0% found this document useful (0 votes)
10 views15 pages

Tender Documents C103

The document outlines the e-tender specifications for the construction of a 33/11 KV substation in Loni Estate, with a submission deadline of November 13, 2024. It includes details about the tender fee, earnest money, required documents, and the bidding process, emphasizing the importance of compliance with all instructions. The tender will be opened on November 14, 2024, and bidders are advised to examine the site before submitting their offers.
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 (0 votes)
10 views15 pages

Tender Documents C103

The document outlines the e-tender specifications for the construction of a 33/11 KV substation in Loni Estate, with a submission deadline of November 13, 2024. It includes details about the tender fee, earnest money, required documents, and the bidding process, emphasizing the importance of compliance with all instructions. The tender will be opened on November 14, 2024, and bidders are advised to examine the site before submitting their offers.
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/ 15

OFFICE OF THE SUPERINTENDING ENGINEER

ELECTRICITY CONSTRUCTION & WORKS CIRCLE-I


ROOM NO. 125, URJA BHAWAN, OLD BUILDING,
PASCHIMANCHAL VIDYUT VITRAN NIGAM LIMITED
VICTORIA PARK, MEERUT - 250 001
e-mail id : se.works1@pvvnl.org
Mob No. : +919193330094

E-TENDER SPECIFICATIONS/DOCUMENTS

1. E-Tender No. : 03/ECWC1/MRT/2024-25


2. Last Date of Online Submission : 13.11.2024 - 03.00 PM
3. Due date of opening (Part-I) : 14.11.2024 - After 04.00 PM
4. Price of Tender form (Tender fee) : Rs. 5,900.00 (Rs. 5,000.00 + 18% GST)-(not refundable)
5. Earnest money : Rs. 1,60,000.00
6. Description of Work : Construction of 33/11 KV (2×5 MVA) Substation Loni Estate,
UPSIDC, Industrial Area, Loni along with its 33KV line &
11KV Feeder under EUDD-IV, Ghaziabad under Scheme of
Business Plan 2024-25 (Part-2)
7. Estimated Cost : Rs. 153.58 Lakh (GST included)

uksV %& fufonk gsrq okafNr /kjksgj jkf'k ,oa fufonk 'kqYd vyx vyx ¼18% th-,l-Vh- lfgr½ ¼vçfrns;½] vkj-Vh-th-,l-@,u-bZ-
,Q-Vh- ds ek/;e ls vf/k'kklh vfHk;Urk] fo|qr uxjh; fuekZ.k [k.M ¼forj.k½] xkft;kckn ds uke ls Hkkjrh; LVsV cSad dh
dfouxj] xkft;kckn fLFkr 'kk[kk esa lapkfyr pkyw cSad [kkrk laŒ 10149900065 ¼IFSC Code SBIN0003279½ esa tek djk;k
tk;sxkA fufonknkrk }kjk fufonk Hkkx 1 ¼fufonk@/kjksgj jkf'k ,oa rduhdh fcM½] fufonk Hkkx&2 ¼izkbtfcM½ fufonk tek fd;s
tkus dh frfFk dks 15-00 cts rd bZ&Vs.Mfjax osclkbZV www.etender.up.nic.in ij viyksM dh tk;sxhA fufonk Hkkx 1
¼fufonk@/kjksgj jkf'k ,oa rduhdh fcM½ vxys fnu 16%00 cts ds ckn vkWuykbZu [kksyk tk;sxkA fufonk çi= [kksyus okys fnol
dks vodk'k gksrk gS rks mDr dk;Z ds fy, vxyk dk;Z fnol ekuk tk;sxkA v/kksgLrk{kjh }kjk fdlh Hkh fufonk dks
Lohdkj@vLohdkj ;k leLr fufonkvksa dks ;k mlds fdlh Hkkx dks vkSj viw.kZ fufonkvksa dks fujLr djus dk vf/kdkj] fcuk
dkj.k crk;as lqjf{kr gSaA

The details of aforesaid E-Tender can be had in following enclosed Annexure- I to VI


1. Annexure – I : Tender Form
2. Annexure – II : Pre-Qualification & General Terms & Conditions and instruction of bidder
3. Annexure – III : Bid validity on Non judicial stamp of Rs. 10/-
4. Annexure – IV : Tender Performa
5. Annexure – V : Terms & Condition
6. Annexure – VI : General Terms & Conditions of Tender/Work
Other Enclosure
7. Form 'A'
8. Form 'B'
9. Work Sheet
Enclosure : As above

Note : Tenderers are requested to go through the all instructions carefully and furnish complete information, alongwith
their tender offer, failing which their offers may not be considered at all tenders shall be received in two parts {Part-I–
(Fee & Technical Bid) & Part-II (Price Bid)} on E-Tender Website "http://etender.up.nic.in"

Tender Ref. No. 03/ECWC1/MRT/2024-25


Signature of Tenderer with Seal
Page 1 of 15
Part-I Only
Annexure - I

Tender Form

Tender for _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _
against Tender No. _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _

From :
M/s. _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _
_________________________
_________________________

To :
Superintending Engineer,
Electricity Construction & Works Circle-I,
Paschimanchal Vidyut Vitran Nigam, Ltd.,
Room No. 125, Urja Bhawan, Old Building,
P.V.V.N.L., Meerut

Sir,

With reference to your invitation to tender for the above I/We hereby offer to the U.P. Power Corporation Ltd.
the items in the schedules annexed or such portion thereof you may determine in strict accordance with the annexed
conditions of contract form 'A' specification and schedules of rates to the satisfaction of the purchaser in default thereof
agree to pay to U.P. Power Corporation Ltd., the sum of money mentioned in the said condition.

I/We agree to abide by this tender for the period of 180 days from the date of opening of Part-I of tender.

A sum of Rs. _ _ _ _ _ _ _ _ _ as earnest money through NEFT/RTGS.

