0% found this document useful (1 vote)
207 views22 pages

Final - TPDDL-ENGG-ENQ-300003400FY20-21 PDF

The document provides information about a tender for meter replacement and meter seizure work. The due date for bid submission has been extended to 01.09.2020. It outlines the scope of work, required documents for bid submission, evaluation criteria, submission process and various annexures related to commercial specifications, schedule of items, deviations etc. Bidders are requested to submit technical offers, price bids and EMD of Rs. 1,37,000 by the extended due date of 01.09.2020 for consideration in the tendering process.

Uploaded by

jattin
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (1 vote)
207 views22 pages

Final - TPDDL-ENGG-ENQ-300003400FY20-21 PDF

The document provides information about a tender for meter replacement and meter seizure work. The due date for bid submission has been extended to 01.09.2020. It outlines the scope of work, required documents for bid submission, evaluation criteria, submission process and various annexures related to commercial specifications, schedule of items, deviations etc. Bidders are requested to submit technical offers, price bids and EMD of Rs. 1,37,000 by the extended due date of 01.09.2020 for consideration in the tendering process.

Uploaded by

jattin
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 22

Amendment for Revised - SLA and due date

extension up to 01.09.2020

E-Tender Notification

For

Meter Replacement & Meter Seizure Work

Tender Enquiry No.: TPDDL/ENGG/ENQ/300003400/20-21

Due Date for Bid Submission: 31.08.2020 [15:00 HRS]

TATA Power Delhi Distribution Limited


(A Tata Power and Delhi Government Joint Venture)
Contracts, Corporate Office, NDPL House,
33 kV Grid Substation Building, Hudson Line, Kingsway Camp
Delhi-110009
CONTENTS OF THE ENQUIRY

S. NO. PARTICULARS

1. Event Information

2. Evaluation Criteria

3. Submission of Bid Documents

4. Bid Opening & Evaluation process

5. Award Decision

6. Order of Preference / Contradiction

7. Post Award Contract Administration

8. Specifications and Standards

9. General Conditions of Contract

10. Safety

Annexure

I. Annexure I – Schedule of Items

II. Annexure II – Detailed Breakup of Prices

III. Annexure III – Schedule of Deviations

IV. Annexure IV – Schedule of Commercial Specifications

V. Annexure V – Document Check List

VI. Annexure VI – Special Conditions of Contract

VII. Annexure VII – General Conditions of Contract


1.0 Event Information
1.1 Scope of work
E-Tenders are invited from interested Bidders for entering into a rate contract valid for one year as
defined below:

S. No. Description EMD

1 Tampered Meter Replacement & Meter Seizure Work Rs 1,37,000/-

1.2 Mandatory documents required along with the Bid


1.2.1 EMD of requisite value as mentioned above
1.2.2 Duly signed copy of TENDER as an acceptance to all terms and conditions as mentioned in this
TENDER.
1.2.3 Schedule of Deviations as per attached sheet
1.2.4 Commercial specification details as per attached sheet
1.2.5 Proper authorization letter to sign the tender on the behalf of bidder shall accompany the bid.
Please note that in absence of any of the above documents bid is liable to be rejected.
1.3 Deviation from Tender
Bidder shall necessarily submit (in online portal) a signed and stamped copy of this TENDER (in original) as
a token of acceptance of all the terms and conditions of this TENDER. Replication of this TENDER on
bidders’ document shall not be acceptable. Normally no deviation is accepted to TENDER document
supplied with the bid & bid with deviation is liable to be rejected. However, in case of any deviations to
this TENDER, all such deviations shall be furnished by the bidders in the Schedule of Deviations attached
as Annexure III and submit the same as a part of the Technical Bid.
1.4 Right of Acceptance/Rejection
Bids would be rejected in absence of following documents:-
1.4.1 EMD of requisite value
1.6.1 The offer does not contain prices indicating break up towards all taxes & duties
1.6.2 Complete technical details are not enclosed
1.6.3 Tender is received after due date and time
1.6.4 Tender is not received as per terms and conditions of tender
TPDDL reserves the right to accept/reject any or all the bids without assigning any reason thereof.
1.5 Marketing Integrity
We have a fair and competitive marketplace. The rules for bidders are outlined in the General Conditions
of Contract. Bidders must agree to these rules prior to participating. In addition to other remedies
available, we reserve the right to exclude a bidder from participating in future markets due to the
bidder’s violation of any of the rules or obligations contained in the General Conditions of Contract.
A bidder who violates the market place rules or engages in behavior that disrupts the fair execution of the
marketplace restricts a bidder to length of time, depending upon the seriousness of the violation.
Examples of violations include, but are not limited to:
▪ Failure to honor prices submitted to the marketplace
▪ Breach of terms of the published in TENDER/NIT
1.6 Supplier Confidentiality
All information contained in this tender is confidential and shall not be disclosed, published or advertised
in any manner without written authorization from TPDDL. This includes all bidding all bidding information
submitted. All tender documents remain the property of TPDDL and all suppliers are required to return
these documents to TPDDL upon request. Suppliers who do not honor these confidentiality provisions will
be excluded from participating in future bidding events.
2 Evaluation Criteria
▪ The bids will be evaluated technically on the compliance to tender terms and conditions.
▪ The bids will be evaluated commercially on overall BoQ lowest cost as calculated in Schedule of
Items​. ​TPDDL reserves right to split the order line item wise and/or quantity wise among more
than one Bidder. Hence all bidders are advised to quote their most competitive rates against each
line item.
▪ Bidder has to mandatorily quote against each item of Schedule of Items ​[Annexure I]. ​Failing to do
so TPDDL may reject the bids.
3 Submission of Bid Documents
3.1 Bid Submission
Bidders are requested to submit their offer in line with this Tender document. TPDDL shall respond to the
clarification raised by various bidders and the replies will be sent to all participating bidders through
website/E-portal.

