SlideShare a Scribd company logo
1 of 56
Download to read offline
DELHI TRANSCO LIMITED
WEB NOTIFICATION
Manual Quotations are invited in Two Part Open Tender by DGM(T)M&S, 1st
Floor, Room No. 105, Pre-fabricated building, Rajghat Power house, New Delhi-02
from the eligible companies/contractors for the following work :
S.no
Tender
Enquiry No.
Name of work
Estimated
Cost(Rs)
Earnest
Money
Deposit
(EMD) (Rs)
Tender
Fee
(Rs)
Work
Completion
Period
Scheduled Date/Time
1. T18P121601 Hiring of SAP Consultant
Support services for Up
gradation of ESS Portal and
Annual Support for SAP
system
Rs. 47,75,068.50/-
Rs.
95,502.00/-
Rs.
1000/-
As per
clause 2.7
of NIT
Start of
downloading
Tender
20.11.2018, 10:00
AM
End downloading
of Tender
04.12.2018, 10:30
AM
Start Bid
Submission
20.11.2018, 10:00
AM
End Bid
Submission
04.12.2018, 10:30
AM
Opening of Tender
04.12.2018, 11:30
AM
Complete tender documents can be downloaded from the website of Delhi Transco Limited at https://www.dtl.gov.in. Tenders are to be submitted
through Manual-Tendering Process only. Information about the tenders can be seen on the website of DTL: http://dtl.gov.in.
DGM(T)M&S
(CMM Department)
Name and Designation of Competent Authority
Tender No. T18P121601
Page 1 of 55
DELHI TRANSCO LIMITED
(GOVT. OF NCT OF DELHI UNDERTAKING)
Regd. Office : Delhi Transco Ltd., Shakti Sadan, Kotla Road, New Delhi 110002
Hiring of SAP Consultant Support services for Up gradation of ESS
Portal and Annual Support for SAP system
Tender No. T18P121601
Page 2 of 55
DELHI TRANSCO LIMITED
WEB NOTIFICATION
Open tender is invited in Two-Part Bid system (i.e.Technical bid and Price bid) by DGM (T)
M&S, Ist floor pre fabricated building, Rajghat Power House, New Delhi 110002 from the
experienced and reputed bidders/suppliers in the enclosed format.
For details, please visit website of www.dtl.gov.in. Interested firms who fulfill eligibility criteria
as per clause 2.29 may submit their bid in the office of:
DGM (T) M&S
Delhi Transco Limited
Ist floor, Pre-fabricated building
Rajghat Power House, New Delhi-110002
e-mail: dgmcontract.cmm@dtl.gov.in
For any clarification/query you may contact office of DGM (T) M&S, Ist floor pre fabricated
building, Rajghat Power House, New Delhi 110002, Phone/Fax No. 011-23251274 and e-mail on
dgmcontract.cmm@dtl.gov.in.
Tender Name Hiring of SAP Consultant Support services for Up gradation of
ESS Portal and Annual Support for SAP system.
Tender Enquiry No. T18P121601
Earnest Money
(EMD) in Rs. Rs. 95,502.00/-
Tender Cost Tender fee shall be Rs. 1000.00/- only in the form of DD/Pay
Order in favour of DELHI TRANSCO LIMITED payable at
New Delhi. Tender fees shall be non refundable.
Estimated Amount (in
Rs.) Rs. 47,75,068.50/-
Completion Period As per clause 2.7
Offer Validity Minimum 120 days
Tender No. T18P121601
Page 3 of 55
TENDER FORM /UNDERTAKING
DGM(T) M&S ,
Delhi Transco Limited,
Ist floor, pre fabricated building,
Rajghat Power House,
New Delhi 110002
Phone/Fax No. 011- 23251274
Dear Sir,
I/we submit this online tender bid through e-procurement portal for the Hiring of SAP
Consultant Support services for Up gradation of ESS Portal and Annual Support for SAP
system as per schedule given in tender documents. I/We have thoroughly examined the terms and
conditions given in the tender document and its annexure and agree to abide by them. I/We
confirm that no other charges would be payable to me/ us except submitted price bid available
with this tender at https://dtl.gov.in.
I/We agree to hold the offer valid for acceptance up to 120 days from the date of opening and
shall be bound by communication and acceptance Letter dispatched on or before the last-day of
validity of offer.
I / we further undertake that, this offer shall not be retracted or withdrawn by me/us after the
opening of the tender. In the event of my/our tender being accepted for the whole or any part
quantity, I/We, agree to furnish the required security deposit.
Bank Guarantee/ FDR/ Bankers Cheque/ DD/ PO No………...……………… Dated
……/……/………… drawn on…………………………………………of Rs. ……………/- is
being submitted as EMD in the office of DGM(T) M&S, Ist floor pre fabricated building,
Rajghat Power House, New Delhi 110002 Phone/Fax No. 011- 23251274 at least one hour prior
to tender opening schedule. (Required details as per clause 1.5.6 of tender document should be
mentioned on the EMD envelope and the scanned copy of the EMD is to be attached to the tender
document).
In case EMD is in the form of BG, then it should be valid for minimum 240 days from date of
opening. (BG validity less than 240 days shall not be accepted) and In case EMD is in the form of
FDR, then its maturity date should be at least 240 days from date of opening.
I/we have filled up Annexure-A and Pasted on the Bid Envelope.
The following pages have been added to form of this tender
i)
ii)
Tender No. T18P121601
Page 4 of 55
Yours faithfully,
(Signature of Bidder)
Place…………………………………… status/state of capacity on
Date…………………………………… which the signatory is signing.
Witness 1 Witness 2
Signature
Name
Address
Name and address of the bidder
………………………………………………………………………………………………………
…...……………………………………………………………………………………………………
……...…………………………………………………………………………………………………
………...
Tender No. T18P121601
Page 5 of 55
Annexure
Particulars to be mentioned by the bidder on the face of the Envelope
------------------------------------------------------------------------------------------------------------
To,
The DGM(T)M&S, DTL,
1 st Floor, Delhi Transco Limited, Prefabricated building,
Near HIMADRI, Rajghat Power House,
Delhi-110002.
------------------------------------------------------------------------------------------------------------
Tender No : ______________________
Name/subject of work : _________________________________________________________
_____________________________________________________________________________
_____________________________________________________________________________
Due date of opening of tender: _____________________ Bid Validity: 120 days
Detail of Earnest Money (EMD) Details of tender fee (TF)
Type of EMD (DD/BG/FDR/PO): ________________ Type of Tender fee (DD/PO): ____________
DD/BG/FDR/PO Number:_______________________ DD/PO Number:______________________
Amount:______________________ Amount:____________________________
Date of Issue :__________________ Date of Issue :________________________
Validity date (In case of BG/DD/PO):____________
Maturity Date (In case of FDR):_________________
Validity of DD/PO: ____________________
Bank Name :_________________________________ Bank Name :_________________________
In case of category under EMD exemption, then details of
certificate with monetary limit.:______________________
________________________________________________
Submitted By:
Name of Bidder: ..................................................................................
Address:............................................................................................................................................................
..........................................................................................................................................................................
Mobile: ......................................... Phone Office: ..................................................
E-mail ID: ……………………………………………………………………………………
-----------------------------------------------------------------------------------------------------------
Tender No. T18P121601
Page 6 of 55
PART-1
SECTION-I
INSTRUCTION TO BIDDER
1.1 GENERAL
1.1.1 The tender covers scope of work defined in tender documents. Tender shall be governed
by the terms & conditions covered in Section II, III and IV. However, in case of any
repetition / ambiguity in any clauses of NIT, the clause in SPECIAL TERMS &
CONDITIONS OF CONTRACT shall prevail.
1.1.2 The Bidder shall be responsible for arranging and maintaining at his own cost all
materials, tools and plants, facilities for workers and all other works required for the
execution of the work unless otherwise specifically provided for in the contract
documents.
1.1.3 Submission of tender by a Bidder implies that he has read this tender document and all
other contract documents and has made himself aware of the scope of the work to be
done and of conditions and rates at which stores, tools and plants etc. if any will be
issued to him by Purchaser and local conditions and other factors having a bearing on the
execution of the work.
1.2 AVAILABILITY OF TENDER DOCUMENTS
1.2.1 The tender documents can be downloaded from website of DTL i.e. https://dtl.gov.in.
However web-notification / corrigendum/ addendum will also be available on website of
Purchaser i.e.www.dtl.gov.in. The offer will only be considered if the prospective bidder
submits the tender strictly in two-part bid system as described in clause 1.3.
1.2.2 The tender documents downloaded from DTL website shall be submitted by Bidder
strictly after filling the rates in the prescribe schedule of items/price bid available with
tender document.
1.2.3 The Bidder shall submit his offer manually under two part bid system-Technical &
Financial package. Each tender shall contain two packages, i.e. TECHNICAL PACKAGE
and FINANCIAL PACKAGE and it will be submitted in the office of
DGM (T) M&S
Delhi Transco Limited
Ist floor, Pre-fabricated building
Rajghat Power House, New Delhi-110002.
1.3 SUBMISSION OF TENDER
1.3.1 The Bidder shall submit his offer manually under two part bid system-Technical &
Financial package. Each tender shall contain two packages, i.e. TECHNICAL
PACKAGE and FINANCIAL PACKAGE.
TECHNICAL PACKAGE (ENVELOPE I):
It should contain all the documents as detailed under clause 1.4 below. The stamped and
signed copy of the NIT along with supporting documents should be kept in this envelope.
Any misrepresentation/falsification of facts by the bidder in the bidding process will
result in immediate disqualification and DTL’s decision in this regard will be final,
conclusive and binding. EMD and TENDER FEE should be kept in this envelope. The
Tender No. T18P121601
Page 7 of 55
envelope must be sealed and “Annexure” at page 5 duly filled is to be put on the face of
ENVELOPE - I only.
FINANCIAL PACKAGE (ENVELOPE II):
It should contain financial bid only. Format of Financial Bid is given at Section-V.
The envelope must be sealed and the following particulars shall be clearly mentioned on
the sealed ENVELOPE-II
 Financial Bid :
 Name of work : Hiring of SAP Consultant Support services for Up gradation of ESS
Portal and Annual Support for SAP system
 Tender Number :
 Validity period of submitted offer :
 Full Name and Address of the Bidder :
1.3.2 Both the envelopes should be addressed to :-
DGM (T) M&S,
Delhi Transco Limited
Ist floor pre-fabricated building,
Rajghat Power House, New Delhi 110002.
1.3.3 The Tender is liable to be ignored, if incomplete information or superfluous information
not called for in the invitation to tender is given or if particulars asked for in the tender
form are not fully furnished.
1.3.4 All Bidders must indicate the capacity and the authority of the individual signing the
tender. It must be declared whether the individual is legally competent to enter into the
contract or not.
1.3.5 The submission of tender will cease after the submission/opening deadline.
1.3.6 If the Bidder is an Ex-employee of Purchaser, the details of employment & date of
leaving Purchaser be mentioned in offer.
1.3.7 If the Bidder is related to any person who is employee in Purchaser, the full particulars of
concerned person & relationship should be mentioned in the offer.
1.3.8 Tender must be submitted manually, completely filled in all respect. The tender
documents so filled should be in the same format as given by Purchaser. No changes are
allowed to be made in the format of these documents. Any further Particulars, desired to
be submitted should be given in a covering letter along with the tender (to be attached
online to the tender document), explaining briefly the salient points not otherwise
covered in the tender specifications and this attachment has to be clearly mentioned in the
tender form/undertaking.
1.4 DOCUMENTS TO BE SUBMITTED WITH THE TENDER WHILE BIDDING
1.4.1 TECHNICAL PACKAGE contain copy of documents clearly indicating details of
EMD and other information required as per eligibility criteria as given below:-
(a) Bank Guarantee/FDR/Bankers Cheque/DD/PO of Earnest money and tender fee.
(b) Copy of work done in departments as mentioned in 2.29.1 (a).
(c) Copy of GSTIN registration certificate and deposit of GST with the Govt. Deptt. (Within
past one year from the date of bid opening).
(d) Copy of PAN No.
Tender No. T18P121601
Page 8 of 55
(e) Copy of EPF registration along with A/c. No (receipt with regard to the PF deposited
with the office of EPFC) (within past one year from the date of bid opening).
(f) Deleted.
(g) In support of meeting the Qualifying Requirement, in line with clause 2.29.1 (a) & (b),
the Bidder must provide online relevant information as per format given annexure along
with scanned copy of documentary evidence duly certified by Chartered Accountant.
(h) Copy of Annexure-I, II, III, IV, V, VI and X.
(i) Copy ESIC registration and deposit of ESI with the Govt. Deptt. (Within past one year
from the date of bid opening).
(j) Copy of duly filled tender form/ undertaking which is readily available in the tender
document.
(k) Copy of balance sheets and profit & loss sheets in reference to financial details for last
three years counter signed by the bidder and duly certified by Chartered Accountant as
per clause-2.29.1 (b).
(l) Copy of SAP Authorization letter of the bidder and Copy of SAP certification of
consultants.
1.5 EARNEST MONEY AND TENDER FEE
1.5.1 Earnest Money is to be deposited in the form of Bank Guarantee/FDR/Bankers
Cheque/DD/PO (Bank Guarantee should be issued from scheduled bank only). The
detail of EMD should be written on the envelope clearly mentioning Tender no., Name of
work, Validity of offer, Amount, DD/PO/FDR/ Bankers Cheque /Bank Guarantee
number and date, name of Bank, Name of bidder, Due date of opening. No other mode is
acceptable. Tender fee shall be of Rs. 1000.00/- only in the form of DD/Pay Order in
favour of DELHI TRANSCO LIMITED payable at New Delhi. EMD,Tender fee and
Annexure – X (GST Registration Details) shall be submitted as prescribed in the clause
1.3 of Part-I .Tender fees shall be non refundable.
1.5.2 In case EMD is in the form of BG (Bank Guarantee), then it should be valid for minimum
240 days from date of opening, B.G. Performa for EMD enclosed as Annexure-VII. In
case EMD is in the form of FDR, then its maturity date should be at least 240 days from
date of opening.
1.5.3 Original EMD document (BG/FDR/Bankers Cheque /DD/PO) and tender fee document
has to be submitted with the tender document in a sealed envelope as per directions
pointed out at clause No. 1.3 (submission of tender) at the office of DGM(T) M&S , Ist
floor pre-fabricated building, Rajghat Power House, New Delhi 110002 Phone/Fax
No. 011- 23251274 at least one hour before the tender opening deadline, otherwise the
offer will be rejected
1.5.4 Earnest money is to be submitted by all Bidders, whether with Purchaser or other bodies,
except NSIC certificate where Govt. has exempted certain classified bidders like small
scale enterprises etc. Monetary limit should be greater than the estimated cost of the
tender. However the requisite document to be submitted along with its information on the
face of envelope.
1.5.5 Deleted.
1.5.6 The following particulars shall be clearly mentioned on the sealed envelope containing the
EMD and Tender Fee failing which the offer may be summarily rejected and the bid will
not be considered :-
Tender No. T18P121601
Page 9 of 55
 Name of work,
 Tender Number,
 Due date of opening,
 Validity period of submitted offer.
 Detail of Earnest Money & Tender Fee given as under:
“BG/DD/PO/FDR no, Date, Amount (in Rs), Name of issuing Bank, maturity date of FDR” – EMD
“DD /PO no. , Date, Amount (Rs), Name of issuing Bank” –Tender Fee
Full Name and Address of the Bidder.
 Details of NSIC certificate, if submitted
1.5.7 i) Earnest money of all the unsuccessful Bidders will be refunded after finalization of the