Date the _ _ _ _ _ _ _ _ day of _ _ _ _ _ _ _ _

Your faithfully,

Witness : (Signature of the tenderer in full)


With Seal

Tender Ref. No. 03/ECWC1/MRT/2024-25


Signature of Tenderer with Seal
Page 2 of 15
Annexure - II
ALL DOCUMENTS TO BE SUBMITTED BY THE CONTRACTOR DULY SIGNED
General Terms and conditions and Instruction to the Tenderers/Bidders
Tenderers are requested to go through the all instructions carefully and furnish complete information, alongwith their
tender offer, failing which their offers may not be considered at all tenders shall be received in two parts {Part-I–(Fee &
Technical Bid) & Part-II (Price Bid)} on E-Tender Website http://etender.up.nic.in
1. TENDER BID PART-I (Fee Bid) :-
Following required Documents as per terms and conditions and Tender Notice will be uploaded in pdf. format.
In the absence of following information/documents, the part-II of the tender will not be opened at all.
i) Copy of RTGS/NEFT Bank Receipt of Rs. 5,900.00 (not refundable) as cost of tender document in
single transaction which shall be deposited in the current bank A/c. of Executive Engineer, Electricity
Urban Construction (Distribution), Ghaziabad through RTGS/NEFT in Bank A/c No. 10149900065,
IFSC no. SBIN0003279 of State Bank of India, Kavi Nagar, Ghaziabad
ii) Copy of RTGS/NEFT Bank Receipt of Rs. 1,60,000.00 as cost of earnest money in single transaction
in single transaction which shall be deposited in the current bank A/c. of Executive Engineer,
Electricity Urban Construction (Distribution), Ghaziabad through RTGS/NEFT in Bank A/c No.
10149900065, IFSC no. SBIN0003279 of State Bank of India, Kavi Nagar, Ghaziabad
Note : i) The payment of Tender Cost & Earnest Money shall be done only by RTGS/NEFT. Payment not be
accepted through IMPS or any other mode and may be forfeited the same.
ii) The Payment for Tender Cost (not refundable) & earnest money will be paid separately through
RTGS/NEFT. Paid amount jointly (Tender Cost & Earnest Money) will not be valid and forfeited the
same.
2. TENDER BID PART-I (Technical Bid) :-
i) PAN Card
ii) Copy of Last Three Years Income Tax Returns/Clearance Certificate.
iii) Copy of GST registration certificate (Provisional Certificate not be accepted)
iv) Copy of Aadhar Card of firm‟s Proprietor/Partners/Director's.
v) The bidder should have a minimum average annual turnover (MAAT) of Rs. 153.58 Lac per annum in
the best three financial years out of the last five financial years. The audited balance sheet / CA's
certificate shall be enclosed in support of above. (Document without UDIN will not be considered and
valid)
vi) The bidder should have valid Class-A certificate issued by Govt. of U.P.
vii) The bidder shall have to annex character certificate of firm‟s Proprietor / Partners / Director(s) from the
District Magistrate along with the Techno commercial part of the bid document. Character certificate
should be valid on the date of bid submission.
viii) The bidder should have the experience of successful and trouble free erection & commissioning of
following work(s) during last five years as prime contractor from the date of opening of bid part-I :–
a) Should have successfully completion of the electrical work (i.e. Increasing capacity of 33/11 KV
Substation OR Construction of New 33/11 KV Substation OR Construction 33 KV Line) or higher
rating turnkey or Semi Turnkey work in a single order/agreement, having minimum value of Rs.
92.15 Lac or two orders/agreements, having minimum value of Rs. 61.43 Lac or three
orders/agreement, having minimum value of Rs. 46.07 Lac or more.
Note : –
1. LOI/Agreement should be issued or executed within the period of last five years from the date of
publication of tender.
2. Copy of above said work's agreement (with handing over documents) and satisfactory work
performance certificate issued by Executive Engineer or other competent authority must be
enclosed.
3. The following points should have been clearly mentioned in Experience Certificate/Work
performance certificate (i.e. Agreement No. & Date; Name of Work; Date of completion as per
Agreement; Date of actual Completion; Agreement amount; actual amount; capacity of
Substation/length of OH/UG 33 KV lines etc.), otherwise the Experience Certificate/Work
performance certificate will not be considered.
xi) Solvency:- The bidder should have a minimum solvency of 25% of estimated cost of tender or credit
facility for the same from nationalized / Scheduled commercial bank (Last one year old solvency will be
accepted).

Tender Ref. No. 03/ECWC1/MRT/2024-25


Signature of Tenderer with Seal
Page 3 of 15
x) Net worth of the bidder should be positive. Net worth means the sum total of the paid up capital and free
reserves (excluding reserves created out of revaluation) reduced by aggregate value of accumulated
losses (including debit balance in profit and loss account for current year) and intangible assets
xi) Copy of valid labour Department Registration.
xii) The bidder should submit and undertaking regarding blacklisted / debarred of the firm that "Our Firm
M/s. ………………… with Address ……………… have not been blacklisted/debarred from business in
PVVNL/UPPCL/Any Govt./Semi Government/PSU/Local Bodies etc. at the time of bid opening." on a
non judicial stamp paper of Rs. 10.00 only
xiii) The bidder must upload signed & sealed complete tender document in support of acceptance of terms &
conditions of this tender.
xiv) Other specific documents required as per Tender Specification, Conditions & Tender Notice.
Note:– a) All the bidders are requested to upload only the necessary and required documents in the tender along
with this Tender Documents. All Documents should be signed by bidder.
b) All Certificate/documents should be valid on the opening date of tender, otherwise the tender offer not be
consider.
c) A signed note will be provided by bidder on their letter pad regarding uploaded documents/certificate
that "the all documents/certificates, which uploaded by them are correct as per original and
fake/forged/tampered documents/certificate has not been uploaded in the tender."
d) The uploaded documents/certificates may be verified from the issuing authorities (if required), and if any
document/certificate is found to be fake/forged/tampered in any stage of tender/agreement, the tender
offer/agreement will be cancelled and EMD/PBG will be forfeited and other action may also be taken
against the bidder/firm which may include blacklisting the firm, debarring it from participating in
tenders and other actions as per departmental rules.
3. Tender Bid Part- II (Price Bid): It shall contain Price Bid only and shall be uploaded on
www.etender.up.nic.in. Tender Part-II (Price Bid) will be uploaded in excel file format after fill up the rates
and G.S.T. rate in Percentage. Incomplete Excel Sheet, ex. not filled up the rate or G.S.T. Percentage, the
tender part–II (Price Bid) may be rejected or the quoted rates may be deemed to be inclusive of GST.
Important Note: Tender Bid Part-II of only those firms shall be opened which comply by uploading of desired
documents of Part-I in E-Tender of the Bid. i.e. part-I of those firms which fail to submit the above records
shall not be considered.
4. The tender shall be uploaded by tenderer/bidder upto 13.11.2024 or extended date (if any) upto 15.00 hrs. on E-
Tender Website http://etender.up.nic.in
5. The tenders will be publicly opened by the Superintending Engineer or other Nominees in this office after
16:00 hrs on 14.11.2024 in the presence of tenderers or their authorized representative. In case the tender
opening date is holiday, the date of opening of tender will stand extended to next working day.
6. The tender must be accompanied with earnest money amounting to Rs. 1,60,000.00 and Tender Cost
amounting to Rs. 5,900.00 through RTGS/NEFT as per Tender Notice, otherwise the tender offer not be
consider.
7. JV(Joint Venture) is not allowed in Tender.
8. The bidder is advised to visit and examine the site where the works/services is to be executed and its
surroundings; and obtain for himself on his own responsibility all information that may be necessary for
preparing the bid, submission of offer and entering into a Contract for execution of works/services. The cost of
visiting the site shall be borne by the bidder.
9. This bid document and any other document(s) released, information provided, discussions held, etc., as part of
the bidding process, is strictly confidential and must not be divulged to anyone who is not directly involved in
preparation of the bid, and the bidder(s) shall keep all information within this proposal or gained during the
bidding or other processes confidential. No information or publicity will be allowed to any third party unless
specific written authorization is obtained from the tender inviting authority.
10. The transfer of bid document(s) purchased by one bidder to another is not permissible in any case. Such bids
shall be summarily rejected.
11. At any time prior to the deadline for submission of the bid or extended date, if deemed necessary, the
Superintending Engineer (Works) reserves the right to add/modify/delete any portion of bid document and its
by issue of an amendment/addendum, which will be uploaded on E-tender website. The PVVNL will bear no
responsibility or liability arising out of not-see of the same by bidder. The PVVNL shall assume that the
information contained therein will have been taken into account by the bidder in its bid.
12. The amendment(s) to bid documents shall be binding on all bidders.
13. Nobody is authorized to receive or issue receipt of bid delivered by hand.
14. Tender proforma appended hereto should be filled and completed by the tenderer. Otherwise their tenders are
liable to be rejected.