The interested bidders are requested to obtain user name and password for purpose of bid submission
through e-procurement portal (​https://etender.tatapower-ddl.com/irj/portal​), from contact details
given below-
E-mail ID: [email protected]/ ​[email protected]
Contact no: 09871798582/ 011-66112276/ 011-66112374

Bids shall be submitted in 3 (Three) parts on the assigned folder of e-procurement site. May, please refer
the user manual available at ​https://etender.tatapower-ddl.com/irj/portal​.

(Tender has to be submitted only through e-procurement portal of TPDDL else bid will not ​be
considered.)

“EMD” of Rs. 1,37,000/- (Rupees One Lakh and Thirty Seven Thousand only) valid for 120 days
from the due date of bid submission ​in the form of RTGS/NEFT/BG / Bankers Pay Order favour to
TPDDL in the format as mentioned in General Condition of Contract, shall be submitted before due date.
Soft copy of the same should be uploaded in the EMD & Tender fee folder of E-portal and ​originals
should be submitted to TPDDL before due date of bid submission at the following address in a
sealed envelope marked as: ​“EMD against enquiry for rate contract for “Meter Replacement &
​ he
Meter Seizure Work” against Tender Enquiry No. TPDDL/ENGG/ENQ/300003400/20-21”. T
envelope shall also bear the Name and Address of the Bidder.

Office of HoG (Contracts-I)


Tata Power Delhi Distribution Limited
Corporate Office,
Substation Building, Hudson Lines,
Kingsway Camp, District Civil Lines,
Delhi–110009.
Contact Number: 66112208

“TECHNICAL & PRICE BID” ​and shall contain the following documents dully filled, signed & stamped on
each page:

a) Technical literature/GTP/Type test report etc​. ​(if applicable)


b) Qualified manpower available
c) Testing facilities ​(if applicable)
d) Original tender document duly stamped & signed on each page as token of acceptance
e) Acceptance​ to ​Commercial Terms and Conditions​ viz Delivery schedule/period, payment terms etc.
f) Quality Assurance Plan/Inspection Test Plan​ for supply items ​(if applicable)
g ) ​“PRICE BID” ​envelope and shall contain only the price details and strictly in format enclosed indicating
break up of basic prices, GST & duties, Freight etc.
Envelopes shall be sealed and clearly marked as below:
EMD, TECHNICAL & PRICE BIDS ​–
“​Tampered Meter Replacement & Meter Seizure Work​”

Please mention our Enquiry Number:- TPDDL/ENGG/ENQ/300003400/20-21 on the Tender and drop the
same in our Tender Box labeled as Procurement placed at first floor (reception) at NDPL House, 33kV Grid
Sub Station Building, Corporate Office, Hudson Lines, Kingsway Camp, Delhi – 110009.
SIGNING OF BID