bids.
ii) If the successful Bidder withdraws his tender with in validity period of 120 days or
makes any modification in terms and conditions of tender which are not acceptable to
Purchaser, the Purchaser shall without prejudice to any other right or remedy, be at
liberty to forfeit the entire amount of the EMD.
iii) Fresh earnest money should be deposited in each case. No request for adjustment of
Earnest money from any amount pending with the company/Undertaking shall be
considered. The EMD of one tender case shall not be transferred / adjustable towards
other tender However, on re-tender of the same case the EMD shall be adjustable.
1.6 FORMAT AND SIGNING OF TENDERS
1.6.1 If the tender is submitted by a proprietary firm it shall be signed by the proprietor above
his full name and the full name of his firm with its current address.
1.6.2 If the tender is submitted by a limited company or a limited corporation, it shall be signed
by a duly authorized person holding the power of attorney for the firm. A certified copy
of the power of attorney shall accompany the tender.
1.6.3 All amendments/corrections shall be initialed by the person or persons submitting the
tender.
1.6.4 All witnesses and sureties shall be persons of status and probity and their full names,
occupations and addresses shall be written below their signatures.
1.7 VALIDITY OF TENDERS
1.7.1 A tender shall remain open for acceptance for a period of 120 days from the date of
opening of part-I (Technical part) of tenders or till such time up to which extension of
validity has been agreed. If a bidder is notified during this 120 days or extended period
that this tender has been accepted, he shall be bound by the terms of the agreement of his
tender till such agreement is replaced by a contract as stated in clause 1.17 below, If a
day up to which the offer is to be remain open has been declared to be closed/holiday for
Purchaser the offer shall remain open for acceptance till the next working day, The tender
with shorter validity is liable to be ignored and may not be opened.
1.8 WITHDRAWAL OF TENDERS & SUBMISSION OF ANOTHER TENDER
1.8.1 The Bidder cannot withdraw his tender, before the due date of opening. If the Bidder
wants to submit another tender, may do so within due date along with a cover letter
mentioning the same. Such tender should be complete in all respect. In such cases, the
earlier offer will not be opened. In case, the Bidder revises, withdraws or amends without
the written consent of the Purchaser, his tender after the date of opening, the earnest
money deposited by the Bidder shall be forfeited in full or part thereof. If the party is
Tender No. T18P121601
Page 10 of 55
registered with the Purchaser/ Delhi Govt, their registration may be cancelled with
forfeiture of security deposit in such event.
1.9 PRICE
1.9.1 The bidder must fill the price bid/schedule available along with the tender document.
1.9.2 The price should be exclusive of GST and GST will be paid as applicable at the time
of billing. If vendors do not quote the rates exclusive of GST then their bids will not
be accepted.
1.9.3 The rates shall be treated as per unit (as stated in the schedule).
1.9.4 The prices quoted must be firm and as per unit as stated in the schedule after deducting
cash discount, if any.
1.9.5 The GST will be paid actual at the time of billing, subject to submission of the
documentary evidence indicating the said taxes paid by the contractor and GST credit is
transferred to the Employer.
1.10 GSTIN REGISTRATION CERTIFICATE AND PAN NO.
1.10.1 The Bidder must attach to the tender scanned copy of GSTIN registration certificate.
Bidder must also attach to the tender scanned copy of PAN No. issued by I.T. Deptt.
1.11 ELECTRICAL LICENSE
1.11.1 Deleted.
1.12 EPF AND ESI REGISTRATION CERTIFICATE
1.12.1 The Bidder must attach to the tender scanned copy of EPF and ESI Registration
Certificates from the EPF and ESI Deptt. The Bidder is also required to attach to the
tender scanned copy of latest receipt with regard to the EPF and ESI deposited with the
office of EPF and ESI for their employees deployed to execute the contract work along
with the employees’ share latest receipt (within past one year from the date of bid
opening).
1.13 TENDER OPENING AND EVALUATION
1.13.1 The Employer/Engineer will open the Technical Package, on scheduled date & time as
mentioned in tender document. If such nominated date for opening of Tender is
subsequently declared as a Public Holiday by the Employer, the next official working day
shall be deemed as the date of opening of Technical Package. The Tender of any Bidder
who has not complied with one or more of the tender instructions may not be considered.
1.13.2 Technical Package of the Tender will be opened and submitted to tender committee for
scrutiny.
1.13.3 Date of opening of financial package will be intimated to qualified bidders. Financial
package of techno commercially qualified bidders will be opened with prior intimation
and interested bidders who have participated in the bidding can attend the opening.
1.14 PROCESS TO BE CONFIDENTIAL
1.14.1 Except the public opening of tender, information relating to the examination,
clarification, evaluation and comparison of tenders and recommendations concerning the
award of Contract shall not be disclosed to Bidder or other persons not officially
concerned with such process.
1.14.2 Any effort by a Bidder to influence the Purchaser/Engineer in the process of examination,
clarification, evaluation and comparison of tenders and in decisions concerning award of
contract, may result in the rejection of the tender.
Tender No. T18P121601
Page 11 of 55
1.15 ACCEPTANCE OF TENDERS
1.15.1 The purchaser is not bound to accept the lowest tender or any other tender and to assign
any reason for rejection of any or all the tenders. The purchaser also reserves the right to
accept either the whole or part of the tender.
1.15.2 The purchaser reserve the right to place the order for different items against one tender to
different parties on their lowest quoted/ computed rates.
1.15.3 Printed terms and conditions of the Bidder will not be considered as forming part of the
tender. In case of any terms and conditions of the contract applicable to the invitations to
tenders are not acceptable to the Bidder. They should clearly specify deviation in their
tenders. The purchaser may not consider the tender with such deviations. If nothing
otherwise is mentioned it will be assumed that these conditions are acceptable to tender.
1.16 COMMUNICATION OF ACCEPTANCE
1.16.1 Acceptance of work rates by the Purchaser will be communicated through E-
mail/Fax/Regd. A/D/speed post letter or acceptance letter (i.e. letter of intent) or formal
purchase/work order. In case the acceptance is communicated by E-mail/Fax /Regd.
A/D/speed post letter, the formal work order will be forwarded to the supplier as soon as
possible and the instructions contained in the acceptance letter should be acted upon
immediately. Posting of L.O.I. even on the last day of validity of offer shall be binding
upon the bidder.
1.17 EXECUTION OF CONTRACT AGREEMENT
1.17.1 The successful Bidder shall have to execute an agreement. The draft language for
contract agreement shall be as per Annexure-VIII. The contract agreement shall have to
executed within 07 days of the receipt of the LOA/LOI.
1.18 SECURITY DEPOSIT FOR DUE FULFILMENT OF CONTRACT
1.18.1 The successful Bidder shall have to deposit the security @ 5% of the ex-works value for
the proper Performance of the contract within 30 days of receipt of Purchase Order,
failing which a penalty of 0.05 % per week subject to maximum of 2 % of ex-works cost
shall be levied.
1.18.2 The security amount is to be deposited in the form of DD/Pay order/Bank Fixed
Deposit / B.G. drawn in favour of DELHI TRANSCO LIMITED valid upto two
months after guarantee period. No interest shall be paid on this amount. Maturity date of
FDR should be two months after completion / guarantee period.
1.18.3 The security amount in whole or any part thereof is liable for forfeiture in case of un-
satisfactory execution or bad supplies.
1.18.4 The security amount shall be refunded after guarantee period or extension if any thereof.
1.19 QUANTITY VARIATION
1.19.1 During the execution of contract, the Purchaser reserves the right to increase or decrease
the quantity of any works under the contract unlimitedly as per Purchaser requirement,
but without any change in unit price or other terms & conditions.
1.19.2 The overall value of contract can vary up to + 25/-5% of the ordered value.
1.20 PURCHASER’S RIGHT TO ACCEPT ANY TENDER AND TO REJECT ANY
OR ALL TENDERS.
1.20.1 The Purchaser reserves the right to accept or reject any tender, and to annul the tender
process and reject all tenders, at any time prior to award of contract. However, on re-
tender of the same case the EMD shall be adjustable.
Tender No. T18P121601
Page 12 of 55
1.21. GST PROVISION
1.21.1 In the schedules, Bidder shall give the required details and a break-up of their price
considering and taking into account the Input Tax Credit (ITC) as may be available under
the Goods and Services Tax (GST) Laws and Regulations. Taxes, duties and levies as per
GST Rules in respect of transactions between the Employer and the Contractor shall not
be included in the base price but shall be quoted separately. The price quoted in respect
of all items in the above schedule shall be excluding GST applicable on transaction
between the Employer and the Contractor.
1.21.2 In case the taxes, duties and levies as per GST Rules on transactions between employer
and the contractor is covered under the Reverse Charge provisions full tax has to be
stated/mentioned in the quoted prices/bid. However, where the Reverse Charge
Mechanism provisions are applicable, DTL shall not pay the applicable tax amount to the
contractor and will deposit directly to the Govt. treasury.
1.21.3 To facilitate the bidders, Employer has indicated an HSN/SAC code and rate of GST
against each item in the Price Schedule. It shall entirely be the responsibility of the bidder
to check the HSN/SAC code and rate of GST given against each item. The bidder may
either confirm the HSN and rate of GST or if the bidder opts to classify the item in
question under a different HSN/SAC code or opts to indicate a different rate of GST,
bidder may indicate the same in the columns provided. The bidders shall solely be
responsible for HSN/SAC classification and the rate of GST for each item. Employer’s
liability for reimbursement of GST shall be GST applicable at the rate as
confirmed/deemed confirmed in the bid and as accepted by the employer.
1.21.4 The Input Tax Credit (ITC) available, if any, under the GST law as per the relevant
Government policies wherever applicable shall be taken into account by the Bidder while
quoting bid price.
1.21.5 Taxes, duties and levies as per GST Rules payable on all goods including bought out
items which is to be mentioned by the bidder separately. Taxes, duties and levies as per
GST Rules which is incidental to the delivery of goods at the final destination site which
is to be mentioned by the bidder separately.
1.21.6 In respect of transactions between the Employer and the Contractor, the base price is
inclusive of all cost as well as duties and tax (custom duties & levies, Taxes and duties as
per GST Rules) paid or payable on components, raw materials and any other items used
/incorporated or to be incorporated in the Plants & Equipments and other final goods &
services to be supplied by the contractor under the proposed contract. No separate claim
shall be paid by the Employer for taxes and duties included in respect of these items
stated herein.
1.21.7 The bidder shall comply with the provision of section 171 of the GST Act, 2017 and all
the benefits accrued to him on account of any reduction in rate of tax on any supply of
goods or services will be supplied to DTL under this Tender will be passed on to Delhi
Transco Limited by way of commensurate reduction in the prices. In future, if anything
found contrary, the bidder will be accountable for any contravention of the law and shall
indemnify Delhi Transco Limited for the loss suffered on account of not passing the
aforesaid benefit.
1.21.8 The Input Tax Credit (ITC) available, if any, under GST as per the relevant Government
laws wherever applicable has been taken into account by the Contractor. Reimbursement
of GST by the Employer shall be at the rate applicable on the HSN/SAC of the goods/
services supplied by the Contractor to the Employer as mutually agreed upon. The
payment of GST on advance payment shall be against Invoice/Debit Note containing
particulars specified under the GST Act and related Rules, Notifications, etc as notified
Tender No. T18P121601
Page 13 of 55
by the Government in this regard. In the event that the Contractor fails to provide the
invoice in the form and manner prescribed under the GST Act and Rules, the Employer
shall not be liable to make any payment against such invoice. GST payment against
Advance payment shall be against a proforma invoice. Further, the Contractor shall,
within 7 days from the date of receipt of Advance, furnish an Advance Receipt Voucher
to the Employer, as prescribed under the GST Law. The Contractor shall comply with all
tax laws in force in India. The Contractor shall indemnify and hold harmless the
Employer from and against any and all liabilities, interest, damages, claims, fines,
penalties and expenses of whatever nature arising or resulting from the violation of such
tax laws by the Contractor or its personnel, including the Subcontractors and their
personnel.
1.21.9 Taxes, duties and levies as per GST Rules for the goods & Services under ‘transactions’
between contractor & Employer for destination site/state shall not be included in the base
price. These amounts will be payable (along with subsequent statutory variation if any)
on the supplies made by the Contractor, subject to submission of the documentary
evidence indicating the said taxes paid by the contractor and GST credit is transferred to
the Employer. But the amount of said taxes shall be limited to the tax liability on the
transaction between the employer and the Contractor only. However, Employer will not
bear any upward variation in GST rate due to change/disputes in classification relating to
HSN/SAC code as quoted by the bidder at a later stage. Employer shall, however, deduct
such taxes at source as per the rules and issue Tax Deduction at Source (TDS) Certificate
to the Contractor as per the said rules.
1.21.10 For payment in respect of dispatches made directly from Contractor's works, Tax
invoices raised by the Contractor shall be accepted as documentary evidence and for
payment of GST. The amount of GST as stated in Tax invoice will be paid only after the
GST credit is transferred to the Employer. However, the employer from time to time may
also verify the payment / deposit of various taxes by the contractor, which the later has
already claimed and charged in the previous invoices from the employer against the
aforesaid transactions between employer and the contractor.
1.21.11 In case of Contract for domestic supplies and services, the Contractor shall be entirely
responsible for payment of all taxes, duties, license fees and other such levies legally
payable/incurred until delivery of the contracted supplies to the Employer. If it is
statutory requirement to make deductions towards such taxes and duties or any other
applicable taxes and duties, the same shall be made by the employer and a certificate for
the same shall be issued to the Contractor.
1.21.12 The Contractor shall be solely responsible for its Income Tax liabilities and for taxes that
may be levied on the Contractor's persons or on earnings of any of his employees and
shall hold the employer indemnified and harmless against any claims that may be made
against the Employer. The Employer does not take any responsibility whatsoever
regarding taxes under Income Tax Act, for the Contractor or his personnel. If it is
obligatory under the provisions of the Income Tax Act, deduction of Income Tax at