Tender Ref. No. 03/ECWC1/MRT/2024-25


Signature of Tenderer with Seal
Page 4 of 15
15. Each copy of the tender must be accompanied by all schedules, appendixes duly filled in all complete in all
respect.
16. Only such firms need to tender who can produce satisfactory evidence that they have necessary
experience/expertise in financial resources and organization to undertake the works of subject tender to the
satisfaction of the purchaser.
17. Tenderers should state the earliest period for execution of the works; preference may be given to tenderers
offering early completion of works.
18. Insurance/transit charges (if any) shall be borne by the contractor.
19. Conditional offers shall not be accepted.
20. In case of unsuccessful tenderer earnest money will be refunded. In the event of tender being accepted, the
earnest money may be retained by the purchaser and adjusted against the C-PBG (Contract Performance Bank
Guarantee).
21. Cost of tender will not be refunded in any circumstances whatsoever.
22. The specification and other conditions may be amended prior to the date notified for opening of the tender.
Amendments if any shall be communicated to all tenderers.
23. Any action on the part of the tenderers to revise the prices at his own instance after opening of the tender may
result in rejection of the tender and or debarring the tenderer for participation in purchases works of the
PVVNL in the first instance. Earnest money of such tenderers shall also be forfeited.
24. If the firm expresses its inability to perform the work at their quoted rates in the tender for any reason, the
submit EMD of the tenderer will be forfeited. Other action may also be taken against the bidder/firm after
approval of the competent authority/committee.
25. Financial evaluation and selection of 'L1 Bidder' shall be done on the basis of total tender amount. The rates
received in the tender will be final after the approval of the Competent Authority/Committee and the competent
Authority/committee will have the right to negotiate in tender rate.
26. Successful tenderers are required to provide the performance bank guarantee (10% of total tender cost) within 7
days from the date of issue of L.O.I. along with e-stamp-paper worth Rs.100/- and a photograph of the signing
authority of the contractor and other related/required documents. The cost of the stamp paper will be borne by
the contractor. If the contractor fail to availiable PBG within given time period the tender will be cancelled and
EMD will be forfeited and other action may also be taken against the bidder/firm which may include
blacklisting the firm, debarring it from participating in tenders and other actions as per departmental rules.
27. Penalty : In the event of contractor's failure to complete the work within the period specified or any extension
thereof, the contractor shall be liable to accept a reduction of the contract price by 0.5% per week subject to the
maximum 10% for whole of facilities (or a part for which a separate time for completion is agreed) shall be
deducted from the bills of the firm OR the contract / agreement may be terminated and forfeited the earnest
money & PBG as well as lodging the F.I.R. against Contractor.
28. In case, any penalty is imposed by the regulator/ government/ any other judiciary or compensation thereof, as
decided by the concerned authority, on the PVVNL related to services/ scope of work as per this Bid document,
then the same shall be passed on to the Contractor.
29. The successful tenderers will be required to pay the fee to Law Officers of the PVVNL for setting the contract
documents if required.
30. It may be noted that no extension in the completion period shall be granted normally. However the request can
be considered if the reasons are beyond the control of the contractor but in that case too extension will not be
binding and in case of granting the time extension of work, extra payment (except LD/Late Penalty amount) on
any account/particular will not be paid to firm.
31. Canvassing in any form, official or otherwise shall render the tender liable to be summarily rejected. All
communication regarding this tender should be addressed to the undersigned by official designation.
32. The tender will be submitted giving all detailed conditions/deviation if any.
33. Each page of the tender document must be signed by the contractor. All writing shall be in ink only overwriting
erasing etc. should be avoided. All cutting shall be duly attested by the tenderer.
34. All other conditions shall cover as per general condition for execution of work form 'A'.
35. The Superintending Engineer reserves the right to reject any or all the tenders or part thereof or to distribute the
work amongst one or more contractors without assigning any reason thereof.

Tender Ref. No. 03/ECWC1/MRT/2024-25


Signature of Tenderer with Seal
Page 5 of 15
Annexure - III

AGREEMENT
(On a non judicial stamp of Rs. 10/- + Rs. 1/- Revenue Stamp)

Tender Invited by : Superintending Engineer,


Electricity Construction & Works Circle-I,
Paschimanchal Vidyut Vitran Nigam, Ltd.,
Room No. 125, Old Building,
P.V.V.N.L., Meerut
Tender For :

Tender No. and Date :

Name of the Tenderer :

In consideration of the U.P. Power Corporation Ltd. having treated the tenderer to be an eligible person whose
tender may be considered, the tenderer agree to the condition that the proposal in response to this invitation shall not
withdrawn within 180 days from the date of opening of tender also in consideration that if thereafter the tender does
withdrawn his proposal within the said period the earnest money deposited by him may be forefeited to the U.P.P.C.L.
on the discretion of letter.