The bid must contain the name, residence and place of business of the person or persons making the bid
and must be signed and sealed by the Bidder with his usual signature. The names of all persons signing
should also be typed or printed below the signature.
The Bid being submitted must be signed by a person holding a Power of Attorney authorizing him to do
so, certified copies of which shall be enclosed.
The Bid submitted on behalf of companies registered with the Indian Companies Act, for the time being in
force, shall be signed by persons duly authorized to submit the Bid on behalf of the Company and shall be
accompanied by certified true copies of the resolutions, extracts of Articles of Association, special or
general Power of Attorney etc. to show clearly the title, authority and designation of persons
signing the Bid on behalf of the Company. Satisfactory evidence of authority of the person signing on
behalf of the Bidder shall be furnished with the bid.
A bid by a person who affixes to his signature the word ‘President’, ‘Managing Director’, ‘Secretary’,
‘Agent’ or other designation without disclosing his principal will be rejected.
The Bidder’s name stated on the Proposal shall be the exact legal name of the firm.
3.2 Contact Information
All the queries shall be addressed to [email protected] with a copy to
[email protected]
3.3 Bid Prices
Bidders shall quote for the entire Scope of Supply/ work with a break up of prices for individual items and
Taxes & duties. The total bid price shall also cover all the supplier’s mentioned in or obligations
mentioned in or reasonably to be inferred from the bidding documents in respect of Design, Supply,
Transportation to site, all in accordance with the requirement of bidding documents. The bidder shall
complete the appropriate Price Schedules included herein, stating the Unit Price for each item & total
price with taxes, duties & freight up to destination at various sites of TPDDL. The prices offered shall be
inclusive of all costs as well as Duties, Taxes and Levies paid or payable during the execution of the supply
work, breakup of price constituents. The quantity break up shown else-where in Price Schedule is
tentative. The bidder shall ascertain himself regarding material required for completeness of the entire
work. Any items not indicated but are required to complete the job, shall be deemed to be included in
prices quoted.
3.4 Bid Currencies
Prices shall be quoted in Indian Rupees Only.
3.5 Period of Validity of Bids
Bids shall remain valid for 90 days from the due date of submission of the bid.
Notwithstanding clause above, the TPDDL may solicit the Bidder’s consent to an extension of the Period
of Bid Validity. The request and responses thereto shall be made in writing.
3.6 Alternative Bids
Bidders shall submit Bids, which comply with the Bidding documents. Alternative bids will not be
considered. The attention of Bidders is drawn to the provisions regarding the rejection of Bids in the
terms and conditions, which are not substantially responsive to the requirements of the bidding
documents.
3.7 Modifications and Withdrawal of Bids
The bidder is not allowed to modify or withdraw its bid after the Bid’s submission.
3.8 Earnest Money Deposit (EMD)
The bidder shall furnish, as part of its bid, an EMD amounting as specified in the tender. The EMD is
required to protect the TPDDL against the risk of bidder’s conduct which would warrant forfeiture.
The EMD shall be denominate in any of the following form:
▪ RTGS/NEFT/Banker’s Cheque/Demand Draft/Pay order drawn in favor of TPDDL, payable at Delhi.
▪ Bank Guarantee valid for 120 days after due date of submission.

The EMD shall be forfeited in case of:


a) The bidder withdraws its bid during the period of specified bid validity.
Or
b) The case of a successful bidder, if the Bidder does not
i) accept the purchase order, or
ii) furnish the required performance security BG
3.9 Type Tests (if applicable)
The type tests specified in TPDDL specifications should have been carried out within five years prior to
the date of bidding and test reports are to be submitted along with the bids. If type tests carried out are
not within the five years prior to the date of bidding, the bidder will arrange to carry out type tests
specified, at his cost.
4 Bid Opening & Evaluation process
4.1 Process to be confidential
Information relating to the examination, clarification, evaluation and comparison of Bids and
recommendations for the award of a contract shall not be disclosed to Bidders or any other persons not
officially concerned with such process. Any effort by a Bidder to influence the TPDDL's processing of Bids
or award decisions may result in the rejection of the Bidder's Bid.
4.2 Technical bid opening
Bids will be opened at ​1530 HRS on 31.08.2020
First the envelope marked “EMD” will be opened. Bids without EMD of required amount in prescribed
form, shall be rejected.
Next, the technical and price bid of the bidders who have furnished the requisite EMD will be opened.
4.3 Preliminary Examination of Bids/Responsiveness
TPDDL will examine the Bids 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 Bids are generally in order. TPDDL may ask for submission of original
documents in order to verify the documents submitted in support of qualification criteria.
Arithmetical errors will be rectified on the following basis: If there is a discrepancy between the unit price
and the total price per item that is obtained by multiplying the unit price and quantity, the unit price shall
prevail and the total price per item will be corrected. If there is a discrepancy between the Total Amount
and the sum of the total price per item, the sum of the total price per item shall prevail and the Total
Amount will be corrected.
Prior to the detailed evaluation, TPDDL will determine the substantial responsiveness of each Bid to the
Bidding Documents including production capability and acceptable quality of the Goods offered. A
substantially responsive Bid is one, which conforms to all the terms and conditions of the Bidding
Documents without material deviation.
Bid determined as not substantially responsive will be rejected by the TPDDL and/or the TPDDL and may
not subsequently be made responsive by the Bidder by correction of the non-conformity.
4.4 Techno Commercial Clarifications
After scrutiny of qualifying criteria (if applicable), techno commercial criteria offered by the bidder,
clarifications will be sought from the bidders for any deviations with respect to the TPDDL specifications
and attempt will be made to bring all bids on a common footing.
4.5 Clarification Of bids
To assist in the examination, evaluation and comparison of Bids, the TPDDL may, at its discretion, ask the
Bidder for a clarification of its Bid. All responses to requests for clarification shall be in writing and no
change in the price or substance of the Bid shall be sought, offered or permitted.
5.0 Award Decision
TPDDL will award the contract to the successful bidder whose bid has been determined to be the
lowest-evaluated responsive bid. The decision to place purchase order/LOI solely depends on TPDDL on
the cost competitiveness across multiple lots, quality, delivery and bidder’s capacity. In addition to other
factors that TPDDL may deem relevant.
In order to execute the work on time the order may be award to more than one bidder so as to meet the
delivery requirement or nullify the award decision without any reason.
In the event of your bid being selected by TPDDL (and/or its affiliates) and your subsequent DEFAULT on
your bid; you will be required to pay TPDDL (and/or its affiliates) an amount equal to the difference in
your bid and the next lowest bid on the quantity declared in tender.
In case any supplier is found unsatisfactory during the delivery process, the award will be cancelled and
TPDDL reserves the right to award other suppliers who are found fit.
6.0 Order of Preference/Contradiction:
In case of contradiction in any part of various documents in tender, following shall prevail in order of
preference:
1. Schedule of Items (Annexure I)
2. Post Award Contract Administration (Clause 7.0)
3. Submission of Bid Documents (Clause 3.0)
4. General Conditions of Contract (Annexure VII)
7.0 Post Award Contract Administration
7.1 Special Conditions of Contract
▪ Any change in statutory taxes, duties and levies shall be borne by TPDDL.

▪ All the terms and conditions of TPDDL GCC shall be applicable.

7.2 Drawing Submission & Approval


NA
7.3 Completion Period
As per Scope of Work and Service Level Agreement as mentioned in Annexure VI.
7.4 Warranty Period
Not applicable
7.5 Payment Terms
100% payment shall be made within 30 days of submission of commercially clear invoice at TPDDL BIRD
(Bill Inward Receipt Desk) after completion of work against progressive monthly bills.
7.6 Climate Change
Significant quantities of waste are generated during the execution of project and an integrated approach
for effective handling, storage, transportation and disposal of the same shall be adopted. This would
ensure the minimization of environmental and social impact in order to combat the climate change.
7.7 Ethics
TPDDL is an ethical organization and as a policy TPDDL lays emphasis on ethical practices across its entire
domain. Bidder should ensure that they should abide by all the ethical norms and in no form either
directly or indirectly be involved in unethical practice. Bidder is advised to refer GCC attached at
Annexure VII for more information.
8.0 Specification and standards
The items supplied should conform to the standards and specifications of TPDDL. Also bidders must
submit all relevant test certificates, along with their bid document (if applicable).
9.0 General Conditions of Contract
Any condition not mentioned above shall be applicable as per GCC for Services attached along with this
tender at Annexure VII.
10.0 Safety
Safety related requirements as mentioned in our safety Manual put in the Company’s website which can
be accessed by: ​http://www.tatapower-ddl.com ​All Associates shall strictly abide by the guidelines
provided “Contractor Safety Management System” at all relevant stages during the contract period.
Enquiry No.: TPDDL/ENGG/ENQ/300003400/20-21 RFx No- 5000001833

ANNEXURE I
Schedule of Items

Unit Rates Unit Rates


S. Item Qty (Per Team GST@18% Inclusive Total Price
No (No) - (A) Per -​ (​ C) GST inclusive
. Monthly) (Rs.) - GST (Rs.) -
(Rs.) - (B) D=(B+C) A*D

Composition of Team:- INR


1. One Supervisor 48 INR .102500 RS. 18450 120950
1 2. One Technician
3. One Eco Van with Driver
4. Tools and tackles / PPE / Material
like lugs, tape, screws, etc.