source shall be made by the employer.
1.21.13 The bidder shall quote separately the Taxes, duties and levies as per GST Rules for the
portion of supply of the goods & Services in Employer’s country, as applicable in their
quoted bid price and Employer would not bear any additional liability on this account
except as stated in the bid. Employer shall, however, deduct such taxes at source as per
the rules and issue Tax Deducted at Source (TDS) Certificate to the bidder as per
prevailing tax laws applicable to the contract.
1.21.14 In respect of raw materials, intermediary components etc forming part of base price of
goods & services supplied under the contract, neither the employer nor the Contractor
Tender No. T18P121601
Page 14 of 55
shall be entitled to any claim arising due to increase or decrease in the rate of Tax,
introduction of a new Tax or abolition of an existing Tax in the course of the
performance of the Contract. However, Employer will not bear any upward variation in
GST rate due to change/disputes in classification relating to HSN/SAC code as quoted by
the bidder at a later stage.
1.21.15 Taxes & Duties in respect of transaction between Employer and the Contractor as
applicable for destination site/state on all items of supply including bought-out finished
items (as identified in the Contract), which shall be dispatched directly from the sub-
vendor’s works to the Employer’s site will be paid after each shipment against
documentary evidence. This payment shall be released by Employer directly to the
Contractor against invoices to be submitted by the Contractor.
1.21.16 Contract Price and Terms of Payment of the Contract Agreement is based on the taxes
inclusive of duties, levies and charges prevailing at the date seven (07) days prior to the
last date of bid submission. If any rates of Tax are increased or decreased or, a new Tax
is introduced, or/an existing Tax is abolished in the course of the performance of the
Contract, which was or will be assessed on the Contractor in connection with
performance of the Contract, an equitable adjustment of the Contract price shall be made
to take into account any such change by addition to the Contract price or deduction there
from, as the case may be (changes in law & regulations) hereof. However, these
adjustments would be applicable to all transactions between the employer and the
Contractor for which the taxes and duties are reimbursable by the Employer as per the
Contract. These adjustments shall not be applicable on procurement of raw materials,
intermediary components etc by the Contractor.
Tender No. T18P121601
Page 15 of 55
SECTION-II
CONDITIONS OF CONTRACT
2.1 In construing these general conditions and specification the following words shall have the
meaning here in assigned to them unless there is something in the subject or the context in
consistent with such constructions.
 “Purchaser” shall be the C.M.D. (Delhi Transco Limited) and shall include its legal
personal representative /successors and assignees.
 The ‘bidder’ shall mean the Bidder whose tender shall be accepted by the Purchaser and
shall include legal Personal representatives, successors and assignees.
 The ‘Sub-Bidder’ shall mean the person named in the contract for any part of the work or
any person to whom the part of the contract has been sublet with the consent in writing of
the Purchaser.
 The ‘Contract’ shall mean to include NIT, schedule, drawings, correspondence with
bidders and/or process as agreed between the parties.
 ‘Month’ shall mean calendar Month.
 ‘Writing’ shall include any manuscript, type written or printed statement under or over
signature or seal as the case may be.
 ‘Person’ shall include firms, company, Corporation and Municipalities. Word imparting
the singular only shall also include the plural and vice-versa where the context so required.
 “Site” shall mean the site of Purchaser as may be specified in the contract.
 ‘Specifications’ shall mean the specifications as annexed here to and such other drawing
and details as may be agreed to mutually.
2.2 SCOPE OF CONTRACT
2.2.1 After the tender is accepted all orders/ instructions to the bidder shall be given by the
purchaser. The detailed scope of work is available at clause 4.20.
2.2.2 The bidder shall be deemed to have carefully examined the specification of tender and
also to have satisfied himself as the nature and character of the work to be executed and
the necessities of the site conditions and other relevant material and details. Any
information, thus had or otherwise obtained from the Purchaser/Purchaser shall not in
any way relieve him to work in terms of this contract.
2.3 CONTRACT SPECIFICATIONS
2.3.1 The contract shall include the subject work.
2.3.2 Specification/Configuration of existing SAP system is given at Clause 4.21 and
Annexure-C to F. Bidder shall execute the work as per relevant standards/Purchaser
specifications to the satisfaction of engineer in-charge. Bidder shall submit details before
the commencement of the work under the contract. Any deviation in the work due to in-
correct specifications although approved by the Purchaser shall not release the bidder
from his obligations of supplying the correct material & performing the works.
2.4 SUB-CONTRACTING OF CONTRACT
2.4.1 The bidder shall not unreasonably with hold, assign or sub-contract his contract or any
substantial part thereof, without the written consent of Purchaser. Such sub-contracting
shall not in any way be interpreted as releasing the contract or from his liability &
obligations under the contract.
Tender No. T18P121601
Page 16 of 55
2.5 POWER TO VARY OR OMIT WORK
2.5.1 No alteration, amendments, omissions, additions, suspensions or variations of the
work/supply under the contract as shown by the contract specifications shall be made by
the bidder except when directed in writing by the Purchaser.
2.6 CONTRACT PRICE
2.6.1 The supplier/bidder shall give details in the price bid available with this tender document
at Section – V Price Schedule.
2.6.2 The contract prices shall be payable in the legal currency of the country.
2.7 COMPLETION PERIOD
2.7.1 The work / activities specified in scope of work from part - I to part - V at clause 4.20 in all
the three tier landscape (DEV,QAS & PRD) shall have to be completed within 03 months
from the date of award of contract.
2.7.2 The period of annual SAP support services (50 man days ) as specified at part VI shall be for a
period of one year from award of contract.
2.7.3 The contactor is required to attend the work within stipulated time notice/intimation from
the site in charge through Fax/e-mail/telephone or in person, in case non compliance of
this clause, the work shall be got carried out at the risk & cost of contactor beside
deduction of penalty. No liability shall however be attached to the bidder, if he satisfies
the Purchaser that the commissioning/completion of project is tendered impossible or
delayed by reason of abnormal political conditions or any act of the government as in
conditions of 2.8 below.
2.8 EXTENSION TIME FOR COMPLETION AGAINST FORCE MAJEURE
CONDITIONS
2.8.1 Should progress work be delayed due to force majeure conditions that is by strike, lock-
outs, fire, accident, flood, war, shortage of power and embargo, any act of God or any
other causes beyond the control of the bidder and whether such delay or impediment
occur before or after the time for completion a reasonable extension of the time shall be
granted by agreement between the parties, provided that the delays and its causes have
been notified by the bidder at the time of occurrence of the cause of delay.
2.9 LIQUIDATED DAMAGE
2.9.1 If the contractor fails to respond within stipulated time notice from the site in-charge for
carrying out the work within the time fixed or extension thereof if any, granted under Clause
2.8 as above, a penalty of 0.5% per week for the period of delay subject to maximum of 10%
of total value of the work order would be levied on the contractor. It may clearly be noted that
penalty as per above percentage will be levied in full for the total contract value and not for
the balance portion of the work since delayed completion of the work affects the
availability/reliability of entire system. The amount of penalty can be recovered from any
other contract for any amount due to the contractor from DTL.
2.10 BIDDER’S REPRESENTATIVE
2.10.1 The bidder shall depute authorized representative or assign this job to Supervisor for
execution of the contract, who shall be available for communication during any time, The
representative shall represent the bidder in his absence and all directions given to him
shall be binding on the bidder. All the work to be executed, shall be carried out in
presence of the bidder or the person authorized by the bidder who must be technically
sound for carrying the technical works.
Tender No. T18P121601
Page 17 of 55
2.10.2 On acceptance of the tender, the name of the accredited representative(s) of the bidder
who would be responsible for taking the instructions from Engineer-in-Charge shall be
communicated to the Engineer-in-Charge or his authorized representative.
2.11 RISK & COST
2.11.1 The work shall be completed satisfactorily and within the specified period specified in
the order, failing which the Purchaser reserves the right to get the work done from other
sources at the sole risk and cost of the supplier/bidder and the differential cost will be
recovered from the bidder.
2.11.2 If on checking, testing and using, the work/supply proves to be defective or fails to fulfill
the guarantee performance of the contract as specified by him, the bidder shall have to
make good the defects at his costs. If the bidder fails to do so the Purchaser may arrange
supplies/works at the cost of the bidder.
2.11.3 Where works/supply are not done according to specifications and it is decided to retain
the inferior works/supply at the discretion of the Purchaser, the intimation thereof shall
be conveyed to the bidder. The rejected work shall be improved free of cost at site within
7 days of intimation from Purchaser failing which the cost of such work shall be
recovered from any amounts due to the bidder.
2.11.4 In case there is no improvement in the proper execution of the order as per terms and
conditions of the contract the Purchaser reserves the right to cancel the order after serving
15 days written notice to bidder and no claim for damages will be entertained.
2.12 DEDUCTION FROM CONTRACT PRICES (RECOVERIES)
2.12.1 The bidder shall be liable for any loss or damage, which Purchaser may sustain in
consequence of default or negligence on the part of bidder or his servants or agents in the
execution of the contract. If the bidder fails to perform the contract and to observe all or
any of the conditions of contract, Purchaser shall be at liberty to cancel the contract and
to declare forfeiture of the security deposit or part thereof as compensation towards all or
any of the losses of damages suffered by Purchaser and other sum which Purchaser
considers necessary as due to cover the losses etc.
2.12.2 All costs, damages or expenses, which the Purchaser may have incurred shall be deducted
and recovered from the bidder by the Purchaser from money due or becoming due to the
bidder from the Purchaser by action of law or otherwise.
2.12.3 In the event of recovery of the necessary extent becoming impossible, owing to in-
sufficient security money and otherwise held amounts, the balance due to the Purchaser
may be recovered in any way the Purchaser may deem fit.
2.13 TERMS OF PAYMENT
2.13.1 Payment Terms of Part -I to Part – V of price bid :
The payment/charges of part –I to part – V shall be payable after completion of the work
as described in the part -I to part - V and in accordance with the scope of work subject to
satisfactory performance.
2.13.2 Payment Terms of Part -VI of price bid :
The payment of Part-VI shall be made in accordance with the number of man days utilized
in successful completion of the work assigned. The number of man days utilized in the
assigned work shall be mutually agreed by DTL and the contractor before the start of the
work
2.13.3 All payments shall be made by DTL through Electronic Clearing System (ECS) after
making statutory deductions like TDS, govt. taxes, WCT, Recoveries etc as per rules.
Tender No. T18P121601
Page 18 of 55
2.13.4 The contractor shall submit bills in triplicate with supporting documents in the office of
concerned Manager (Technical)B&H, DTL. For this Contractor have to provide their bank
account
2.14 RATES/ PRICE BID
2.14.1 All rates shall be quoted in the price bid for the prescribed schedule of items. The amount
for each item should be worked out and requisite totals given excluding of GST and
levies applicable at the time of quote. Special care should be taken to write the unit rates
in figure as well as in words, in such a way that interpolation is not possible. In case of
figures, the words ‘Rs.’ should be written before the figure of Rupees and word ‘p’ after
the decimal figures, e.g. ‘Rs. 2.15p’ and in case of words, the word, - ‘Rupees’ should
precede and the word ‘Paise’ should be written at the end. Unless the rate is in whole
rupees and followed by the word ‘only’ it should invariably be up to two decimal places.
2.14.2 While quoting the rate in schedule of quantities, the word ‘only’ should be written
closely following the amount and it should not be written in the next line.
2.14.3 In the case of Item Rate Tenders, only quoted rates for each item shall be considered.
Any tender containing percentage below/above the rates quoted is liable to be rejected.
Rates quoted by the bidder in item rate tender in figures and words shall be accurately
filled in so that there is no discrepancy in the rates written in figures and words.
2.14.4 However, if a discrepancy is found, the rate that will correspond with the amount worked
out by the bidder shall, unless otherwise proved, be taken as correct. If the amount of an
item is not worked out by the bidder or it does not correspond with the rates written
either in figures or in words then the rates quoted by the bidder in words shall be taken as
correct. Where the rates quoted by the bidder in figures and in words tally but the amount
is not worked out correctly, rates quoted by the bidder will unless otherwise proved be
taken as correct and not the amount.
2.14.5 Arithmetical errors will be rectified on the following basis:
2.14.5.a If there is a discrepancy between the unit price and the total price, which is obtained by
multiplying the unit price and quantity, or between subtotals and the total price, the unit
or subtotal price shall prevail, and the total price shall be corrected.
2.14.5.b If there is a discrepancy between words and figures, automatically corrected amount shall
prevail.
2.14.5.c If the bidder does not accept the correction of errors, its bid will be rejected and bid
security will be forfeited.
2.14.6 The bidders are requested to carefully fill the Part-II (Price schedule). The bidder is
required to fill all the elements of cost & GST as applicable if it is intended by the
bidder to claim the same as the part of the price bid. In case any column /row/box
relating to cost & GST are left blank by the bidder, no claim of costs and /or GST
against the same shall be allowed in the bid prices and total bid price shall be
determined treating the same as NIL.
2.15 GUARANTEE
2.15.1 The Bidder shall guarantee that the workmanship are the best of their respective kinds for
the work. There is no defect/error in workmanship.
2.15.2 Guarantee, as required, shall be furnished by the Bidder upon forms approved by the
Engineer in- charge and shall be signed by Bidder whose work is involved.
2.15.3 The work shall be carried out strictly as per specifications of various equipments
manuals. These specifications assume proper degree of skill upon the part of all Bidders
and workmen employed. The Bidder shall consult with the Engineer, whenever, in his
Tender No. T18P121601
Page 19 of 55
judgment variations in the work of construction or in the quality of materials would be
beneficial or necessary to fulfill the guarantees called for. Such variations may be made
by the Bidder only when authorized by the Engineer in writing.