Signed this _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ day of _ _ _ _ _ _ _ _

Witness :

1.

2.

Tender Ref. No. 03/ECWC1/MRT/2024-25


Signature of Tenderer with Seal
Page 6 of 15
Annexure - IV

TENDER-PROFORMA

(To be filled in by the tenderer)

IMPORTANT INSTRUCTION TO TENDERERS


Your tender shall not be considered if you fail to submit this proforma duly filled-up. Replies should be
complete without ambifuity and should be clearly written against each item, terms such as 'REFER COVERING
LETTER' shall not be acceptable. You may; however, attached extra sheet if the space left is not sufficient.
1. Specification No. against which you are tenderer. :
2. Amount of tender cost (with detailed of :
R.T.G.S./N.E.F.T) {Not refundable}
3. Amount of earnest money (with detailed of :
R.T.G.S./N.E.F.T.)
4. Type of Firm (i.e. proprietary firm, Partnership firm, Pvt.
Ltd. Firm, Public Ltd. Firm etc.)
5. Name and detailed address of authorized representative to :
represent your firm against this tender
(Proprietor/Partner/Directors).
a) Mobile no. :
b) Whatsapp No. :
b) E-mail :
6. What is your PAN No. :
7. What is your Adhar Card No. :
8. What is your G.S.T. Reg. No. :
7. What is your Turn Over in Five 2023-24 :
Financial year? 2022-23 :
2021-22 :
2020-21
2019-20
8. What is (a) your Bank :
b) Branch :
c) IFSC :
d) A/c No. :
9. Do you agree to all the conditions of the tender :
specification and if not state modification clearly which
you would desire in the general condition of contract
form 'A' (it may please be noted that if shall be entirely at
the discretion of the Superintending Engineer, Electricity
Construction & Works Circle-I, Meerut to accept and
reject the modification proposed
10. Give the reference who can certified your financial status :
and capability to status and capability to undertake such
work. One of the reference should be form a Scheduled
Bank of India.
11. Do you confirm that there are no typographical :
errors/omissions in your tender and all other documents
forming part of the tender
(Answer Yes/No)
12. Have you submitted list of works executed by you for the :
similar type.
13. What is the validity period of your tender? State clearly in :
days/months

Tender Ref. No. 03/ECWC1/MRT/2024-25


Signature of Tenderer with Seal
Page 7 of 15
Annexure - V
TERMS & CONDITIONS
1. All centralized material as per package will be provided by the department and other rest material, which will be
required for completion of work, shall have to be arranged by the contractor at his own cost.
2. Departmental material will be issued to the contractor through proper invoice and contractor shall be responsible
for safe storage of all the material issued to him. No extra payments shall be made to him for storage and safety of
materials till satisfactory completion, commissioning and handing over of Substation/Line.
3. The contractor shall be responsible for any damage/loss of material & other accessories issued to him by PVVNL
for the work as mentioned above, if damage occurs during carriage, handling, fabrication & erection process by the
contractor, in such condition the cost of damaged/stolen material shall be recovered from the contractor as per
prevailing rules of UPPCL/PVVNL.
4. Contractor shall be responsible to back carriage of Dismantled material i.e. conductor, poles etc. from site to
concerned store Center with proper invoicing and accounting.
5. All material of first quality ISI mark shall be provided by the contractor as per standard consumption norms of the
Department. The quantity & quality will be checked by concerned Sub-Divisional-Officer/Assistant Engineer
before start of the work. The material shall be purchased from the authorized dealer only through proper receipts of
the same.
6. The contractor shall be responsible for the insurance of the material before start of work.
7. The contractor shall be responsible for any theft of material/accessories, issued to him by PVVNL till the work is
handed over to Distribution wing. In case the contractor fails to provide the stolen items, the cost of the same will
be deducted from the bills of the contractor.
8. The contractor shall be responsible for making watch and ward arrangements of PVVNL material and property
round the clock during the period of construction of work.
9. The quality of work shall be ascertained out by the contractor as per time-to-time revised-norms & drawings of
RESSPO Lucknow.
10. The work includes safe loading of various materials to be used for work at Central Stores as well as safely
unloading at the site under construction/Site Store, as the case may be.
11. Any loss or damage to any of the public utilities shall be repaired by the contractor at his own cost.
12. In case any accident occurs during the Construction/Erection or associated activities undertaken by the contractor
those by causing minor or major or fatal injury to his employees/ public due to any reason whatever, it shall be the
responsibility of the contractor and any compensation made in any accident will be given by contractor at own cost.
13. In case any material stored/placed at work site. Contractor shall shift those material at own cost for starting erection
work.
14. The required fee for inspection of 33 KV/11 KV lines/Substations by concerned Assistant Director, Electrical
Safety Department of UP, shall be deposited by the Contractor. The contractor shall be the responsible to obtain
necessary electrical safety clearances. No additional payment shall be made to the contractor on this account.
15. All type of permission/approval/NOC from any Development Authority/ Govt. Body/Forest Deptt. and other
concerned Deptt. shall be obtained by the contractor at his own cost.
16. In case any hindrance is created by local people during execution of work, the contractor shall be responsible to
resolve it.
17. The final survey for fixing the works supports and alignment etc. shall be carried out by the contractor which will
be got approved by the Engineer-in-charge before starting the execution of the work.
18. The work shall be carried out as per norms of RESSPO and concerned officer-in-charge can ask the contractor to
stop the work if he is not satisfied with quality of work and undersigned has reserve the right to terminate the
contract/agreement.
19. After completion of work in every respect the same will finally be inspected by the officers of concerned
Distribution Wing. Any defects pointed out by A.E. (Constrn. & Work) & S.D.O. (Distribution/Store) during the
handing over, the same shall be rectified by the contractor within 7 days. Contractor is also responsible for Handing
over the work/Project to Distribution wing.
20. The final bill of the above work will only be submitted by the contractor after removal of the defects pointed out by
the concerned distribution wing and after submitting the executed line chart with pole to pole distance and
consumption statement of Department Material issued to him to concerned A.E./S.D.O..
21. Electricity at one point at site if available shall be made available to the contractor by the department; otherwise,
contractor shall be made his own arrangement for the same at his own cost.
22. The quantities may vary to any extent subjected to not exceeding total value of the contract apart from statutory
conditions as per Form 'A'.
23. Regarding element of G.S.T. it must be clearly mentioned in the offer.
24. Contractor shall be required to submit his Financial Status, Net-worth & Manpower in Part–I of the tender
documents and the same shall be considered during finalization of the tender.
25. All dispute/difference or controversy arising out related to this tender shall be subjected to the jurisdiction of
Hon'ble District Courts and Hon'ble High Court at Allahabad.
26. The tender cost will not be refunded in any conditions.
Tender Ref. No. 03/ECWC1/MRT/2024-25
Signature of Tenderer with Seal
Page 8 of 15
Annexure - VI
GENRAL TERMS & CONDITIONS OF TENDER/WORK
1. SCOPE OF WORK
The quantities specified in this tender are estimated only, and quantities of any activity as per physical
condition and requirement of site may vary any limit but not more than in +10% in overall value of agreement
including optional activity If the cost of the contract is above +10% due to quantity variation as per the site
requirement, the case will be put up to competent committee for approval. In any conditions the cost of
agreement should not be more than of sanctioned linkage amount.
The contractor shall have no objection in case the quantities are decreased or increased to this extent and shall
carry out the work without any increase in rates.
2. SUPPLY OF MATERIAL : –
2.01 All centralized material as per package shall be provided by the department and decentralized material
& other rest material, which will be required for completion of work, shall have to be arranged by the
contractor at his own cost.
2.02 Centralized/Store material shall be issued to the contractor through proper invoice and contractor shall
be responsible for safe carriage and storage of all the material issued to him. No extra payments shall
be made to him for storage and safety of materials till satisfactory completion, commissioning and
handing over of line.
2.03 All material of first quality ISI mark shall be provided by the contractor as per standard consumption
norms of the Department. The quantity & quality of material shall be checked by DQC Team and
concerned Sub-Divisional-Officer/Assistant Engineer before start of the work. The material shall be
purchased from the approved vendor of PVVNL only through proper receipts of the same.
2.04 The work includes safe loading of various materials to be used for work at Central Stores as well as
safely unloading at the site under construction/Site Store, as the case may be.
2.05 In case any material stored/placed at work site. Contractor shall shift those material at his own cost for
starting erection work.
3. MATERIAL INSPECTION :–
3.01 As per PVVNL norms, the quantity & quality of material (material cost Rs. 2.00 Lac & above) shall be
inspected & checked by S.E. (DQC), PVVNL, Meerut team. Intimation for inspection will have to be
given by the firm to the concern Executive Engineer, Electricity Construction & Works Division
at least 10 days before from the stipulated delivery period. The concern Executive Engineer
(construction) will forward this Inspection offer to S.E. (DQC). Inspection of the material shall be
done at the premises of firm by DQC team. The test certificate of manufacturer shall be produced at
the time of inspection. However, dimensions check/physical check shall be carried out at the premises
of supplier. Concerning AE/JE (Construction) shall ensure quality and quantity of material as per DQC
Wing‟s report at site.
3.02 Pre-dispatch inspection and testing of equipments& hardware items shall be carried out as per PVVNL
norms at the premises of the manufacturer/vendor supplying the material. The testing shall be done as
per relevant IS in accordance with Technical Specification, GTP, drawings approved by PVVNL and
its latest amendment thereof. Officers for inspection shall be nominated by S.E. (DQC)
3.03 After successful inspection and satisfactory inspection report, the Engineer of Contract will issue D.I.
to Firm.
3.04 The contractor shall ensure receipt of material at site within 15 days from the date of receipt of
dispatch instructions; otherwise the dispatch instruction shall stand cancelled. In the event of delay in
receipt of materials beyond 15 days due to reasons not attributed to contractor/supplier, suitable time
extension may be permitted by the Employer.
3.05 As per PVVNL norms, the quantity & quality of material (material cost upto Rs. 2.00 Lac) shall be
inspected & checked by concerning Construction Division level. Intimation for inspection to
concerned Division will have to be given by the firm at least 07 days before from the stipulated
delivery period. The inspection of the material shall be done at the site store of the firm by the
concerned AE/JE (Construction) and shall ensure quality and quantity of material as per technical
specification & relevant ISS. The test certificate of manufacturer shall be produced at the time of
inspection.