*Unit Rate shall include cost of materials and manpower per team as mentioned in Scope of Work (Annexure-VI)
NOTE:
▪ The bidder shall quote prices strictly in the above format. Failing to do so, bids are liable to be rejected.
▪ The bidder must fill each and every column of the above format. ​Mentioning “extra/inclusive” in any of the
column may lead for rejection of the price bid.
▪ No cutting/ overwriting in the prices is permissible.
▪ The prices shall be FOR TPDDL Locations.
▪ No. of teams required for the activity will be up to 04 nos initially and shall be changed as per
requirement in future. Each team will comprise 1 Supervisor, 1 Technician, 1 Eco vehicle / van having
commercial license with vehicle driver. BA shall maintain record of his employees ID (issued by Govt.
dept.) and address proof including permanent address proof which may be required during processing of
cases. BA has to follow organizational quality and safety standards. All tools/ PPEs shall be provided by
the BA as per internal audit requirements. However, the payment shall be made on number of teams /
based on the cases.
▪ The quantities as above are for bid evaluation purposes only. Actual quantities will vary as per requirements.
▪ ‘In case any discrepancy is observed between the item description stated in Schedule of Items mentioned in
the tender and the price bid submitted by the bidder, the item description as mentioned in the tender
document (to the extent modified through Corrigendum issued if any) shall prevail’.
ANNEXURE II
Detailed Breakup of Prices

NA
ANNEXURE III
Schedule of Deviations
Vendor shall refrain from taking any deviations on this TENDER. Still in case of any deviations, all such
deviations from this tender document shall be set out by the Bidders, Clause by Clause in this schedule
and submit the same as a part of the T​ echnical Bid.
Unless ​specifically mentioned in this schedule, the tender shall be deemed to confirm the TPDDL’s
specifications:

S. No. Clause No. Details of deviation with justifications

As per Annexure attached(attachment 1) : Legal Deviation

By signing this document we hereby withdraw all the deviations whatsoever taken anywhere in this
bid document and comply to all the terms and conditions, technical specifications, scope of work etc.
as mentioned in the standard document except those as mentioned above.

Seal of the Company:

Signature
Name
ANNEXURE IV
Schedule of Commercial Specifications
(The bidders shall mandatorily fill in this schedule and enclose it with the offer Part I: Technical Bid. In
the absence of all these details, the offer may not be acceptable.)

S. No. Particulars Remarks

1. Prices firm or subject to variation Firm


(If variable indicate the price variation
clause with the ceiling if applicable)
1a. If variable price variation on clause given No
1b. Ceiling 5%
1c. Inclusive of Excise Duty No (If Yes, indicate % rate)
1d. Sales tax applicable at concessional rate No (If Yes, indicate % rate)
1e. Octroi payable extra No (If Yes, indicate % rate)
1f. Inclusive of transit insurance Yes / No
2. Delivery Months
3. Guarantee clause acceptable NA
4. Terms of payment acceptable Yes
5. Performance Bank Guarantee acceptable Yes
(For 5% of order value for guarantee period)
6. Liquidated damages clause acceptable No
7. Validity (120 days) Yes
(From the date of opening of technical bid)
8. Inspection during stage of manufacture NA
9. Rebate for increased quantity No (If Yes, indicate value)
10. Change in price for reduced quantity Yes (If Yes, indicate value)
11. Covered under Small Scale and Ancillary No

12. Industrial Undertaking Act 1992 (If Yes, indicate the SSI Reg’n No.)
ANNEXURE V
Checklist of all the documents to be submitted with the Bid
Bidder has to mandatorily fill in the checklist mentioned below:-
Yes / No /
S. No. Documents attached
Not Applicable
1 EMD of required value YES

2 Tender Fee as mentioned in this RFQ NA

3 Company profile/organ gram NA

4 Signed copy of this RFQ as an unconditional acceptance YES

5 Duly filled schedule of commercial specification YES

6 Sheet of commercial/technical deviation if any YES

Balance sheet for the last completed three financial years; mandatorily NA
7
enclosing Profit & loss account statement
Acknowledgement for Testing facilities (duly mentioned on bidder NA
8
letter head)
9 List of Machine/tools with updated calibration certificates NA

10 Details of order copy (duly mentioned on bidder letter head) NA

11 Order copies as a proof of quantity executed NA

12 Details of Type Tests (duly mentioned on bidder letter head) NA

All the relevant Type test certificates as per relevant IS/IEC NA


13
(CPRI/ERDA/other certified agency)
14 Project/supply Completion certificates NA

15 Performance certificates NA

16 Client Testimonial/Performance Certificates NA

17 Credit rating/solvency certificate NA

18 Undertaking regarding non blacklisting (On company letter head) NA

19 List of trained/untrained Manpower NA


ANNEXURE VI
SPECIAL CONDITIONS OF CONTRACT

SCOPE OF WORK:

1. Issuance of meters, service cable, service orders from MMG store as per instruction from the
CEG officer-in-charge.
2. Removal & seizing of SP meters at
site. 3. Replacement of SP meters at site.
4. Replacement of service cable if required.
5. Removal of service cable if required. For evaluation purposes-One service order filled at site for
a particular activity shall be treated as one job.
SERVICE LEVEL AGREEMENT:

1. BA shall submit the certified copy of details of meters replaced by BA along-with invoice / bill.
2. The agency will deploy ECCO vehicles with commercial number.
Condition of vehicle should meet internal safety audit requirements. The vehicle must not be
more than 3 years old.
3. Each vehicle will have 3 manpower i.e. 1 line man (Skilled Technician), 1 Supervisor (Skilled) & a
Driver. TPDDL will provide an executive/officer with each team.
4. All tools & tackles (crimping tool, drill machine, nuts, fasteners, nails, hammer, phase tester,
​lineman’s pliers, wire stripping pliers, saddles, & foldable ladder) and other including
PPE​ ​required to perform/complete the work shall be provided by the agency.
5. All team members will carry I cards with them provided by TPDDL and will be shown to the
consumer before entering in the premises.
6. Working timing will be during the day only but teams to be made available in night/morning
raids or on holidays also whenever asked by TPDDL.
7. Enforcement group will depute an authorized officer with each team. Booked meter is seized in
gunny bag & sealed properly in the presence of the consumer and inspecting team members by
the Agency (Bags and other material shall be supplied by TPDDL). Seized meters are to be
deposited /sent to Meter Testing Lab by the inspecting team on the same day.
8. New meter installation & related work shall be done by the agency. All major material such as
meter , seals meter box, service cable etc. shall be issued by TPDDL & petty material such as
steel screws with washers, plastic gitty, Jubli Clamps, thimbles for earthling, saddles M S nuts &
bolts PVC wire 4mm etc. shall be provided by the vendor.
9. TPDDL will issue the meters without service no. & agency is responsible for reconciliation of
these meters weekly/ fortnightly basis with MMG. Further, some retain meters which are
booked by enforcement teams and already replaced also needs to be seized by the Agency as
and when required.
10. Initially, four no. of EECO vehicles with team as stated above will be deployed for carrying out
this activity & later on, vehicles /teams will be increased depending on the quantum of work,
however information regarding increasing the teams will be given 5 working days in advance.
11. The vehicles with teams will reach at 09.30 hrs. at UP Samaj office or any other specified
location as mentioned by TPDDL. The meters and other seizing material will be loaded from the
said office in the same morning and the balance material at the end of the day will be unloaded
at specified location. Normally the timing of the vehicle will be 09.30 hrs. to 6.00 PM, but in
exceptional cases, it may increase up to 7.00 PM.
12. The authorized officer who will accompany the team will get job advices on the same day in the
morning & during the day time while carrying out the required activities & teams are required to
carry out work as per his advice but the teams will be responsible to take care of all safety
measures while carrying out works.
13. Agency shall ensure daily submission of service orders at UP Samaj or any specified location for
all job completed during the day.
14. It is also to mention that vehicle provided should be in good condition & fitness will be certified
by Site-in –charge on regular basis for further continuation of that vehicle.
15. In case of leave of any employee/vehicle engaged by agency, agency will make alternative
arrangement at their own cost so as to keep members in each team unaltered. Further the
agency shall deploy the manpower from employment rolls of the agency.
16. It is needless to mention that safety is of prime importance for TPDDL, so in order to follow the
safety norms, all necessary PPE, ladder etc. are to be provided by the agency.
TPDDL reserves the full right to terminate the contract with one month notice period without
assigning any reason.

PENALTY CLOUSES:
1: Non availability of vehicle/team or both @ Rs 3000/day, after three days in a month, then penalty
will be charged Rs 4000/ day
2: Providing un-trained manpower @ Rs 2000/day
3: Vehicle not in good condition @ Rs 1000/day
4: Improper/ insufficient tool & tackle @Rs 1000/day
5: Loss of any TPDDL meter (FIR to be lodged with relevant Police Station by the agency & informing
TPDDL, within two working days.
PENALTY:-
(a) Single phase meter Rs 8000/meter
6: Loss of TPDDL meter seals/Paper seal, (FIR to be lodged with relevant Police Station by the agency
& informing TPDDL within two working days) @ Rs 3000/seal.
7: Non writing of CA no., M. no. & DOI on mete box @ 200/ occurrence.
8: Improper installation/quality reported by site-in-charge @ Rs1200/1 phase meter.
9: Delay in submission of protocol more than one day after completion @ Rs 50/day/protocol
SCOPE OF WORK:

1. Issuance / return of meters, service cable, service orders from MMG store as per instruction
from the CEG officer-in-charge.
2. Removal & seizing of SP meters at site.
3. Replacement of SP meters at site.
4. Replacement of service cable if required.
5. Removal of service cable if required. For evaluation purposes-One service order filled at site for
a particular activity shall be treated as one job.

