract value for every 7 days for non-availability of the vehicle and not more than 10% of the value of the contract. Proportionate penalty will be levied for less than 7 days.

14.4 Repairs if any, to vehicle to be hired shall be carried out by the contractor.

15.0 INSURANCE:

15.1 The vehicle shall be covered under comprehensive risk insurance.

15.2 The contractor shall furnish the details of vehicles available in his/her name and also the details of vehicles that could be arranged as substitute vehicle ( Owner by Sub-contractors) viz., Make, Registration No. and Date , F.C. details etc. The R.C.Book and the Third party Insurance cover note along with other relevant documents, should be produced for verification and return at the time of entering into the contract.

16.0 DIESEL CHARGES:

16.1 Diesel required for the vehicle to be hired shall be supplied by the contractor and the reimbursement shall be based on the performance factor to be adopted as per schedule of rates enclosed herewith.

16.2 Whenever the vehicle is sent for hiring, Diesel should be filled up to the full tank and the driver should come prepared for long journey and halt and also with adequate money for further filling of diesel if necessary.

17.0 DRIVER:

17.1 The Driver for the vehicle to be hired shall be provided by the Contractor. All payment such as salary, daily bata, allowances etc., for the driver shall be paid by the contractor.

17.2 The driver shall have valid driving license.

18.0 The contractor shall be responsible for any violation of the provisions of the contract by him/ her or the driver.

19.0 In case of dispute, the decision of the SUPERINTENDING ENGINEER concerned shall be final and binding.

20.0 The contract is not transferable.

21.0 Any notice to the contractor shall be deemed to be sufficiently served if given or left in writing his/her usual oral known place of abode of business, as well as the Notice Board of the offices.

22. 0 The Board has absolute powers to cancel the contract at any time without notice.

23. 0 COMPLAINTS:

If the contractor faces any difficulty in carrying out the work, experience delay in payments etc., He can make a written representation to the SUPERINTENDING ENGINEER/ OPERATION/ THIRUVALAM.

17

24.0 COURT SUITS:

24.1. No suit or any proceedings in regard to any matter arising in any respect under this contract shall be instituted in any court, say in the city Civil Court at Madras or the Court of small causes of Madras, It is agreed that no other court shall have jurisdiction to entertain any suit or proceedings even though part of the causes of action arises within their jurisdiction. In case any part of the cause of action arises within their jurisdiction of any court on Tamil Nadu and not on the court in Madras City then it is agreed to between parties that such suit of proceedings shall be instituted in a Court within State of Tamil Nadu and no other, Court outside the State of Tamil Nadu and no other, Court outside the state of Tamil Nadu shall have jurisdiction even though any part of cause of action might arise within the jurisdiction of such courts.

24.2 The contractor shall be responsible for the safe operation of the vehicle. For any loss or damage to the vehicle, or to the transported through the vehicle or to the personnel traveling due to the carelessness of the driver, the Contractor will be responsible and Department will not take any responsibility on that account.

25.0 TRIP SHEET:

25.1 The contractor should see that the trip sheets are written daily and got attested by the officer to whom the vehicle is allotted.

25.2 At the end of each month, the contractor shall submit a statement in triplicate (as may be prescribed in this regard) detailing his claims for the service rendered during the proceeding month to the EXECUTIVE ENGINEER/OPERATION/VINNAMANGALAM.

26.0 WORKING HOURS:

The vehicle should be available for use normally between 8.00 AM to 8.00 PM (12 hours) a day on all the working days. The vehicle should be readily available if called, on holidays. The vehicle should be made available before or after the working hours when necessity arises.

27.0 ACCIDENT AND DAMAGES:

27.1 In case of any accident caused to any persons including the Contractor’s and Board workmen, or damages to property/ equipments or injury to the persons availing in the vehicle in the courts of the execution of the contract the contractor will be solely held responsible for payment of compensation, medical aid etc., In case the contractor fails to pay compensation within a reasonable time, the Board may settle the claims and arrange to recover the same from the contractor.

27.2 The contractor shall be solely responsible for any accident to his employees/ Board's employee or the Public, from any cause whatsoever and shall indemnify the TANTRANSCO against any damage to property or injury to ensure insurance charges against all such claims.

27.3 At the time of any accident to the hired vehicle, it is the full responsibility of the contractor to see that necessary compensation etc., is settled besides arranging medical aid.

28.0 SUB LETTING OR TRANSFER :

This contract should not be sublet to any other persons or transferred by Power of attorney authorizing others to receive payment.

18

29.0 ARBITRATION:

29.1 There will be no arbitration and the decisions of SUPERINTENDING ENGINEER /OPERATION/THIRUVALAM will be final in case or any dispute between the contractor and the board.

29.2The contract rate once agreed will be fixed and firm during the contract period.

30.0 POWER TO RELAX:

Notwithstanding anything contained by any of those regulations, SUPERINTENDING ENGINER/ OPERATION/ TANTRANSCO/THIRUVALAM will have the right to relax or waive any of the conditions stipulated in the tender specification.

31.0:EFFECTING OF RECOVERIES:

31.1Any loss, arising due to non-fulfillment of this contract or any other contract, will be recovered from the Security Deposit held and / or any other amount due to the supplier from the TANGEDCO / TANTRANSCO from this Contract as well as from other contracts.

32.0 RECOVERIES OF DUES:

The TANTRANSCO is empowered to recover any dues against this contract in any bills/Security Deposit/ Earnest Money Deposit/Permanent Earnest Money Deposit due to the contractor either in this contract or any other contract with TNEB/ TANGEDCO / TANTRANSCO.

SD/- SUPERINTENDING ENGINEER OPERATION /THIRUVALAM

19

SCHEDULE - A PRICE SCHEDULE HIRING OF 1No.DIESEL DRIVEN Van/Jeep for the use Executive Engineer / Operation / Vinnamangalam

1 Registration No. of Van/Car :

2 Date of first registration :

3 E.M.D :

4 P.R. No. / Date :

5 Make :

6 Year of Manufacture :

7 Engine No. & Chassis No. :

8 Permit valid up to :

9 Tax valid up to :

10 Insurance valid up to :

11 Name of Driver :

12 Date of expiry of Driver : License

13 Details of vehicles to be hired : as substitute in the absence of the above, if available 14. Rates: SL. No ITEM APPROXIMATE RATE QTY. RS. P. 1. Lump sum hire charges per day up to 25 DAYS Rate/day 12 hours or part there of 2. Hourly retention charges per hour 20 HOURS Rate/Hour beyond 12 hours subject to a maximum of 4 hours 3. Performance factor for reimbursement 2500km KM/Litre of Diesel Cost in KM/Litre 4. Night halt charges 1 Halt Rate/halt Address : Land line No.: Mobile No. : Signature of the tenderer With date.

20

ANNEXURE I 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. 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 tenderer with date)

21