2.15.4 The Bidder shall provide a guarantee to remedy any defects at his own cost in his work
due to faulty workmanship, which shall appear within the time specified. The Bidder
shall remedy such defects within a reasonable period of time.
2.15.5 Bank Guarantee against security shall be released after completion guarantee period or
extension if any thereof.
2.16 BIDDER LIABLE FOR DAMAGE DONE AND FOR IMPERFECTIONS,
NOTICED WITHIN THE CONTRACT PERIOD
2.16.1 If the Bidder or his working people or servants shall break, deface, injure or destroy any
part of building in which they may be working or any building, road, road-curve fence,
enclosure, water pipe cables, drains, electric or telephone post or wires, trees, grass or
grass land or cultivated ground continuous to the premises on which the work or any part
of it is being executed or if any damage shall happen to the work while in progress from
any cause whatever or if any defect or other faults appear in the work within the
guarantee as in clause-2.15 after the certificate of completion which shall have been
given by the Engineer-in-Charge as aforesaid for the losses arising out of defective or
improper workmanship, the Bidder shall upon a receipt of notice in writing on behalf of
Purchaser, make the same good at his own expense, or the Engineer-in-Charge may cause
the same to be made good by other workmen and deduct the expenses from any sum that
may then, or at any time thereafter become due to the Bidder or from his security deposit
for the performance bond or proceeds of sale thereof or of a sufficient portion thereof.
The security deposit of the Bidder shall not be refunded before the expiry of the period of
guarantee specified in clause-2.15. If the period of guarantee of any individual item(s) of
work is extended in terms of clause-2.15 following the remedying of the defect in that
item (s) of work, the Engineer-in-Charge shall retain 10% of value of such individual
item (s) worked out of the security deposit.
2.17 REGULATION OF LOCAL AUTHORITIES
2.17.1 The Bidder shall throughout the continuance of the contract and in respect of all matter
arising in the performance thereof, comply, with all notices and obtain consent for way
leaves approvals as shall be applicable to the work.
2.18 ARBITRATION
2.18.1 In case of dispute, question or controversy the settlement of which is not specifically
provided between DTL and the Supplier/ Contractor relating to this order / contract or
any clause contained or the construction or the portion of the same or the right or duties
or liabilities of either party, the matter in dispute shall be referred to the arbitration of
CMD (Chairman & Managing Director), DTL or his nominees. His/Their decision shall
be final and binding on both the parties. The provision of Indian Arbitration act, 1996 as
amended from time to time shall apply to such arbitration proceedings. Arbitration
proceedings shall be held at Delhi and only Delhi courts will have Jurisdiction in the
matter. It will not be open to the contractor/supplier to object to the appointment of
CMD, DTL or his nominee as arbitrator on the grounds that he is an officer of the Board
or has dealt with the matter in question in the course of his duties or has expressed his
views on all or any matter in dispute. Work under this order/contract shall continue
notwithstanding the existence of any such dispute/question/controversy during the arbitration
proceedings and the payment due or payable by DTL to the contractor shall not be withheld on
Tender No. T18P121601
Page 20 of 55
account of such proceedings unless such payments are the direct subject of such arbitration
proceedings.
2.19 CONSTRUCTION OF CONTRACT
2.19.1 The contract shall in all respects be construed and operate in conformity with the view of
the Indian Union and all payment there under shall be made on Indian Rupee unless
otherwise provided in the matter/ contract.
2.19.2 The charges in respect of getting and executing of the contract documents shall be borne
by the bidder. The bidder shall be furnished with a stamped counterpart of the agreement.
2.20 PATENT
2.20.1 In the event of any claim demand being made or action being brought against the
Purchaser for infringement or alleged infringement of letter’s patent/ License Agreement
in respect of any machine plant, computer hardware/software / works or thing used or
supplied by the bidder under this contract or in respect of any method used or worked or
handed over by the bidder, the Purchaser shall notify the bidder immediately any claim
made and bidder shall be at liberty if he so desires with the assistance of the Purchaser, if
required but at the bidder’s own expenses to conduct all negotiations for settlement of the
same or by litigation that may arise there from and provided that no such machine
plant/computer hardware / software / works or things shall be used by the Purchaser for
any purpose or in any manner other than that for which they have been supplied by the
bidder and specified under this contract.
2.21 LIABILITY FOR ACCIDENT & DAMAGES
2.21.1 The bidder shall be responsible for the loss/damages or depreciation to the work/works
upto completion of work at site. The Purchaser in accordance with the contract shall issue
report of damages or loss within 14 days of the application for the same.
2.22 DEATH, BANKRUPTCY
2.22.1 If the bidder dies or commits any act or Bankruptcy or being a corporation commences to
wind up except for reconstruction purpose or carryon its business under a Receiver, the
Executors, Successors or other representatives under the law of the state shall forthwith
give notice thereof in writing to Purchaser, for one month during which he shall take all
reasonable steps to prevent stoppage of work and have option of carrying out the
contract, subject to his or their providing such guarantee as may be required by the
Purchaser by not exceeding the value of the work for the time being remained/
unexecuted. In the event of stoppage of the work, the period of the option under this
clause shall be 14 days only, provided that above option to the contract not being
exercised, by the bidder and Purchaser/Purchaser by notice in writing may exercise the
same power, which the supplier could exercise and shall have the same right which under
the last proceeding clauses if the work had been taken out of the bidder’s hand under this
clause.
2.23 DISCIPLINE
2.23.1 The bidder shall, on instructions of Engineer-in-charge, immediately remove from the
work any person employed who may misbehave or cause any nuisance of any type or
otherwise in the opinion of Engineer-in-charge is not a fit person to be retained on the
work and such person shall not be employed again or allowed on the work without prior
written permission of the Engineer in-charge. All the rules & regulations prevailing and
Tender No. T18P121601
Page 21 of 55
applicable from time to time and the instructions as directed by Purchaser will strictly be
adhered by the bidder.
2.24 BLACK LISTING AND EMD FORFEITING
2.24.1 Any party directly or indirectly, if found to be involved in fraudulent and collusive
practices, may be black listed for a period of up to 3 years.
2.24.2 If the bidder fails to complete the work within stipulated period specified in the purchase
order or material/workmanship is found to be defective or failing to fulfill the Guaranteed
Performance of the contract as specified in the Purchase Order, they are liable to be
debarred or black listed from participating in future tender of Purchaser for the period
upto 3 years.
2.24.3 In case Bidder amends/modifies/revise/withdraws the prices/price structure of the offer
without the consent of Purchaser, after the tender opening and during the period of
validity of their offer (i.e. 120 days), the Earnest Money in full or part deposited by them
shall be liable to be forfeited or their offer liable to be rejected. They may also be
debarred from participating in future tenders of Purchaser for the period upto 3 years and
may be placed under Black List.
2.24.4 In case the bidder has not submitted the security deposit and agreement within 30 days
from date of issue of work order, EMD of bidder will be forfeited and he may be
blacklisted upto 3 years.
2.25 CONDITION OF SITE AND LOCATION
2.25.1 Before quoting, the bidder may inspect all sites/sub stations/office buildings to fully
acquaint himself about the condition in regard to accessibility of site, nature and extent of
ground, working condition of site and locality, installations of tools and plants (T&P)
etc., conditions affecting accommodations and movements of labour etc., required for the
satisfactory execution of the project. No claim whatsoever on such account shall be
entertained by Purchaser in any circumstances.
2.25.2 The bidder shall be solely responsible & shall ensure due compliance with the entire legal
requirement concerning the workman employed by him under the provision of applicable
labour and other legislations. In the event of the bidder committing any fault resulting in
Purchaser being required to insure any liability of expenses or Purchaser being required
to pay for any notice/summoned in this respect the same shall be entitled to recovery
from the bidder for liability attached to it due to any proceedings.
2.26 TERMINATION OF CONTRACT
2.26.1 Purchaser reserves the right to terminate the contract after giving 2 week notice in case
performance of the bidder is not found satisfactory or on account of non-compliance of
any of the condition of the contract. In such case the security deposit shall also be
forfeited without prejudice to right of the Purchaser to take any other action to recover
any loss suffered by the Purchaser due to non-performance of the contract.
2.27 EXTENSION OF CONTRACT: As per QVC criteria.
2.28 ENTRY PASSES
2.28.1 Bidder shall be responsible for antecedents of the workmen & for getting gate passes.
Gate pass shall be issued to them by the Sub-station In-charge. No labor below the age
of 18 years shall be employed on the work & labor so employed must be able-bodied
persons. The right of entry of the bidder & his workmen in the Substations will be
reserved with Purchaser.
Tender No. T18P121601
Page 22 of 55
2.29 ELIGIBILITY CRITERIA FOR BIDDERS
2.29.1 The bidder should be SAP Authorized implementation partner. Copy of the authorization
letter shall be submitted along with Bid. Consultant deployed for the work should be SAP
Certified.
(a) TECHNICAL EXPERIENCE: The bidder should have experience of having
successfully completed similar works during last 7 years ending last day of the month
previous to the one in which applications are invited should be either of the following:
i. Three similar completed works costing not less than the amount equal to 40% of
the estimated cost, or
ii. Two similar completed works costing not less than the amount equal to 50% of the
estimated cost, or
iii. One similar completed work costing not less than the amount equal to 80% of the
estimated cost.
Similar works means “End to End SAP implementation/upgradation/support involving at
least four modules namely BASIS, ABAP, FICO and HCM for more than 25 user license
firm”.
The Bidders should furnish the details of their past experience along with
completion/performance certificate for above mentioned similar works.
(b) FINANCIAL POSITION: Average annual financial turnover of the Bidder during the
last three years, ending 31 March of the previous financial year, should be at least 30% of
the estimated cost. The bidders shall submit Annual Financial Report (Balance Sheet and
profit & Loss A/c) of last three years.
(c) The Bidder should have necessary infrastructures to carry out entire job and should
possess all tools, tackles, vehicle and trained manpower for execution tendered work.
(d) Notwithstanding anything above the Purchaser reserves the right to assess the bidder’s
capability and capacity to perform the work and to relax the qualifying requirement
should the circumstances warrant such relaxation in the overall interest of the Purchaser.
2.29.2 The Purchaser reserves the right to reject any offer without assigning any reason and to
award the work to any one Bidder / Bidders.
2.30 ADHERENCE TO FACTORY AND PAYMENT OF WAGES ACT
2.30.1 (a) No labour below 18 years of age limit shall be employed on the work and labour so
employed must be able-bodies person.
(b) Bidder shall not pay less than fair wages to laborers engaged by him on the work. The
bidder is bound to adhere to factory act, payment of minimum wages, Act as applicable
during the pendency of the contract. If the bidder fails to pay according to minimum
wages Purchaser shall be at liberty to pay to the workers directly and deduct the amount
from the running bills of the bidder. The bidder shall be responsible for observing all acts
and Rules under the latest factory Act/wages Act, Workman Compensation Act and
amendment of these from time to time. Any breach shall be deemed to be breached of
this contract.
2.31 INSURANCE
2.31.1 The bidder at his own expense shall carry out & maintain insurance cover like the
workmen compensation and shall also indemnify and hold Purchaser harmless from
Tender No. T18P121601
Page 23 of 55
liabilities whatsoever on this account. The bidder shall ensure compliance of all statutory
and mandatory requirements including all labour laws requirements.
2.32 WORKMEN’S COMPENSATION INSURANCE
2.32.1 The insurance shall protect the contract against all claims applicable under the Govt. of
India
Workmen’s Compensation Act, 1948. This policy shall also cover the bidder against
claims for injury, disability, disease or death of his or his sub-bidder’s employees, which
for any reasons are not covered under the workmen’s compensation act 1948. The
liabilities shall not be less than:
Workmen’s Compensation – As per statutory provisions.
Employee’s liability – As per statutory provisions.
The insurance cover may be taken with the Indian companies.
2.33 BIDDER’S OBLIGATION
2.33.1 Deleted.
2.33.2 The deputed staff shall be covered under Provident Fund, ESI, Insurance, work man
compensation act. In case of any accident during the pendency of contract, the bidder
shall be liable for any injury to its staff & Purchaser shall not have any liability on this
account.
2.33.3 The work is to be carried out in the presence of authorized supervisor.
2.33.4 Deleted.
2.34 SAFETY MEASURES
2.34.1 The bidder shall have to provide all safety needs as per the requirements and as felt
necessary by the Engineer for safety of the bidder’s workers/staff. Use of matchbox,
lighters & smoking or other such acts, which may cause fire, are strictly prohibited. In
the plant unit room no hot works such as welding, gas cutting etc. which may cause fire
shall be carried out until & unless requisite fire extinguishers are arranged at the location
& shall be carried out until & unless the same is co-ordinate with security staff & fire
wing at the Substation if asked for.
2.35 TRANSIT SAFETY: Deleted.
Tender No. T18P121601
Page 24 of 55
3.1 The tenders should be valid for period of atleast 120 days from the date of opening of
technical bid, failing which the tenders will be summarily rejected.
3.2 Bidders are requested to submit the cost schedule and the appendices dully filled in as
required and should strictly follow the instructions and notes supplement there in to
facilitate Purchaser to prepare comparative statement.
3.3 In case of ambiguous or contradictory terms/conditions mentioned in the tender,
interpretations as may be advantageous to Purchaser will be taken.
3.4 The price should be exclusive of GST and levies applicable at the time of quote on
supplies and works.
3.5 Purchaser shall not be bound to accept the lowest or any tender and reserves to himself the
right of accepting the whole or any portion, if any, tender as he may think fit without
assigning any reason for non-acceptance or selection.
3.6 DTL reserves the right to reject any offer without assigning any reason and to award the
work to any one tenderer /tenderers. Thus order can be split on more than one bidder.
3.7 Purchaser reserves the right to revise or amend the specification and other conditions prior