4 Futile Journey Charges:-


Tender Ref. No. 03/ECWC1/MRT/2024-25
Signature of Tenderer with Seal
Page 9 of 15
In case on receipt of inspection call from the firm after agreement, the material is not found ready or
not as per GTP/Drawing/Technical Specification and relevant IS by the inspection team of PVVNL at
the works of firm/manufacturer, the penal charges for such futile journeys shall be levied as per
following:
1 Location of firms works upto a distance of 1000 Kms. From Rs 35,000.00
PVVNL headquarter Meerut
2 Location of firms works above distance of 1000 Kms. From Rs 40,000.00
PVVNL headquarter Meerut
The re-inspection call shall be entertained only after submission of futile charges by the firm
in the form of demand draft in the name of Superintending Engineer (Head Quarter), PVVNL, Meerut
and payable at Meerut. The firm shall be responsible for delay in supply of material due to futile
journey as above.
The above shall be applicable with the following conditions:
a) The firm shall be allowed to withdraw or defer the inspection call only once during the
currency of the contract.
b) If after withdrawing or deferment of inspection call once as mentioned in (a) above, firm
again withdraws or defers inspection call due to reasons beyond their control, the Managing
Director, PVVNL, Meerut may waive off the above penalty on merit.
The futile journey charges shall be allowed maximum two times. In case of failure of
inspection twice, the action against the firm shall be taken as per rule.
5. INSURANCE OF MATERIAL :–
5.01 The contractor shall be responsible for any damage/loss of material & other accessories issued to him
by PVVNL for the work as mentioned above, if damage occurs during carriage, handling, fabrication
& erection process by the contractor, in such condition the cost of damaged/stolen material shall be
recovered from the contractor as per prevailing rules of UPPCL/PVVNL.
5.02 All the equipment and materials including spares, if any, completely insured by the Contractor at his
own cost from time of dispatch from the Contractor's/Sub-vendor's works, up to the completion of
erection, testing & commissioning at site and taking over of the transmission line etc. by
Paschimanchal Vidyut Vitran Nigam Ltd. in accordance with the Contract.
5.03 It will be the responsibility of the Contractor to lodge, pursue and settle all claims with the insurance
company for all equipments/materials in case of any damage, loss, theft, pilferage or fire during
execution of contract and Paschimanchal Vidyut Vitran Nigam Ltd. shall be kept informed about it.
The Contractor shall be responsible for replacement of the lost/damaged materials promptly
irrespective of the settlement of the claims and contractor shall ensure that the work progress is as per
agreed schedules. The losses, if any, in such replacement will have to be borne by the Contractor.
5.04 The insurance covers to be taken by the contractors shall be in the joint name of Paschimanchal Vidyut
Vitran Nigam Ltd. and the contractor, Indicating Corporation as beneficiary. Contractor shall however
be authorised to deal directly with the insurance company and shall be responsible in regard to
maintenance of all insurance covers.
5.05 The contractor shall be responsible for any theft of material/accessories, issued to him by PVVNL till
the work is handed over to Distribution wing. In case the contractor fails to provide the stolen items,
the cost of the same will be deducted from the bills of the contractor.
6. OTHER TERMS & CONDITION :–
6.01 Contractor shall be responsible to back carriage of all Dismantled material if any from site to
concerned store Center with proper invoicing and accounting.
6.02 The contractor shall be responsible for making watch and ward arrangements of PVVNL material and
property round the clock during the period of construction of work.
6.03 The quality of work shall be ascertained out by the contractor as per time-to-time revised-norms &
drawings of RESSPO Lucknow.
6.04 Any loss or damage to any of the public or other Govt./Semi Govt./Local Bodies etc. utilities shall be
repaired by the contractor at his own cost, otherwise the said/estimated amount will be deducted from
the bills of firm.