SERVICE LEVEL AGREEMENT​:

1. The agency will deploy proper five seater vehicles with commercial number.
2. Condition of vehicle should meet internal safety audit requirements. The vehicle must not be
more than 3 years old.
3. Each vehicle will have 4 to 5 manpower i.e. 1 line man (Skilled Technician with min two year
experience of same field), 1 Supervisor (Diploma) & a Driver. TPDDL will provide an
executive/officer with each team.
4. BA will provide one skilled supervisor at office to manage the team , material and to ensure
the safety and quality
5. BA to ensure all Statutory Requirements for operating these vehicles during all working hours in
TPDDL.
6. All tools & tackles (crimping tool, drill machine, nuts, fasteners, nails, hammer, phase tester,
lineman’s pliers, wire stripping pliers, saddles, & foldable ladder) and other including PPE
required to perform/complete the work shall be provided as per CSM by the agency.
7. All team members will carry vailed I cards with them provided by TPDDL and will be shown to
the consumer before entering in the premises.
8. Normally working timing will be during the day only but teams to be made available in
night/morning raids or on holidays also whenever asked by TPDDL.
9. Servicing / maintenance of /Refurbishment of Tools / tackles etc. has to be carried out
on Sundays. No work holidays except Gazetted holidays shall be granted. However,
TPDDL reserves the right to ask the agency to deploy teams on Sundays / holidays/7
days a week, if required.
10. BA will provide monthly MIS of execution & the improvement plan of the deficiency in
activity.
11. BA will also submit monthly detail of Material received, consumed & balance material
along with invoice.
12. BA will compliance the CSM of TPDDL
13. BA will provide the monthly MIS of training of its employees
14. Minimum 10% site audits of cases executed to be conducted by safety supervisor and
quality supervisor and shall submit the monthly report, failing which penalty @ Rs 100/-
per case (on shortfall cases as above), shall be levied.
15. Capturing clear photographs of all meter installation cases and submitted in office
digitally by Pen drive bi-weekly KNO/CA-wise. 5 photos have to be brought (1. Meter, 2.
Connection point at pole end, 3. SAG provided, 4. Service Line at consumer end & 5. Pole
No) 6. Photograph of old removed meter reading.
16. Enforcement group will depute an authorized officer with each team. Booked meter is seized in
gunny bag & sealed properly in the presence of the consumer and inspecting team members by
the Agency (Bags shall be supplied by TPDDL)..
17. New meter installation & related work shall be done by the agency. All major material such as
meter , seals meter box, service cable etc. shall be issued by TPDDL & petty material such as
steel screws with washers, plastic gitty, Jubli Clamps, thimbles for earthling, saddles M S nuts &
bolts PVC wire 10 mm etc. shall be provided by the vendor.
18. TPDDL will issue the meters without service no. & agency is responsible for reconciliation of
these meters weekly / fortnightly basis. Further, some retain meters which are booked by
enforcement teams and already replaced also needs to be seized by the Agency as and when
required.
19. Initially, four number of vehicles with team as stated above will be deployed for carrying out this
activity & later on, vehicles /teams will be increased depending on the quantum of work,
however information regarding increasing the teams will be given 7 working days in advance.
20. The vehicles with teams will reach at 09.30 hrs. at UP Samaj office or any other specified
location as mentioned by TPDDL. The meters and other seizing material will be loaded from the
said office in the same morning and the balance material at the end of the day will be unloaded
at specified location. Normally the timing of the vehicle will be 09.30 hrs. to 6.00 PM, but in
exceptional cases, it may increase up to 8.00 PM.
21. The authorized officer who will accompany the team will get job advices on the same day in the
morning & during the day time while carrying out the required activities & teams are required to
carry out work as per his advice but the teams will be responsible to take care of all safety
measures while carrying out works.
22. Agency shall ensure daily submission of service orders at UP Samaj or any specified location for
all job completed during the day.
23. It is also to mention that vehicle provided should be in good condition & fitness will be certified
by Site-in –charge on regular basis for further continuation of that vehicle.
24. In case of leave of any employee/vehicle engaged by agency, agency will make alternative
arrangement at their own cost so as to keep members in each team unaltered. Further the
agency shall deploy the skilled manpower from employment rolls of the agency as per TPDDL
norms.
25. It is needless to mention that safety is of prime importance for TPDDL, so in order to follow the
safety norms, all necessary PPE, ladder etc. are to be provided by the agency.
TPDDL reserves the full right to terminate the contract with one month notice period without
assigning any reason.