to the date notified for opening of the tenders. Such revisions and amendments, if any, will
be communicated to all bidders as amendment or addenda.
3.8 It may be noted that no extension in the due date of tender shall be granted.
3.9 Tender documents appended hereto should be filled in completely by the Bidders and
submitted along with tender otherwise their bid is liable to be rejected.
3.10 The bidders should furnish the details of their experience and statement of past/current
works as per requirement of to this tender.
3.11 Price quoted should be net & firm.
3.12 Bidder should satisfy himself with the details of the work to be executed and if considered
necessary they should visit the site for understanding the DTL SAP landscape, if required
and get any other information required in this connection. A Bidder shall be deemed to
have full knowledge of the details of work to be executed and condition of site/store
whether he inspects it or not and no extra charges consequent on any misunderstanding or
otherwise shall be allowed.
SECTION-III
ADDITIONAL INSTRUCTIONS FOR TENDERS
Tender No. T18P121601
Page 25 of 55
SECTION - IV
SPECIAL TERMS & CONDITIONS
4.1 The scope of work includes following work. The quantity of items of work may vary as per
actual site requirement; the quantities mentioned in the price bid are only tentative.
4.2 The Bidder is required to take all the safety measures for his staff during the execution of
work. Purchaser shall not be responsible for any injury to the staff of the bidder. The bidder
before starting the work shall obtain clearance/permission from site in charge. The work
shall be carried out strictly in presence of site in charge.
4.3 Petty items required for work shall be arranged by the bidder on his own cost. Work will be
carried out in the presence of concern J.E./site in charge /Asstt. Manager(T).
4.4 Bidder should satisfy himself with the details of the work to be executed and if considered
necessary they should visit the site and get any other information required in this
connection. A Bidder shall be deemed to have full knowledge of the details of work to be
executed and condition of site/store whether he inspects it or not and no extra charges
consequent on any misunderstanding or otherwise shall be allowed.
4.5 Work will be usually carried out during normal working hrs. during day time. However, in
case of emergency it shall also be done during odd hrs. for that no extra payment shall be
made.
4.6 Deleted.
4.7 Deleted.
4.8 Bidder shall have to carry out the work as per the instruction of Site in-charge within the
prescribed time schedule.
4.9 If the bidder fails to respond within a reasonable period of time to execute the work in
emergency, the same shall be got done through some other agency & the extra expenditure
(if any) so incurred, shall be deducted from the bills of the bidder.
4.10 Purchaser reserves the right of dividing the work. Order can split on more than one Bidder.
4.11 The bidder shall indemnify and be harmless to the Purchaser or to the Manager or the
agents or employees from and against all labour and all claims, insurance payments suits,
actions recoveries and judgments of every nature and description brought or recovered
against him or the Purchaser by reason of any act or omission of the said contract, his
agents or employees in the execution of the work or the guiding of it.
4.12 Deleted.
4.13 The bidder should have & depute qualified, experienced and trained consultants who can
execute the work.
4.14 The bidder should possess the required T&P of standard make/quality essential for
executing the work.
Tender No. T18P121601
Page 26 of 55
4.15 STATUTORY PERMISSION/APPROVALS
The Bidder shall take all steps as may be necessary to comply with the various applicable
laws/ rules including the provisions of contract labour (Regulation & Abolition Act) 1970
as amended, Minimum wages Act, 1984, Workmen Compensation Act, ESI Act, PF Act,
Bonus Act and all other applicable laws and rules framed there under including any
statutory approval required from the Central/State Governments, Ministry of Labour and
produce the documents whenever necessary.
4.16 Deleted.
4.17 Bidder will make his own arrangement for watch and ward of material issued to him till
material is erected & handed over if any. In case of any theft/damage to Purchaser
material, entire cost of such material will be recovered from the bidder.
4.18 Bidder will make his own arrangement for the lodging/boarding of his consultants during
the execution of the work. Purchaser shall not be bound to provide place for making a
camp etc.
4.19 HUMAN RESOURCE ISSUES
i. The Bidder would execute these works through their own resources.
ii. The Bidder shall bear all expenses / cost to be incurred towards salary, allowances,
perks, traveling allowances, advances, insurance, safety measures, security,
transportation and all other misc. expenses etc. of their employees/ workmen during
the currency of this contract. Also, the Bidder shall be sole responsible for making
payment for Hospitalization, Compensation thereof in case of any accident & injury.
iii. The Bidder shall issue Identity Cards to their employees deployed for execution of
the assigned works.
iv. The Bidder to deploy their manpower immediately for carrying out the woks as
specified above.
v. The Bidder should ensure that there are no disputes regarding work, payment etc of
the persons engaged by him, anytime during the currency of the contract. At no
point of time during the currency of contract, the Bidder’s employees shall insist
upon Purchaser for employment, wages, and allowances or any other related matter,
payment etc.
vi. The Bidder shall not deploy the manpower below the age of 18 years.
vii. The Bidder shall not deploy the female manpower between 7 pm to 6 am.
viii. The Bidder shall be directly responsible for any / all disputes arising between him
and his persons and keep Purchaser indemnified against all losses, damages and
claims arising thereof. The Bidder shall resolve any dispute of their manpower. All
the legal dues of their manpower is to be paid on due date or within 8 days on the
termination of manpower.
ix. All safety wears required for the Bidder’s manpower during the execution of work
such as safety shoes, safety helmets, hand gloves, safety belt, dust mask, goggles
etc. must be provided by the Bidder at his own cost and he shall ensure that his
employees regularly use such safety gears while executing Purchaser’s work.
x. The Bidder shall be responsible for discipline of his manpower and shall adhere to
the disciplinary procedure set by Purchaser at site. Purchaser shall be at liberty to
object to the presence of any representative or employees of the Bidder at the site, if
in the opinion of Purchaser such manpower has done any act of misconduct or
negligence or otherwise undesirable, then the Bidder shall remove such a person
objected to and provide a competent replacement immediately.
xi. The Bidder shall submit a list of persons engaged by him.
Tender No. T18P121601
Page 27 of 55
xii. Purchaser reserves the right to demand the Bidder’s works on holidays as well as
beyond the normal working hours.
xiii. The Bidder will ensure that none of their person is engaged in any unlawful
activities subversive of Purchaser’s interest failing which suitable action may be
taken against the Bidder as per the terms and condition of this contract.
xiv. The Bidder shall be liable for payment of all GST and duties as applicable, to the
State/Central Govt. or any local authority.
xv. The Bidder’s employees shall not be treated as Purchaser’s employees / persons for
any purpose whatsoever & facilities / benefits applicable to Purchaser’s employees
shall not be applicable to Bidder’s employees. If due to any reasons whatsoever
Purchaser is made liable to meet any obligation under any of the laws & enactment
etc, for any reason whatsoever the same shall be recovered from the Bidder or from
any of the bills payable to him or failing which it shall be recovered as per law.
xvi. The Bidder shall be responsible and shall comply with the provision of all the
STATUTORY ACTS APPLICABLE. Special attention of the Bidder is drawn
towards the compliance of provision of the following statutes: (along with the latest
amendments/additions)
a) The child Labour (Prohibition and Regulation) Act, 1986. The Contract
Labour (Regulation and Abolition) Act, 1970.
b) The Employee’s Pension Scheme, 1995.
c) The Employee’s Provident Funds and miscellaneous provisions Act, 1952.
d) The Employees State Insurance Act, 1948.
e) The Equal Remuneration Act 1976.
f) The Industrial Disputes Act, 1947.
g) The Maternity Benefit Act 1961.
h) The Minimum Wages Act, 1948.
i) The Payment of Bonus Act, 1965.
j) The Payment of Gratuity Act, 1972.
k) The Payment of Wages Act, 1936.
l) The Delhi Shops & Establishment Act, 1954.
m) The Workmen’s Compensation Act, 1923.
n) The Employer’s Liability Act, 1938.
4.20 Scope of work:-
Delhi Transco Limited has implemented SAP in 2010 and now is interested to hire the SAP consultants
for ESS Portal Up gradation and Annual SAP support services for fixing day to day issues and support
for any unforeseen issues as and when required through reputed IT company who provides
implementation and maintenance support for SAP system.
The Scope of work includes the following activities.
PART-I (A) Providing SAP consultant support for Up gradation of ESS Portal Netweaver from 7.01 to
7.31 or higher compatible with current SAP landscape.
(B) Database migration of EP Portal from Oracle 11g to 12c or higher compatible with SAP
system.
PART-II (A) Up gradation of ECC 6 EHP 4 to EHP7 along with patching of HR components.
(B) Oracle Data base migration of R/3 Server from current version(11g) to 12c or higher
compatible with SAP.
Tender No. T18P121601
Page 28 of 55
PART-III Implementation of SAP Fiori standard applications for various modules installed in DTL.
PART-IV Resolution of Various existing issues of Basis Modules as per the list attached
PART-V Resolution of Various existing issues of HCM Modules as per the list attached
PART-VI Providing SAP consultant for Annual Support services for SAP system to resolve day to day
issues and any unforeseen issue and will be required to perform the following technical tasks
as and when required. The Annual SAP support services are required for a period of 50 man
days staggered over a period of one year on discretion of DTL as per the requirements.
The tentative list of tasks which may be required to be done under annual SAP support
service is as under-
• Upgrade all SAP systems (R3, EP, BI, BOBJ, SRM, PI) of DTL to latest Patch Level for all
listed landscape and functional application systems if required.
• Upgrade the Database from 10g to 11g/12c in the remaining SAP system /servers whichever
is latest and compatible.
• Upgrade SAP Kernel to latest SAP Kernel Patch Level.
• Support / Assist for hardware/OS upgrade with the SAP application upgrade
• Provide the best approach to make technical changes in BASIS, ABAP and other programs
• Modify all custom reports/interface programs and all modified objects affected by the
upgrade.
• Patching of all SAP components and Portal as and when required.
• Configuration of Solution Manager as and when required for Patching and other work.
• Tuning of SAP and Oracle database.
• Implementing recommendations as per SAP security guides.
• Restoration of SAP backup (only in exception cases)
• SAP Data archiving and retention.
•Application of SAP notes and Support Packs.
• SAP Patch downloading and updating in the system.
• Backup and restoration testing of SAP system as per SAP standard
• SAP router installation / up gradation as and when required
• Any other issues reported during the support period in all SAP modules installed in
DTL namely MM, PM, PS, FICO, HCM, ABAP, BASIS, DMS, FICA, BI, BOBJ etc.
4.21 Present SAP Setup:
4.21.1. An overview of existing implementation of SAP in the DTL is outlined below:
Delhi Transco Limited has implemented SAP in 2010. The current version of SAP is ECC 6.0
EHP4. The application has been deployed in HP Unix and Windows server with Oracle 10g as
backend database. The existing systems specifications implemented at the Data Center (DC) are
as under:
Production BL860C Servers – Quad Core
processor 32/48 GB RAM
HP Service Guard used for
Clustering
HP Unix 11i
Oracle 11.2.0.4. (R/3 and EP)
Oracle 10.2.0.4 (Other)
Quality BL860C Servers – Quad Core
processor 32/48 GB RAM
HP iVM used for
Virtualization of servers/appl.
HP Unix 11i
Oracle 11.2.0.4 (R/3 and EP)
Oracle 10.2.0.4 (Other)
Development BL860C Servers – Quad Core
processor 32/48 GB RAM
HP Unix 11i
Oracle 11.2.0.4 (R/3 and EP)
Tender No. T18P121601
Page 29 of 55
HP iVM used for
Virtualization of servers/appl.
Oracle 10.2.0.4 (Other)
DMS
(Document Management
System)
BL460C Xeon Server Windows Server
Max DB 7.6
4.21.2 Platform Specification:
Database - Oracle10.2.0.4.0 g / Oracle11.2.0.4.0 g
OS - HP Unix 11i v3
Cluster - HP Service Guard
IVM - HP IVM for Virtual Machine
Following are the existing Development & Quality, Production Systems at the site at DTL.
4.21.3 Applications Hardware configuration
Development Servers :
ECC, EP, PI,SRM ,BI & BOBJ -HP BL860C Itanium Servers – Quad Core processor 32 GB
RAM
Quality Servers :
ECC, EP, PI,SRM ,BI & BOBJ -HP BL860C Itanium Servers – Quad Core processor 48 GB
RAM
Production Servers :
ECC PRD-HP BL860C Itanium Servers–Quad Core processor 40/32 GB RAM cluster with
ECC CI EP PRD - HP BL860C Itanium Servers – Quad Core processor 48/32 GB RAM cluster
with EP CI PI PRD - HP BL860C Itanium Servers – Quad Core processor 48/32 GB RAM
cluster with PI CI BI PRD -HP BL860C Itanium Servers –Quad Core processor 48/48 GB
RAM cluster with SRM CI
SRM PRD -HP BL860C Itanium Servers –Quad Core processor 48/48 GB RAM cluster with
BI CI
BOBJ PRD - HP BL860C Itanium Servers – Quad Core processor 32 GB RAM
4.21.4 The implementation of SAP in the DTL comprises of the following modules:
• Finance and Control (FI/CO)
• Human Capital Management (HCM)- The HR module includes payroll, reimbursements,
leave account maintenance, training and tour management. The entire customization is done
through ‘Human Resources Management (HRM)’ module of SAP. ESS Portal is used for
Attendance , leave and other HCM functionality by all users.
• Material Management (MM)
• Plant Maintenanace (PM)
• Project Systems (PS)
• Supply Relation Management (SRM)
• Industry Specific Utility (ISU)
• Business Intelligence and Business Object (BI - BOBJ)
• Document Management System (DMS)
• ESS Portal / Enterprise Portal(EP)
Tender No. T18P121601
Page 30 of 55
4.22 Contract Execution
4.22.1 Contract Execution
a. DTL Side:
DTL will nominate a coordinator for smooth functioning of the project.
b. Support Agency Side:
Support Agency will identify one person who shall act as coordinator from Support Agency
side. He must be adequately knowledgeable about core function modules/Support
issues/improvisation/rationalization/ training/addition in an ERP implemented environment of
SAP.
4.22.2 Responsibilities
The distribution of responsibilities between the DTL and Support Agency under different scenarios
would be as under
S. No. Description of requirement DTL Support Agency
1 Troubleshooting of Functional /
Technical issues
• Login the call.
• Test & accept solution.
• Providing remote or local
access as the case may be.
• Propose solution
• Test solution.
• Implement solution.
2 Major Issue, Preventive &
Planned activities by Functional
and Technical modules.
• Specify requirement.
• Testing solution.
• Acceptance.
• Propose solution
• Test solution.
• Implement solution.
4.22.3 Review Meeting:
DTL reserves the right to call the Support Agency for meeting to ensure smooth running of
contract as well as for conflict resolution as and when requirement arises.
4.22.4 Discrepancy
Any dispute or discrepancy regarding resolution of calls shall be sorted out mutually by
coordinators at both ends.
4.22.5 Infrastructure
a. Remote Connectivity:
In case Support Agency is addressing the call remotely user authentication will be provided
through VPN access. Only 02 such VPN access will be provided, which may be increased
depending on the need at DTL’s discretion.