Tender Ref. No. 03/ECWC1/MRT/2024-25


Signature of Tenderer with Seal
Page 10 of 15
6.05 In case any accident occurs during the Construction/Erection or associated activities undertaken by the
contractor those by causing minor or major or fatal injury to his employees/ public due to any reason
whatever, it shall be the responsibility of the contractor and any compensation made in any accident
will be given by contractor at his own cost.
6.06 The contractor will submit a work schedule at the time of signing of contract. In the work schedule the
contractor will specify the work program and will indicate that which material will be supplied at what
stage. The Engineer of Contract will approve the work and supply schedule.
6.07 The final survey for fixing the line supports and alignment etc. shall be carried out by the contractor
which will be got approved by the Engineer-in-charge before starting the execution of the work.
6.08 The work shall be carried out as per norms of RESSPO and concerned officer-in-charge can ask the
contractor to stop the work if he is not satisfied with quality of work and undersigned has reserve the
right to terminate the contract/agreement.
6.09 All type of permission/approval/NOC from any Development Authority/ Govt. Body/Forest Deptt. and
other concerned Deptt. shall be obtained by the contractor at his own cost.
6.10 In case any hindrance is created by local people during execution of work, the contractor shall be
responsible to resolve it.
6.11 After completion of work in every respect the same will finally be inspected by the officers of
concerned Distribution Wing. Any defects pointed out by A.E. (Construction & Work) & S.D.O.
(Distribution) during the handing over, the same shall be rectified by the contractor within 7 days.
6.12 Electricity at one point at site if available shall be made available to the contractor by the department,
otherwise, contractor shall be made his own arrangement for the same at his own cost.
6.13 The required fee for inspection of 33 KV/11 KV lines/Substation by concerned Assistant Director,
Electrical Safety Department of UP, shall be deposited by the Contractor. The contractor shall be the
responsible to obtain necessary electrical safety clearances. No additional payment shall be made to
the contractor on this account.
6.14 The Contractor shall not sublet any activity or any part thereof under the Contract.
6.15 Besides the above, the contractor must follow all the terms & conditions as mentioned in the tender
notice/tender documents/conditions and submit the required documents to concerned Works Circle
before start the works.
7. TAXES & DUTIES
The prices mentioned in BOQ shall remain fixed during contract period and GST shall be paid as applicable.
All other applicable tax (i.e. income tax, labour cess, SGST/CGST-TDS) shall be deducted from the bills of
contractor as per rules. If any other tax is to be deducted/charged from the contract, the same will also be the
liability of the firm and the relevant amount will be deducted from their bills.
8. PRICES
The price shall be firm in all respect. The work shall be done strictly in accordance with the drawings and
technical specification. Rates of work/supply in agreement will be stable during work period and cannot
change.
9. DELIVERY AND COMPLETION
The work shall commence within the time agreed by the contractor and the Engineer of the Contract. The
tenderer shall clearly state the earliest period when he can complete work and guaranteed completion period.
The contractor shall take up the work and shall complete the same by the time mutually agreed.
10. PRICE REDUCTION CLAUSE
10.01 In the event of contractor's failure to complete the work within the period specified or any extension
thereof, the contractor shall be liable to accept a reduction of the contract price by 0.5% per week
subject to the maximum 10% for whole of facilities (or a part for which a separate time for completion
is agreed) shall be deducted from the bills of the firm OR the contract / agreement may be terminated
and forfeited the earnest money & PBG as well as lodging the F.I.R. against Contractor.
10.02 It may be noted that no extension in the completion period shall be granted normally. However the
request can be considered if the reasons are beyond the control of the contractor but in that case too
extension will not be binding and in case of granting the time extension of work, no extra payment
(except LD/Late Penalty amount) on any account/particular will be paid to firm.
Tender Ref. No. 03/ECWC1/MRT/2024-25
Signature of Tenderer with Seal
Page 11 of 15
10.03 In case, any penalty is imposed by the regulator/ government/ any other judiciary or compensation
thereof, as decided by the concerned authority, on the Discom related to services/ scope of work as per
this Bid document, then the same shall be passed on to the Contractor.
11. STANDARDS AND COMPLIANCE WITH REGULATIONS
All the materials used by the contractor shall conform in all respect to the latest conditions of their relevant
Indian Standard Specification or in its absence, the Corporation Standard Specifications. All the work carried
out shall comply in all respects to the Indian Electy. Act 1910. Indian Electy. rules, 1956 or any revision
thereof, which may be issued during the currency of contract.
12. EARNEST MONEY AND CONTRACT PERFORMANCE GUARANTEE
In any case, the successful bidder shall not be allowed to deduct Contract Performance Guarantee (CPG)
amount from their running bills and they are required to submit valid & requisite CPG before the execution of
the contract. CPG amount will be equivalent to 10% (ten percent) of the contract price. CPG can be accepted in
the form of FDR/CDR/BG (from a scheduled bank) only in favour of concerned Executive Engineer (Works &
Construction), which validity will be 12 Months (+90 days for claim period). In case of extension of
completion period, the CPG shall be extended by the contractor time to time till 90 days beyond the actual
defect liability period as may be required under the contract. The CPG will be released after 12 (twelve)
months from the successfully HO/TO of last work of tender.
The EMD deposited in the tender can be released on request of the firm after submission of valid CPG.
The above required PBG to provide within 7 days from the date of issue of L.O.I. along with e-stamp-paper
worth Rs.100/- and a photograph of the signing authority of the contractor and other related/required
documents. The cost of the stamp paper will be borne by the contractor. If the contractor fail to make availiable
PBG within given time period the tender may be cancelled and EMD will be forfeited and other action may
also be taken against the bidder/firm which may include blacklisting the firm, debarring it from participating in
tenders and other actions as per departmental rules.
13. GUARANTEE OF MATERIAL
The material/equipments/machinery, which supplied by contractor, will be guaranteed for its quality against
any manufacturing defect upto 12 month from the date of completion or HO/TO whichever is later. If any
quantity is found defective during the use of the material/equipment/machinery it shall be replaced by the firm
without charging any cost.
14. SUBMISSION OF BILLS AND TERMS OF PAYMENTS
14.01 All payments shall be made in Indian Rupees under the contract.
14.02 Running payment shall be allowed. The contractor may submit the bills in duplicate to the concerned
Executive Engineer (Construction & Works) on G.S.T. Performa Invoice (along with all necessary
documents). The payment will be made as per actual measurement at site and availability of funds. No
interest shall be paid for delayed payments, whatsoever the delay may be.
14.03 The prices mentioned in Agreement B.O.Q. shall remain fixed during contract period and GST shall be
paid as applicable. All other applicable tax (i.e. income tax, labour cess, SGST/CGST-TDS) shall be
deducted from the bills of contractor as per rules. If any other tax is to be deducted/charged from the
contract, the same will also be the liability of the firm and the relevant amount will be deducted from
their bills.
14.04 Payment against supply shall be made in three installment:–
i) Sixty percent payments against said supplies of bill including 100% taxes etc. (as per price
given in BoQ) shall be paid to firm at the time of supply after proper Inspection/D.I. and other
necessary formalities and submitted the documents (i.e. certified insurance policy/certificate,
Manufacture‟s / Contractor‟s guarantee certificate of quality, challan, GTP etc.). Concern
Executive Engineer shall ensure the supplied material(s) has handed over to Deptt. by Firm
ii) Thirty percent payments against said supplies of bill shall be paid to firm after the erection of
material supplied against clause No. 14.04 (i) at site properly and as per norms/technical
specification.
iii) Balance Ten percent payments against supplies shall be released on successfully
commissioning of the work and issuance taking over Certificate of the work.
14.05 Payment against Erection shall be made in two installment:–