Regular Tools:

(Crimping tool, nuts, fasteners, nails, thimbles, hammer, Ferrule (For identification of
connection), wall plugs, phase tester, lineman's Insulated pliers, wire stripping pliers, saddles,
Screw Driver, Tool box, Double test lamp, pre-define Insulated torque Spanner Set, Measuring
Tape, Pre-paid Meter Crimping machine, Phase Separator, Safety Pouch, safety cones with
Caution tapes Or any other material as per site in charge requirement

- Torch / Emergency light

- Smart Phone for filling the service orders in TPDDL’s Field force Automation Application
& ensure.

- Stationery (Writing pad, Paper pins, Paper clips, Stapler with pins, Carbon paper,
highlighter, Cello tape)

- First Aid Box, rope, Copper/ Brass chains & shorting leads,

- As per PPE Matrix shared by TPDDL:

Double rope Full body safety Harness with latch system & thigh protection(EN
361:2002/ EN 358 : 2000/IS: 3521:1991/2002)
Safety helmet(IS:2925-1984) with visor (EN: 166 CE marked)
Safety shoes(IS:15298), insulated gloves(EN: 60903 CE marked),
Rubber mat (for shock resistant upto 1.1KV),
Safety globs two pair per team
Or any other equipment as per Engineer In charge requirement.
- Fire extinguisher, tray etc. as per specification specified by TPDDL

- Ladder (foldable type (2/3 Layer) or as advised by TPDDL) for suitable height

- Document Bag (Catalogue Box type)

Bidder to ensure to keep minimum of 20 % reserve of all tools and tackles to meet the daily
requirement without hampering the work. Stock register to be maintained by him and shall
submit a copy of same to TPDDL for verification along with monthly being invoice submitted.
Submission of Bills​:

1. Bills must be submitted on monthly basis (1st date of month to last date of month) within 3
Working Days of the next month at BIRD # Bill Inward Receipt Desk, Civil Line,

3. The bill must be submitted along with the required attachments as indicated in the
Annexure-I, III, IV.

4. All annexure must be properly signed and stamped as depicted in Annexure-I,III,IV

5. Bills shall be verified by engineer enlarge and further processing shall be done on the
basis of verification.

6. TPDDL shall not be liable to delay in payments on non-confirmation of above required.

Applicable Taxes
Service Taxes and GST are extra as applicable over and above the price given. TPDDL will
reimburse on actuals against submission of documentary evidence to our entire satisfaction.

Statutory Requirements​:
The Agency is required to complete the following minimum statutory compliances and submit
the documentary evidence for the same.

1. Provident Fund code

2. Obtains ESI no.

3. Gets its workers insured so that he is in a position to make the payment under Workmen
Compensation Act in case of any eventuality.

4. Submits information to Principle Employer on the Standard Format

5. Obtains Form V from the Principle Employer

6. Obtains labour license from the Labour Dept.

7. Complies with the all labour law of the NCT.

8. Possesses a valid Service tax registration certificate.

9. Workmen Compensation, PA Insurance of worker / supervisor deployed in the job;


Copies to be submitted to TPDDL
PENALTY CLAUSES​:

1. Non availability of vehicle/team or both @ Rs 3000/day, after three days in a month, then
penalty will be charged Rs 5000/ day
2. Providing un-trained manpower @ Rs 2000/day
3. Vehicle not in good condition @ Rs 1000/day
4. Improper/ insufficient tool & tackle @Rs 1000/team /day
5. Accident at site Due to Safety violation Total Cost lost by TPDDL + 5000/- Per occurrence
6. Reporting of any unethical activity against BA 10000/- per occurrence and/or
termination of contract with Agency can be done
7. Reconciliation of meter & material not done within 5 days of notice given to agency
1000/- per day
8. Loss of any TPDDL meter (FIR to be lodged with relevant Police Station by the agency &
informing TPDDL, within two working days.-
9. Loss of Single phase meter Rs 8000/meter
10. Loss of TPDDL meter seals/Paper seal, (FIR to be lodged with relevant Police Station by the
agency & informing TPDDL within two working days) @ Rs 3000/seal.
11. Not writing of CA no., M. no. & DOI on mete box @ 200/ occurrence.
12. Improper installation/quality reported @ Rs1200/ meter.
13. Delay in submission of protocol more than one day after completion @ Rs 50/day/protocol
ANNEXURE VII

GENERAL CONDITIONS OF CONTRACT –SERVICE ORDERS-


CEO-GEN-04- REV. 18

You might also like