b. Onsite Connectivity & infrastructure:
Support Agency shall be provided with sitting place comprising internet Connection through
DTL’s Internal LAN and SAP connectivity. However Desk tops may be provided by DTL
subject to availability however it is preferable that Support Agency bring their own
machines/Laptops.
4.22.6 Documentation
Support Agency shall submit necessary documentation detailing activities done related to
problem resolution and customization for each case of his involvement. The documents
Tender No. T18P121601
Page 31 of 55
submission follows the problem resolution. SA shall submit these documents to EIC DTL and
shall make corrections for actual indicated by EIC DTL.
4.22.7 Deliverables:
• Knowledge Transfer
• Hand holding process
• Technical documents
4.23 Other Terms & Conditions:
a. The contractor shall ensure that the Consultants deployed are SAP Certified & well
versed / acquainted with the SAP Landscape implemented in DTL.
b. As per requirement of DTL, Contractor has to provide experienced SAP consultants
along with their profile and experience details.
c. Contractor shall depute the SAP consultant having required eligibility/ suitability for providing
up gradation and troubleshooting services efficiently and effectively. DTL shall have full
authority to select / reject the eligibility of consultants.
d. Work will be carried out onsite, however on exception/emergency situation offsite work can be
done with prior information and approval from DTL.
e. Consultant has to be well versed with HP-UX 11i and Oracle 11g/12c Database in SAP
environment.
f. Before making any changes (patching, upgrade, Database migration etc.) to any running system
(Production/Quality/Development etc.), Vendor shall ensure the backup of SAP system, File
system, Database etc. If any of the activity performed by the consultants results in non-
functioning of any part or full SAP system or any other components, then vendor/consultant
will restore the system at the working stage without any extra cost to DTL.
g. Vendor should provide the Training / Knowledge Transfer of the activities carried out with
proper documentation.
h. All other terms and conditions of the NIT shall stands applicable
i. Annual SAP support services are required for 50 man days staggered over a period of one year
on discretion of DTL as per the requirements.
j. Annual SAP support services (50 man days per year ) may be extended for another two years
with the approval of the Competent Authority subject to the satisfactory performance of the
Contractor on same rates & terms & conditions.
k. No. of man days required to perform the work/activity for Part-VI will be mutually agreed by
DTL & contractor before the start of the activity.
l. The Support Agency/Vendor will be single point of contact for DTL and will be entirely
responsible for any kind of incident management, bug fixing and enhancement of the SAP ERP
as well as post implementation centralized hand holding support for any new version roll out
for the said SAP ERP.
m. Vendor shall ensure that necessary modifications are implemented and taken as per SAP best
practices.
n. Management / Special Assistance on SAP/ Oracle DB updates etc. are carried out by BASIS
Consultant itself, to be downloaded from SAP support services site directly.
o. In the event of non-satisfactory performance by the contractor, DTL shall have the right and
discretion to terminate this contract by giving one month notice and DTL also reserves right to
forfeit full or part of the security deposited by the Contractor.
p. Payment will be released to Vendor only after completion of the specified activities/task.
Tender No. T18P121601
Page 32 of 55
Annexure-A
Tentative Basis Issue list of Part IV:
Sr. No. Issue Details
1 DMS Server issue
2 Client Copy - R/3 Production Server to Quality server
3 Kernel Upgradation to current level
4 Upgradation of Patch level of all SAP components to current level
5 Configuring System Alerts (Early Watch Alerts)
6 Space Management and Landscape re-engineering, Fine tuning of SAP
servers.
7 Audit trail monitoring
8 Backup Restoration
9 TSV_newpage_allocation error dumps and other ABAP dumps.
10 Message_Type_x error dumps
11 SAP router configuration/up gradation as and when required
12 Solution Manager configuration as and when required
13 Any other issue reported during the support period
Tender No. T18P121601
Page 33 of 55
Annexure-B
Tentative issues identified in HCM Module of Part V:
S.
No.
Problem Elaboration
1.
EL/HPL balance/quota correction It has been noted that EL / HPL balance in the case of
employees having more than 300 leaves in their
account is not showing as correct cumulative
deduction happening
2.
EL encashment while availing
LTC/Home Town is not deducted from
EL balance
Affecting the balance of Earned Leave.
3.
Leave rules/Workflows to be mapped in
accordance with Cadre
requirements/changes notified
It has been noted that in case of EL/HPL employee can
apply for leave in part. Example if an employee
applies for EL for 18.11.2011 & 21.11.2011 separately
the weekly offs of 19.11.2011 & 20.11.2011 is not
counted as EL but shown S weekly off and only two
days EL has been deducted from his EL quota. This is
not correct.
4.
Removal of possibility of creating dual
entries in leave & attendance
It has been noted that if any employee apply for leave
for a specific date and his Sectional Head pass his
leave after expiry of that day, two entries i.e. NOT
MARKED AND LEAVE has been created in account.
This possibility should be removed.
5.
Effect of sanctioned leave in
Attendance Report
It has been noted that though the leave are sanctioned
by the controlling officer but effect of sanctioned leave
is not shown in the Attendance Report. It should be
rectified.
6.
Not Mark not getting updated inspite of
applying using change mode
It has been reported by employees that system is not
getting updated inspite of applying using change
mode.
7.
Not Mark scheduling program to be
checked for random errors
It has been noted that on many days system has shown
all employees as NOT MARK in the morning and
employees has to mark their attendance by changing
not mark to Present (R). It possibility should be
removed.
8.
Entire Leave Quota to be reflected on
the Portal
Entire Leave Quota should be reflected on the
employee’s portal i.e. EL/CL/HPL showing.
9.
Resolution for Leaves going in Error
Mode- HR administrator issue
It has been noted that Sectional Heads are not able to
sanction the leave of employees working as they go in
Critical Error mode.
10.
Authorization for tracking
changes/generating reports on changes
in data
HR Department is not able to track changes made in
data. Authorization for tracking changes/generation
reports on changes may be made.
11.
System may be created for Weekly off
for those officials who are working in
Shifts
Presently officials are marking attendance as Present
(R) instead of weekly off.
ROSTER IS NOT WORKING
12.
Business Trip not working Request of incumbent not reached in the portal of CO
Tender No. T18P121601
Page 34 of 55
13.
Relieving & joining should be through
ERP so that can be changed
automatically.
For Relieving & joining through ERP Access of PA-
30 & PA 40 be given to all Group ‘A’ officers.
PA-30 contains master data of all employees including
Basic Pay, Grade pay.
To be decided at higher level whether access of PA-30
& PA-40 be given to all Group ‘A’ officers.
Probability be explored for relieving joining through
ERP without giving excess of PA-30/PA-40
Tender No. T18P121601
Page 35 of 55
Annexure-C
R/3 Patch Level
Tender No. T18P121601
Page 36 of 55
Annexure-D
BI Server Patch Level
Tender No. T18P121601
Page 37 of 55
Annexure-E
ESS Portal Patch Level
Tender No. T18P121601
Page 38 of 55
Annexure –F
SAP Product Availability Matrix:
IN CASE OF ANY REPETITION / AMBIGUITY IN ANY CLAUSES OF NIT, THE CLAUSE
AS PER INSTANT SPECIAL TERMS & CONDITIONS OF CONTRACT SHALL PREVAIL.
Tender No. T18P121601
Page 39 of 55
SECTION-V
PRICE SCHEDULE
S.
No
Description HSN/
SAC
code
Qty Unit Unit rate
in Rs.
(Exclusive
of GST)
GST
Rate
(in
%)
GST
Amount
(in Rs.)
Unit rate
in Rs.
(Inclusive
of GST)
Amount in
Rs.
(Inclusive
of GST )
1 Part
I
(A)
Providing SAP
consultant support
for Up gradation
of ESS Portal
Netweaver from
7.01 to 7.31 or
higher.
998313 1 AU
2 (B) Database
migration of EP
Portal from Oracle
11g to 12c or
higher compatible
with SAP system.
998313 1 AU
3 Part
-II
(A)
Up gradation of
ECC 6 EHP 4 to
EHP7 along with
patching of HR
components to
latest level.
998313 1 AU
4 (B) Oracle Data base
migration of R/3
Server from
current version to
12c or higher
compatible with
SAP.
998313 1 AU
5 Part
-III
Implementation of
standard SAP
FIORI
applications for
various modules
installed
998313 1 AU
6 Part
-IV
Resolution of
Various existing
issues of Basis
Modules as per the
list attached at
Annexure A
998313 1 AU
7 Part
V
Resolution of
Various existing
issues of HCM as
per list attached at
Annexure B.
998313 1 AU
Tender No. T18P121601
Page 40 of 55
8 Part
VI
Providing SAP
consultant support
services for SAP
systems for 01
year Period
998313 50 Man
Days
Grand Total in Rs (Inclusive of all taxes and duties applicable)
I / We have read the terms and conditions, specifications of quantities of the work and agreed to
abide by them. I/We agree to carry out the above work at the rate mentioned against each item.
Signature of the Bidder
Name & address of the Bidder……………………………
Seal, if any…………………………………………………….
Tender No. T18P121601
Page 41 of 55
ANNEXURE –I
CHECK LIST FOR THE TENDER
To be submitted along with tender compulsorily.
Note: Replies against each item should be complete without any ambiguity. Terms such as refer
covering letter etc. shall not be acceptable unless the replies / information are specific and
complete.
Serial Clause No
1
Have you submitted copy of completely filled
“tender form/undertaking”
: Yes/No
2
Whether price is quoted against each item in the
price schedule?
:
Yes/No
3
Have you submitted copy of original EMD
document?
: Yes/No
4
Quantity offered against each item be quoted.
Are you prepared to accept order for 25% more
quantity under QVC.
: Agreed/Not Agreed
5
Whether “Annexure-III – Deviation statement” is
submitted to the tender document?
: Yes/No
6
Have your submitted copies of past purchase
orders placed to your company/organization for
similar works as in this tender document? As per
clause no 2.29.1 (a)
: Yes/No
7
Have you submitted copies of GSTIN
registration certification or not?
: Yes/No
8
Do you agree to furnish security deposit if order
is placed with you?
: Yes/No
9 Have you submitted the copies of PAN card ? : Yes/No
10 Have you submitted copies of EPF registration? : Yes/No
11 Have you submitted copies of ESI registration? Yes/No
12
Do you agree to all clauses of our General
Conditions of our tender documents submitted?
: Yes/No
13
If you do not agree to any/all the clauses, please
state clearly in Annexure-III the clause which
you do not agree and state the modification in
respect of those clauses.
: Agreed/Not Agreed
14
Have you submitted copies in reference to
financial details required for last 03 years as per
clause no 2.29.1 (b)? (Annual Report (balance
sheet and profit & loss account)
: Yes/No
15 Have you submitted copies of GST registration? : Yes/No
16
Whether you have registered in Composition
Scheme under GST
: Yes/No
Tender No. T18P121601
Page 42 of 55
ANNEXURE –II
CHECK LIST FOR COMMERCIAL TERMS & CONDITIONS
The commercial terms and conditions of the tender as given in the following format
1 Prices (firm) : Yes/No
2 Payment Terms : Yes/No
3 (i) Whether P.S.U.’s/Govt. Undertaking or Department. : Yes/No
4 (ii) Earnest Money deposited : Yes/No
5 Validity offered – 120 Days : Yes/No
6
Whether the bidder has quoted prices in accordance with the conditions
of contract. The contract prices shall be exclusive of GST, charges,
statuary levies and discount for the entire portion of the contract. The
contract prices shall be payable in the Indian currency. Incomplete or
conditional quotations or rates quoted in the format other than specified
format shall be summarily rejected. Price quoted must be given strictly in
the prescribed format.
: Yes/No
7 Agreed for liquidated damages /Penalty clause : Yes/No
8 Agreed for security deposit : Yes/No
9 Guarantee clause acceptable : Yes/No
10
Performance Bank Guarantee Clause
if applicable acceptable
: Yes/No
11 Copy of GSTIN & PAN No. attached : Yes/No
12 Copy of EPF and ESI deposited attached : Yes/No
13
Rate of Education cess if any must be mentioned and also to state
whether it is over and above the base price or included in the cost
: Yes/No
14 Valid Electrical License : Yes/No
15 Copy of GST No. attached : Yes/No
Tender No. T18P121601
Page 43 of 55
ANNEXURE-III
SCHEDULE OF DEVIATIONS
In this annexure bidder shall indicate clause wise deviations from specifications.
Serial Clause No Details of
Deviation
Reasons/Justifications for
Deviation
Cost of withdrawal
1
2
3
4
5
6
Tender No. T18P121601
Page 44 of 55
ANNEXURE – IV
DETAILS OF EXPERIENCE
S.NO. NAME &
ADDRESS OF
ORDERING
AUTHORITY
ORDER
CONTRACT
NO. AND
DATE
PARTICULARS OF
WORK ORDER
WITH BRIEF
SPECIFICATION
ORDER
QTY.
WORK
EXECUTED
WITH DATE
LETTER NO. AND
DATE OF
PERFORMANCE
CERTIFICATE
REMARKS
1.
2.
3
4
5
Tender No. T18P121601
Page 45 of 55
ANNEXURE –V
UNDERTAKING FOR CORRUPT & FRAUDULENT PRACTICE
We declare that all the documents submitted or would be submitted by us in this tender are/would
be genuine, and in case any discrepancy is found in the declaration/documents submitted by us at
any stage, action can be taken against us as deemed fit by DTL.
We further declare that in the submission of this tender no agent, middleman or any intermediary
has been, or will be engaged to provide any services, or any other item of work related to the award
and performance of this contract. We further confirm and declare that no agency commission or
any payment which may be construed as an agency commission has been, or will be, paid and that
the tender price does not include any such amount.
We acknowledge the right of the Employer, if he finds to the contrary, to declare, our Tender to be
non-compliant and if the contract has been awarded to declare the contract null and void.
STAMP & SIGNATURE OF AUTHORIZED SIGNATORY
Tender No. T18P121601
Page 46 of 55
ANNEXURE –VI
FORMAT FOR EVIDENCE OF ACCESS TO OR AVAILABILITY OF CREDIT
FACILITIES
BANK CERTIFICATE
This is to certify that M/s. ............................................................................ (Full Name & Address)
.......................................................................................................Who are submitting their bid to
Delhi Transco Ltd. as sole bidder* against their tender specification vide Ref. No.
............................ & Date ............................... is our Customer for the past ...........................years.
Their financial transactions with our bank have been satisfactory. They enjoy the following fund
bases and non-fund bases limits including for guarantees, L/C and other credit facilities with us
against which the extent of utilization as on date is also indicated below:
S.
No.
Type of Facility Sanctioned Limit as
on Date
Utilization as on Date
1.
This letter is issued at the request of M/s.
..........................................................................................
Sd./-
Name of Bank .....................................................
Name of Authorized Signatory ...........................
Designation ...........................................................
Phone No...............................................................
Fax No....................................................................
Address..................................................................
SEAL OF THE BANK:
Note: * Strike out whichever is not applicable.
20181211 nov2018 zip-32467500_td_32467500
20181211 nov2018 zip-32467500_td_32467500
20181211 nov2018 zip-32467500_td_32467500
20181211 nov2018 zip-32467500_td_32467500
20181211 nov2018 zip-32467500_td_32467500
20181211 nov2018 zip-32467500_td_32467500
20181211 nov2018 zip-32467500_td_32467500
20181211 nov2018 zip-32467500_td_32467500
20181211 nov2018 zip-32467500_td_32467500