Tender Ref. No. 03/ECWC1/MRT/2024-25


Signature of Tenderer with Seal
Page 12 of 15
i) Ninety percent payment against erection bill including 100% taxes etc. (as per price given in
BoQ) shall be paid after execution of work/erection of material(s) as per norms/technical
specification after all formalities.
ii) Balance Ten percent payments against erection shall be released on successfully
commissioning of the work and issuance taking over Certificate of the work.
14.06 The final bill of the above work will only be submitted by the contractor after removal of the defects
pointed out by the concerned distribution wing and construction wing and after submitting the
executed line chart with pole Schedule and consumption statement of Departmental Material issued to
him by concerned A.E./J.E..
14.07 All Payment done to the contractor against their bills through Central Payment Cell (CPC) by E.R.P.
14.08 Deposited 10% CPG shall be released after 12 (twelve) months from the successfully last HO/TO of
work including in tender.
15. INSPECTION OF WORK
The department has to right the inspection of running/executed work by any Govt./Semi Govt./other authorized
Agency etc. at one or more than one time upto guarantee period of work/material. If found any defect(s) in
work/material(s) or not as per specification during the inspection, the contractor will have to
rectified/resolved/replace to the same without any extra charge.
16. PRIORITIES FOR COMPLETION OF WORK
Priorities for completion of work shall be fixed by the concerned Executive Engineer/Assistant Engineer with
the consultation of the contractor. The contractor shall strictly abide by the priorities so fixed.
17. TOOLS AND PLANTS
The contractor shall use his own tool & plant required for the completion of work. The Engineer of Contract
will have no obligation, whatsoever to provide any tools, plants or special tools for carryout the work.
18. START THE WORK
Contractor will have to start the work as indent is placed at Store Center or as instruction given by A.E./J.E.
(Works), in case of failure to start the work in time, any departmental action against the contractor may be
taken or agreement may be terminated.
19. COMPLETION PERIOD
The contractor shall complete the work within 180 days to be reckoned after 3 days of issue of LOI or 15 days
from the last invoice issued by the Stores Centers to concerned Junior Engineer, whichever is later.
20. MATERIAL
In no case the Corporation/PVVNL will be held responsible to arrange the Decentralized material (in the scope
of firm) for completion of the work. It will entirely be responsibility of contractor to arrange the same or the
case may be.
21. FACILITY FOR ERECTION STAFF
The Contractor shall provide free of cost the following facilities at site to the execution staff of the contractor:–
i) Drinking water facility if available.
ii) Electrical Energy required in connection with the work.
iii) Site storage facility in open yard.
22. SHUTDOWN
Shutdown if required shall be arranged by Junior Engineer / Assistant Engineer concerned.
23. SAFETY OF STAFF / LABOUR
Only skilled labour shall be allowed to be worked at site, the contractor shall provide and make necessary
arrangements for safety of staff and labour at site of work. The Corporation/PVVNL will not be responsible for
any accident of any person, if occurs at the site of work or for any damage there during construction of work.
The staff insurance charges, if any, shall be borne by the contractor. In case of any casualty taken place with
the labour during, the currency of agreement, contractor would be liable to pay the sums to the dependants of
the laborers in accordance to workmen compensation Act/orders of Corporation or Government.