More Related Content

What's hot

Tender Document for Solar Power Plant in Gujarat Part 1
Tender Document for Solar Power Plant in Gujarat Part 1Tender Document for Solar Power Plant in Gujarat Part 1
Tender Document for Solar Power Plant in Gujarat Part 1Headway Solar
 
Pre qualification stages and tender selection
Pre qualification stages and tender selectionPre qualification stages and tender selection
Pre qualification stages and tender selectionanojan kanagarathnam
 
New ahmedabad plan copy
New ahmedabad plan   copyNew ahmedabad plan   copy
New ahmedabad plan copygreatnisu
 
Seminar - Partial Possession by Employer
Seminar - Partial Possession by EmployerSeminar - Partial Possession by Employer
Seminar - Partial Possession by EmployerKai Yun Pang
 
Itt provision of wi fi network design and implementation services
Itt   provision of wi fi network design and implementation servicesItt   provision of wi fi network design and implementation services
Itt provision of wi fi network design and implementation servicesabenyeung1
 
Clause 14.1 The Contract Price- Understanding Clauses in FIDIC ‘Conditions of...
Clause 14.1 The Contract Price- Understanding Clauses in FIDIC ‘Conditions of...Clause 14.1 The Contract Price- Understanding Clauses in FIDIC ‘Conditions of...
Clause 14.1 The Contract Price- Understanding Clauses in FIDIC ‘Conditions of...Divyanshu Dayal
 
Tender Document for Solar Project in Himachal Pradesh
Tender Document for Solar Project in Himachal PradeshTender Document for Solar Project in Himachal Pradesh
Tender Document for Solar Project in Himachal PradeshHeadway Solar
 
Wb procurement icb c1
Wb procurement icb c1Wb procurement icb c1
Wb procurement icb c1Joy Irman
 
Bid document for Solar in Himachal Pradesh
Bid document for Solar in Himachal PradeshBid document for Solar in Himachal Pradesh
Bid document for Solar in Himachal PradeshHeadway Solar
 
Clause 14.9 Payment of Retention Money-Understanding Clauses in FIDIC ‘Condit...
Clause 14.9 Payment of Retention Money-Understanding Clauses in FIDIC ‘Condit...Clause 14.9 Payment of Retention Money-Understanding Clauses in FIDIC ‘Condit...
Clause 14.9 Payment of Retention Money-Understanding Clauses in FIDIC ‘Condit...Divyanshu Dayal
 
Subcontract Agreement to Perform Building Work (Purchase this doc, Text: 0811...
Subcontract Agreement to Perform Building Work (Purchase this doc, Text: 0811...Subcontract Agreement to Perform Building Work (Purchase this doc, Text: 0811...
Subcontract Agreement to Perform Building Work (Purchase this doc, Text: 0811...GLC
 
Adb procurement guidelines icb-c1
Adb procurement guidelines   icb-c1Adb procurement guidelines   icb-c1
Adb procurement guidelines icb-c1Joy Irman
 
Seminar - CIPAA 2012
Seminar - CIPAA 2012Seminar - CIPAA 2012
Seminar - CIPAA 2012Kai Yun Pang
 
Sectional completion and partial possession by employer PP2 Coursework 1
Sectional completion and partial possession by employer PP2 Coursework 1Sectional completion and partial possession by employer PP2 Coursework 1
Sectional completion and partial possession by employer PP2 Coursework 1Arissa Loh
 

What's hot (20)

Oht tender
Oht tenderOht tender
Oht tender
 
Site possession
Site possessionSite possession
Site possession
 
Whole Life Cycle Cost
Whole Life Cycle CostWhole Life Cycle Cost
Whole Life Cycle Cost
 
Adb zone-i
Adb zone-iAdb zone-i
Adb zone-i
 
Tender Document for Solar Power Plant in Gujarat Part 1
Tender Document for Solar Power Plant in Gujarat Part 1Tender Document for Solar Power Plant in Gujarat Part 1
Tender Document for Solar Power Plant in Gujarat Part 1
 
Ak contract management
Ak contract managementAk contract management
Ak contract management
 
Cl compilation
Cl compilationCl compilation
Cl compilation
 
Pre qualification stages and tender selection
Pre qualification stages and tender selectionPre qualification stages and tender selection
Pre qualification stages and tender selection
 
New ahmedabad plan copy
New ahmedabad plan   copyNew ahmedabad plan   copy
New ahmedabad plan copy
 
Seminar - Partial Possession by Employer
Seminar - Partial Possession by EmployerSeminar - Partial Possession by Employer
Seminar - Partial Possession by Employer
 
Itt provision of wi fi network design and implementation services
Itt   provision of wi fi network design and implementation servicesItt   provision of wi fi network design and implementation services
Itt provision of wi fi network design and implementation services
 
Clause 14.1 The Contract Price- Understanding Clauses in FIDIC ‘Conditions of...
Clause 14.1 The Contract Price- Understanding Clauses in FIDIC ‘Conditions of...Clause 14.1 The Contract Price- Understanding Clauses in FIDIC ‘Conditions of...
Clause 14.1 The Contract Price- Understanding Clauses in FIDIC ‘Conditions of...
 
Tender Document for Solar Project in Himachal Pradesh
Tender Document for Solar Project in Himachal PradeshTender Document for Solar Project in Himachal Pradesh
Tender Document for Solar Project in Himachal Pradesh
 
Wb procurement icb c1
Wb procurement icb c1Wb procurement icb c1
Wb procurement icb c1
 
Bid document for Solar in Himachal Pradesh
Bid document for Solar in Himachal PradeshBid document for Solar in Himachal Pradesh
Bid document for Solar in Himachal Pradesh
 
Clause 14.9 Payment of Retention Money-Understanding Clauses in FIDIC ‘Condit...
Clause 14.9 Payment of Retention Money-Understanding Clauses in FIDIC ‘Condit...Clause 14.9 Payment of Retention Money-Understanding Clauses in FIDIC ‘Condit...
Clause 14.9 Payment of Retention Money-Understanding Clauses in FIDIC ‘Condit...
 
Subcontract Agreement to Perform Building Work (Purchase this doc, Text: 0811...
Subcontract Agreement to Perform Building Work (Purchase this doc, Text: 0811...Subcontract Agreement to Perform Building Work (Purchase this doc, Text: 0811...
Subcontract Agreement to Perform Building Work (Purchase this doc, Text: 0811...
 
Adb procurement guidelines icb-c1
Adb procurement guidelines   icb-c1Adb procurement guidelines   icb-c1
Adb procurement guidelines icb-c1
 
Seminar - CIPAA 2012
Seminar - CIPAA 2012Seminar - CIPAA 2012
Seminar - CIPAA 2012
 
Sectional completion and partial possession by employer PP2 Coursework 1
Sectional completion and partial possession by employer PP2 Coursework 1Sectional completion and partial possession by employer PP2 Coursework 1
Sectional completion and partial possession by employer PP2 Coursework 1
 

Similar to 20181211 nov2018 zip-32467500_td_32467500

Tender document for solar in Dehradun, Uttarakhand
Tender document for solar in Dehradun, UttarakhandTender document for solar in Dehradun, Uttarakhand
Tender document for solar in Dehradun, UttarakhandHeadway Solar
 
030 2008-02789 (1)
030 2008-02789 (1)030 2008-02789 (1)
030 2008-02789 (1)Raj kumar
 
Rajasthan Solar Roof Top tender 2014-2015
Rajasthan Solar Roof Top tender 2014-2015Rajasthan Solar Roof Top tender 2014-2015
Rajasthan Solar Roof Top tender 2014-2015Headway Solar
 
1545313910708_TENDER_NOTICE_LAD.pdf
1545313910708_TENDER_NOTICE_LAD.pdf1545313910708_TENDER_NOTICE_LAD.pdf
1545313910708_TENDER_NOTICE_LAD.pdfEphremZeleke3
 
TENDER_DOCUMENT_elct_trd_KMAF.pdf
TENDER_DOCUMENT_elct_trd_KMAF.pdfTENDER_DOCUMENT_elct_trd_KMAF.pdf
TENDER_DOCUMENT_elct_trd_KMAF.pdfsrbms
 
Cattle+feed+plant+(29-10-2021).docx
Cattle+feed+plant+(29-10-2021).docxCattle+feed+plant+(29-10-2021).docx
Cattle+feed+plant+(29-10-2021).docxswarnavet05
 
Tamil nadu tangedco_1000_mw_solar_tender_05-12-2012
Tamil nadu tangedco_1000_mw_solar_tender_05-12-2012Tamil nadu tangedco_1000_mw_solar_tender_05-12-2012
Tamil nadu tangedco_1000_mw_solar_tender_05-12-2012GreenergyTechnologies
 
Tendernotice_1 (3).pdf
Tendernotice_1 (3).pdfTendernotice_1 (3).pdf
Tendernotice_1 (3).pdfHARIWAYLINES
 
Telangana solar bid_2000_mw
Telangana solar bid_2000_mwTelangana solar bid_2000_mw
Telangana solar bid_2000_mwHarish Sharma
 
TE_tas210088_chennai _south_ tender document_230209_175900.pdf
TE_tas210088_chennai _south_ tender document_230209_175900.pdfTE_tas210088_chennai _south_ tender document_230209_175900.pdf
TE_tas210088_chennai _south_ tender document_230209_175900.pdfStarPacksPrintSoluti
 
Telangana solar RFS Document 2014
Telangana solar RFS Document 2014Telangana solar RFS Document 2014
Telangana solar RFS Document 2014Headway Solar
 
Sample Notice inviting expression of interest
Sample Notice inviting expression of interestSample Notice inviting expression of interest
Sample Notice inviting expression of interestSandeep Kumar
 
_.._STDocs_Tender_Tnd_089812_173606.pdf
_.._STDocs_Tender_Tnd_089812_173606.pdf_.._STDocs_Tender_Tnd_089812_173606.pdf
_.._STDocs_Tender_Tnd_089812_173606.pdfbikashranjan18
 
Mode of Tendering.pptx
 Mode of Tendering.pptx Mode of Tendering.pptx
Mode of Tendering.pptxssuser4ae21a
 
Ntpc limited development of 750 mw( 6 x125 mw each )
Ntpc limited  development of 750 mw( 6 x125 mw each )Ntpc limited  development of 750 mw( 6 x125 mw each )
Ntpc limited development of 750 mw( 6 x125 mw each )Lawrence George
 

Similar to 20181211 nov2018 zip-32467500_td_32467500 (20)

Tender document for solar in Dehradun, Uttarakhand
Tender document for solar in Dehradun, UttarakhandTender document for solar in Dehradun, Uttarakhand
Tender document for solar in Dehradun, Uttarakhand
 
030 2008-02789 (1)
030 2008-02789 (1)030 2008-02789 (1)
030 2008-02789 (1)
 
Rajasthan Solar Roof Top tender 2014-2015
Rajasthan Solar Roof Top tender 2014-2015Rajasthan Solar Roof Top tender 2014-2015
Rajasthan Solar Roof Top tender 2014-2015
 
1545313910708_TENDER_NOTICE_LAD.pdf
1545313910708_TENDER_NOTICE_LAD.pdf1545313910708_TENDER_NOTICE_LAD.pdf
1545313910708_TENDER_NOTICE_LAD.pdf
 
TENDER_DOCUMENT_elct_trd_KMAF.pdf
TENDER_DOCUMENT_elct_trd_KMAF.pdfTENDER_DOCUMENT_elct_trd_KMAF.pdf
TENDER_DOCUMENT_elct_trd_KMAF.pdf
 
Cattle+feed+plant+(29-10-2021).docx
Cattle+feed+plant+(29-10-2021).docxCattle+feed+plant+(29-10-2021).docx
Cattle+feed+plant+(29-10-2021).docx
 
Tamil nadu tangedco_1000_mw_solar_tender_05-12-2012
Tamil nadu tangedco_1000_mw_solar_tender_05-12-2012Tamil nadu tangedco_1000_mw_solar_tender_05-12-2012
Tamil nadu tangedco_1000_mw_solar_tender_05-12-2012
 
Cm mitemrate ver270206
Cm mitemrate ver270206Cm mitemrate ver270206
Cm mitemrate ver270206
 
Final tender chp
Final tender chpFinal tender chp
Final tender chp
 
Tendernotice_1 (3).pdf
Tendernotice_1 (3).pdfTendernotice_1 (3).pdf
Tendernotice_1 (3).pdf
 
Telangana solar bid_2000_mw
Telangana solar bid_2000_mwTelangana solar bid_2000_mw
Telangana solar bid_2000_mw
 
TE_tas210088_chennai _south_ tender document_230209_175900.pdf
TE_tas210088_chennai _south_ tender document_230209_175900.pdfTE_tas210088_chennai _south_ tender document_230209_175900.pdf
TE_tas210088_chennai _south_ tender document_230209_175900.pdf
 
Telangana solar RFS Document 2014
Telangana solar RFS Document 2014Telangana solar RFS Document 2014
Telangana solar RFS Document 2014
 
Bid document reverse tendering
Bid document reverse tenderingBid document reverse tendering
Bid document reverse tendering
 
Sample Notice inviting expression of interest
Sample Notice inviting expression of interestSample Notice inviting expression of interest
Sample Notice inviting expression of interest
 
Tenders
TendersTenders
Tenders
 
_.._STDocs_Tender_Tnd_089812_173606.pdf
_.._STDocs_Tender_Tnd_089812_173606.pdf_.._STDocs_Tender_Tnd_089812_173606.pdf
_.._STDocs_Tender_Tnd_089812_173606.pdf
 
01_ONLINE_NOTICE[1]
01_ONLINE_NOTICE[1]01_ONLINE_NOTICE[1]
01_ONLINE_NOTICE[1]
 
Mode of Tendering.pptx
 Mode of Tendering.pptx Mode of Tendering.pptx
Mode of Tendering.pptx
 
Ntpc limited development of 750 mw( 6 x125 mw each )
Ntpc limited  development of 750 mw( 6 x125 mw each )Ntpc limited  development of 750 mw( 6 x125 mw each )
Ntpc limited development of 750 mw( 6 x125 mw each )
 

Recently uploaded

mini mental status format.docx
mini    mental       status     format.docxmini    mental       status     format.docx
mini mental status format.docxPoojaSen20
 
Solving Puzzles Benefits Everyone (English).pptx
Solving Puzzles Benefits Everyone (English).pptxSolving Puzzles Benefits Everyone (English).pptx
Solving Puzzles Benefits Everyone (English).pptxOH TEIK BIN
 
Kisan Call Centre - To harness potential of ICT in Agriculture by answer farm...
Kisan Call Centre - To harness potential of ICT in Agriculture by answer farm...Kisan Call Centre - To harness potential of ICT in Agriculture by answer farm...
Kisan Call Centre - To harness potential of ICT in Agriculture by answer farm...Krashi Coaching
 
Interactive Powerpoint_How to Master effective communication
Interactive Powerpoint_How to Master effective communicationInteractive Powerpoint_How to Master effective communication
Interactive Powerpoint_How to Master effective communicationnomboosow
 
18-04-UA_REPORT_MEDIALITERAСY_INDEX-DM_23-1-final-eng.pdf
18-04-UA_REPORT_MEDIALITERAСY_INDEX-DM_23-1-final-eng.pdf18-04-UA_REPORT_MEDIALITERAСY_INDEX-DM_23-1-final-eng.pdf
18-04-UA_REPORT_MEDIALITERAСY_INDEX-DM_23-1-final-eng.pdfssuser54595a
 