24. RESPONSIBILITY OF THE CONTRACTOR


Tender Ref. No. 03/ECWC1/MRT/2024-25
Signature of Tenderer with Seal
Page 13 of 15
24.01 The contractor shall be entirely responsible for the execution of the contract in all respect in
accordance with the terms of general conditions of contract form 'A' & „B‟ special conditions
specification and schedule of quantities and prices and drawing notwithstanding any approval which
the Engineer might have given of the details drawings prepared by the Contractor the materials or
other parts of the work involved in the contract.
24.02 The contractor's representative/staff labour shall be abided by all general regulations of the
undersigned in force at site and to any special conditions affecting the local administration. All the
employees working on the land/building belonging to Corporation shall be deemed to be aware of the
general dangers and risks incidental to the activities of the Corporation and other contractors. The
contractor shall discharge all the obligations under the Indian Workmans compensation Act and
Labour Laws so far as they may affect the work and workman under his control.
24.03 The Contractor shall arrange for the safety in its operation as prescribed by the PVVNL and all
safety protective equipment‟s and tools are to be provided by the contrcator. It is the responsibility
of the Contractor to deal with any liability arising due to any injuries occurring to the Contractor‟s
staff during performance of duty. The PVVNL would not be liable to pay any compensation to the
injured employees of the Contractor under any circumstances.
In case the Contractor fails to make such arrangement, the authorized officer/staff of the PVVNL
shall be entitled to recover the costs thereof from the Contractor. The failure to comply with the
provisions of the Safety Rules and Regulations, if any, the Contractor shall without prejudice to
any other liability pay to the PVVNL a penalty amount, as determined by the competitive
authority of the PVVNL.
24.04 All persons deployed by the Contractor shall be of sound physical and mental health and should not
be under the influence of any drug or liquor during duty and have full knowledge and experience
to competently complete the job assigned to them. In case it is found that any loss has occurred to
the PVVNL‟s property/interest due to deployment of such personnel, the same shall have to be
replaced by the Contractor without any extra cost to the PVVNL.
24.05 Assistant Engineer/Junior Engineer concerned of the department will supervise at site, who will check
the work and will provide points. The concerned Assistant Engineer can order to stop the work if he is
not satisfied with the quality of work.
24.06 The above said work as per Technical Specification will be as per departmental construction technique
given in the construction manual issued by the Rural Electrification and Secondary System Planning
Organization (RESSPO), Lucknow.
24.07 The contractor shall be responsible for any damage; loss or breakage during construction and the cost
of such losses will be recovered from him.
24.08 Any worker/staff engaged by him for the work will have to be removed by the contractor if so desired
by the concerned Executive Engineer/Assistant Engineer.
24.09 All the work shall be executed as per PVVNL norms/specification/conditions
25. TERMINATION OF CONTRACT
Any of the following events shall constitute an “Event of Default”. The occurrence of any “Event of Default”
shall lead to termination of contract:-
25.01 25.01.01 If the Contractor fails to deliver services as per time schedule in the Scope of Work.
25.01.02 If the Contractor unlawfully repudiates the Contract or has otherwise expressed an
intention not to be bound by the contract.
25.01.03 If the Contractor becomes bankrupt or insolvent, goes into liquidation.
25.01.04 If the Contractor fails to make payment of any amount payable to the PVVNL, as and
when the same becomes due.
25.01.05 If the Contractor fails to provide, renew or replenish the payment security and/or
contract performance guarantee.
25.01.06 If the Contractor fails to fulfil any of the directions or orders of the office-in-charge or comply
with the requirement of the electricity laws or other laws in relation to bid area.
25.01.07 If the Contractor has made any false or misleading representation or warranty.
Tender Ref. No. 03/ECWC1/MRT/2024-25
Signature of Tenderer with Seal
Page 14 of 15
25.01.08 If the Contractor transfers, otherwise then pursuant to contract, any material or property of
the PVVNL.
25.01.09 If the Contractor indulges in any malpractice or corrupt practice.
25.01.10 If at any stage during the period of the Contract any case involving moral turpitude is
instituted in a court of law against the Contractor or his employees.
25.01.11 All the other reason mentioned in tender documents.
25.02 25.02.01 The PVVNL shall be entitled to terminate the Contract due to change any Government/
Management Policy, by issuing an “Order for Termination” to the Contractor.
25.02.02 The PVVNL shall be entitled to terminate the Contract without assigning any reason
thereof at any time of the PVVNL's convenience, by issuing an “Order for Termination”
to the Contractor.
25.02.03 If the contract has been terminated, the PVVNL shall have rights to recover any amount
payable by Contractor to the PVVNL from the Contract Performance Guarantee /
Earnest Money / Pending bills and all other dues of firm against any allotted work to
firm.
25.02.04 If the contract is terminated due to the contractor stopping the work or due to slow
progress and the remaining work has to be done on debitable basis from another
agency, then the difference (if positive) in the cost of the remaining work as per the
new rates will be recovered from the firm/contractor and this recovery will be made
from Contract Performance Guarantee / Earnest Money / Pending bills and all other
dues of firm against any allotted work to firm/contractor.
25.02.05 The PVVNL shall not be liable for payment of any compensation, whether in contract or
tort or otherwise, towards the Contractor or any third party, upon termination of the
contract.
25.02.06 The PVVNL shall have rights to step-in and takeover the operations. The Contractor shall
be obliged to cooperate with PVVNL and provide all necessary support, data, documents,
information, etc. which may be required by the Purchase for successful takeover of the
operations and continuum of the services. However, during transition period the
Contractor shall continue to provide such services, as may be required by the PVVNL
for smooth take-over of operations.
26. In case of any dispute the Managing Director, Paschimanchal Vidyut Vitran Nigam, Ltd., Victoria Park,
Meerut will be final and binding on both the parties.
27. JURISDICTION OF THE COURTS
All dispute/difference or controversy arising out of between the contractor and U.P. Power Corporation
Ltd./PVVNL, Meerut & the Engineer of Contract and related to this contract shall be subjected to the
jurisdiction of Hon'ble District Courts (Jurisdiction of Concerning Construction Division HQ) and Hon'ble
High Court at Allahabad.
28. SETTLEMENT OF DISPUTES
All disputes between Contractor/Agency and PVVNL shall be amicably settle in the manner as per Board of
Director Resolution given in UPPCL Office Order No. 1542-Works-14/PCL/2024-15-K-2024, Dated
09.08.2024
29. SUPERVISION OF WORK
The work shall be supervised by Concerned Executive Engineer, Electricity Construction & Works Division,
alongwith concerned Assistant Engineer/Junior Engineer.
30. If any conditions on same subject mentioned in two or more places in documents, then the condition mentioned
in General Terms & Conditions shall be final and acceptable.
Note : The General conditions in form 'A' & 'B' shall be read and constructed alongwith these special conditions but
in case of any conflict or in consistency between these special conditions and General Conditions in Form 'A'
& 'B' the decision of tender/agreement authority will be final.
********

Tender Ref. No. 03/ECWC1/MRT/2024-25


Signature of Tenderer with Seal
Page 15 of 15

You might also like

pFad - Phonifier reborn

Pfad - The Proxy pFad of © 2024 Garber Painting. All rights reserved.

Note: This service is not intended for secure transactions such as banking, social media, email, or purchasing. Use at your own risk. We assume no liability whatsoever for broken pages.


Alternative Proxies:

Alternative Proxy

pFad Proxy

pFad v3 Proxy

pFad v4 Proxy