A Critique of the Proposed National Education Policy Reform
A Critique of the Proposed National Education Policy ReformA Critique of the Proposed National Education Policy Reform
A Critique of the Proposed National Education Policy ReformChameera Dedduwage
 
ECONOMIC CONTEXT - LONG FORM TV DRAMA - PPT
ECONOMIC CONTEXT - LONG FORM TV DRAMA - PPTECONOMIC CONTEXT - LONG FORM TV DRAMA - PPT
ECONOMIC CONTEXT - LONG FORM TV DRAMA - PPTiammrhaywood
 
Software Engineering Methodologies (overview)
Software Engineering Methodologies (overview)Software Engineering Methodologies (overview)
Software Engineering Methodologies (overview)eniolaolutunde
 
URLs and Routing in the Odoo 17 Website App
URLs and Routing in the Odoo 17 Website AppURLs and Routing in the Odoo 17 Website App
URLs and Routing in the Odoo 17 Website AppCeline George
 
Hybridoma Technology ( Production , Purification , and Application )
Hybridoma Technology  ( Production , Purification , and Application  ) Hybridoma Technology  ( Production , Purification , and Application  )
Hybridoma Technology ( Production , Purification , and Application ) Sakshi Ghasle
 
Class 11 Legal Studies Ch-1 Concept of State .pdf
Class 11 Legal Studies Ch-1 Concept of State .pdfClass 11 Legal Studies Ch-1 Concept of State .pdf
Class 11 Legal Studies Ch-1 Concept of State .pdfakmcokerachita
 
Mastering the Unannounced Regulatory Inspection
Mastering the Unannounced Regulatory InspectionMastering the Unannounced Regulatory Inspection
Mastering the Unannounced Regulatory InspectionSafetyChain Software
 
The basics of sentences session 2pptx copy.pptx
The basics of sentences session 2pptx copy.pptxThe basics of sentences session 2pptx copy.pptx
The basics of sentences session 2pptx copy.pptxheathfieldcps1
 
MENTAL STATUS EXAMINATION format.docx
MENTAL     STATUS EXAMINATION format.docxMENTAL     STATUS EXAMINATION format.docx
MENTAL STATUS EXAMINATION format.docxPoojaSen20
 
“Oh GOSH! Reflecting on Hackteria's Collaborative Practices in a Global Do-It...
“Oh GOSH! Reflecting on Hackteria's Collaborative Practices in a Global Do-It...“Oh GOSH! Reflecting on Hackteria's Collaborative Practices in a Global Do-It...
“Oh GOSH! Reflecting on Hackteria's Collaborative Practices in a Global Do-It...Marc Dusseiller Dusjagr
 
Alper Gobel In Media Res Media Component
Alper Gobel In Media Res Media ComponentAlper Gobel In Media Res Media Component
Alper Gobel In Media Res Media ComponentInMediaRes1
 
_Math 4-Q4 Week 5.pptx Steps in Collecting Data
_Math 4-Q4 Week 5.pptx Steps in Collecting Data_Math 4-Q4 Week 5.pptx Steps in Collecting Data
_Math 4-Q4 Week 5.pptx Steps in Collecting DataJhengPantaleon
 
BASLIQ CURRENT LOOKBOOK LOOKBOOK(1) (1).pdf
BASLIQ CURRENT LOOKBOOK  LOOKBOOK(1) (1).pdfBASLIQ CURRENT LOOKBOOK  LOOKBOOK(1) (1).pdf
BASLIQ CURRENT LOOKBOOK LOOKBOOK(1) (1).pdfSoniaTolstoy
 
Introduction to ArtificiaI Intelligence in Higher Education
Introduction to ArtificiaI Intelligence in Higher EducationIntroduction to ArtificiaI Intelligence in Higher Education
Introduction to ArtificiaI Intelligence in Higher Educationpboyjonauth
 

Recently uploaded (20)

mini mental status format.docx
mini    mental       status     format.docxmini    mental       status     format.docx
mini mental status format.docx
 
Solving Puzzles Benefits Everyone (English).pptx
Solving Puzzles Benefits Everyone (English).pptxSolving Puzzles Benefits Everyone (English).pptx
Solving Puzzles Benefits Everyone (English).pptx
 
Kisan Call Centre - To harness potential of ICT in Agriculture by answer farm...
Kisan Call Centre - To harness potential of ICT in Agriculture by answer farm...Kisan Call Centre - To harness potential of ICT in Agriculture by answer farm...
Kisan Call Centre - To harness potential of ICT in Agriculture by answer farm...
 
Interactive Powerpoint_How to Master effective communication
Interactive Powerpoint_How to Master effective communicationInteractive Powerpoint_How to Master effective communication
Interactive Powerpoint_How to Master effective communication
 
18-04-UA_REPORT_MEDIALITERAСY_INDEX-DM_23-1-final-eng.pdf
18-04-UA_REPORT_MEDIALITERAСY_INDEX-DM_23-1-final-eng.pdf18-04-UA_REPORT_MEDIALITERAСY_INDEX-DM_23-1-final-eng.pdf
18-04-UA_REPORT_MEDIALITERAСY_INDEX-DM_23-1-final-eng.pdf
 
A Critique of the Proposed National Education Policy Reform
A Critique of the Proposed National Education Policy ReformA Critique of the Proposed National Education Policy Reform
A Critique of the Proposed National Education Policy Reform
 
ECONOMIC CONTEXT - LONG FORM TV DRAMA - PPT
ECONOMIC CONTEXT - LONG FORM TV DRAMA - PPTECONOMIC CONTEXT - LONG FORM TV DRAMA - PPT
ECONOMIC CONTEXT - LONG FORM TV DRAMA - PPT
 
Software Engineering Methodologies (overview)
Software Engineering Methodologies (overview)Software Engineering Methodologies (overview)
Software Engineering Methodologies (overview)
 
URLs and Routing in the Odoo 17 Website App
URLs and Routing in the Odoo 17 Website AppURLs and Routing in the Odoo 17 Website App
URLs and Routing in the Odoo 17 Website App
 
Hybridoma Technology ( Production , Purification , and Application )
Hybridoma Technology  ( Production , Purification , and Application  ) Hybridoma Technology  ( Production , Purification , and Application  )
Hybridoma Technology ( Production , Purification , and Application )
 
Class 11 Legal Studies Ch-1 Concept of State .pdf
Class 11 Legal Studies Ch-1 Concept of State .pdfClass 11 Legal Studies Ch-1 Concept of State .pdf
Class 11 Legal Studies Ch-1 Concept of State .pdf
 
Mastering the Unannounced Regulatory Inspection
Mastering the Unannounced Regulatory InspectionMastering the Unannounced Regulatory Inspection
Mastering the Unannounced Regulatory Inspection
 
The basics of sentences session 2pptx copy.pptx
The basics of sentences session 2pptx copy.pptxThe basics of sentences session 2pptx copy.pptx
The basics of sentences session 2pptx copy.pptx
 
MENTAL STATUS EXAMINATION format.docx
MENTAL     STATUS EXAMINATION format.docxMENTAL     STATUS EXAMINATION format.docx
MENTAL STATUS EXAMINATION format.docx
 
TataKelola dan KamSiber Kecerdasan Buatan v022.pdf
TataKelola dan KamSiber Kecerdasan Buatan v022.pdfTataKelola dan KamSiber Kecerdasan Buatan v022.pdf
TataKelola dan KamSiber Kecerdasan Buatan v022.pdf
 
“Oh GOSH! Reflecting on Hackteria's Collaborative Practices in a Global Do-It...
“Oh GOSH! Reflecting on Hackteria's Collaborative Practices in a Global Do-It...“Oh GOSH! Reflecting on Hackteria's Collaborative Practices in a Global Do-It...
“Oh GOSH! Reflecting on Hackteria's Collaborative Practices in a Global Do-It...
 
Alper Gobel In Media Res Media Component
Alper Gobel In Media Res Media ComponentAlper Gobel In Media Res Media Component
Alper Gobel In Media Res Media Component
 
_Math 4-Q4 Week 5.pptx Steps in Collecting Data
_Math 4-Q4 Week 5.pptx Steps in Collecting Data_Math 4-Q4 Week 5.pptx Steps in Collecting Data
_Math 4-Q4 Week 5.pptx Steps in Collecting Data
 
BASLIQ CURRENT LOOKBOOK LOOKBOOK(1) (1).pdf
BASLIQ CURRENT LOOKBOOK  LOOKBOOK(1) (1).pdfBASLIQ CURRENT LOOKBOOK  LOOKBOOK(1) (1).pdf
BASLIQ CURRENT LOOKBOOK LOOKBOOK(1) (1).pdf
 
Introduction to ArtificiaI Intelligence in Higher Education
Introduction to ArtificiaI Intelligence in Higher EducationIntroduction to ArtificiaI Intelligence in Higher Education
Introduction to ArtificiaI Intelligence in Higher Education
 

20181211 nov2018 zip-32467500_td_32467500

  • 1. DELHI TRANSCO LIMITED WEB NOTIFICATION Manual Quotations are invited in Two Part Open Tender by DGM(T)M&S, 1st Floor, Room No. 105, Pre-fabricated building, Rajghat Power house, New Delhi-02 from the eligible companies/contractors for the following work : S.no Tender Enquiry No. Name of work Estimated Cost(Rs) Earnest Money Deposit (EMD) (Rs) Tender Fee (Rs) Work Completion Period Scheduled Date/Time 1. T18P121601 Hiring of SAP Consultant Support services for Up gradation of ESS Portal and Annual Support for SAP system Rs. 47,75,068.50/- Rs. 95,502.00/- Rs. 1000/- As per clause 2.7 of NIT Start of downloading Tender 20.11.2018, 10:00 AM End downloading of Tender 04.12.2018, 10:30 AM Start Bid Submission 20.11.2018, 10:00 AM End Bid Submission 04.12.2018, 10:30 AM Opening of Tender 04.12.2018, 11:30 AM Complete tender documents can be downloaded from the website of Delhi Transco Limited at https://www.dtl.gov.in. Tenders are to be submitted through Manual-Tendering Process only. Information about the tenders can be seen on the website of DTL: http://dtl.gov.in. DGM(T)M&S (CMM Department) Name and Designation of Competent Authority
  • 2. Tender No. T18P121601 Page 1 of 55 DELHI TRANSCO LIMITED (GOVT. OF NCT OF DELHI UNDERTAKING) Regd. Office : Delhi Transco Ltd., Shakti Sadan, Kotla Road, New Delhi 110002 Hiring of SAP Consultant Support services for Up gradation of ESS Portal and Annual Support for SAP system
  • 3. Tender No. T18P121601 Page 2 of 55 DELHI TRANSCO LIMITED WEB NOTIFICATION Open tender is invited in Two-Part Bid system (i.e.Technical bid and Price bid) by DGM (T) M&S, Ist floor pre fabricated building, Rajghat Power House, New Delhi 110002 from the experienced and reputed bidders/suppliers in the enclosed format. For details, please visit website of www.dtl.gov.in. Interested firms who fulfill eligibility criteria as per clause 2.29 may submit their bid in the office of: DGM (T) M&S Delhi Transco Limited Ist floor, Pre-fabricated building Rajghat Power House, New Delhi-110002 e-mail: dgmcontract.cmm@dtl.gov.in For any clarification/query you may contact office of DGM (T) M&S, Ist floor pre fabricated building, Rajghat Power House, New Delhi 110002, Phone/Fax No. 011-23251274 and e-mail on dgmcontract.cmm@dtl.gov.in. Tender Name Hiring of SAP Consultant Support services for Up gradation of ESS Portal and Annual Support for SAP system. Tender Enquiry No. T18P121601 Earnest Money (EMD) in Rs. Rs. 95,502.00/- Tender Cost Tender fee shall be Rs. 1000.00/- only in the form of DD/Pay Order in favour of DELHI TRANSCO LIMITED payable at New Delhi. Tender fees shall be non refundable. Estimated Amount (in Rs.) Rs. 47,75,068.50/- Completion Period As per clause 2.7 Offer Validity Minimum 120 days
  • 4. Tender No. T18P121601 Page 3 of 55 TENDER FORM /UNDERTAKING DGM(T) M&S , Delhi Transco Limited, Ist floor, pre fabricated building, Rajghat Power House, New Delhi 110002 Phone/Fax No. 011- 23251274 Dear Sir, I/we submit this online tender bid through e-procurement portal for the Hiring of SAP Consultant Support services for Up gradation of ESS Portal and Annual Support for SAP system as per schedule given in tender documents. I/We have thoroughly examined the terms and conditions given in the tender document and its annexure and agree to abide by them. I/We confirm that no other charges would be payable to me/ us except submitted price bid available with this tender at https://dtl.gov.in. I/We agree to hold the offer valid for acceptance up to 120 days from the date of opening and shall be bound by communication and acceptance Letter dispatched on or before the last-day of validity of offer. I / we further undertake that, this offer shall not be retracted or withdrawn by me/us after the opening of the tender. In the event of my/our tender being accepted for the whole or any part quantity, I/We, agree to furnish the required security deposit. Bank Guarantee/ FDR/ Bankers Cheque/ DD/ PO No………...……………… Dated ……/……/………… drawn on…………………………………………of Rs. ……………/- is being submitted as EMD in the office of DGM(T) M&S, Ist floor pre fabricated building, Rajghat Power House, New Delhi 110002 Phone/Fax No. 011- 23251274 at least one hour prior to tender opening schedule. (Required details as per clause 1.5.6 of tender document should be mentioned on the EMD envelope and the scanned copy of the EMD is to be attached to the tender document). In case EMD is in the form of BG, then it should be valid for minimum 240 days from date of opening. (BG validity less than 240 days shall not be accepted) and In case EMD is in the form of FDR, then its maturity date should be at least 240 days from date of opening. I/we have filled up Annexure-A and Pasted on the Bid Envelope. The following pages have been added to form of this tender i) ii)
  • 5. Tender No. T18P121601 Page 4 of 55 Yours faithfully, (Signature of Bidder) Place…………………………………… status/state of capacity on Date…………………………………… which the signatory is signing. Witness 1 Witness 2 Signature Name Address Name and address of the bidder ……………………………………………………………………………………………………… …...…………………………………………………………………………………………………… ……...………………………………………………………………………………………………… ………...
  • 6. Tender No. T18P121601 Page 5 of 55 Annexure Particulars to be mentioned by the bidder on the face of the Envelope ------------------------------------------------------------------------------------------------------------ To, The DGM(T)M&S, DTL, 1 st Floor, Delhi Transco Limited, Prefabricated building, Near HIMADRI, Rajghat Power House, Delhi-110002. ------------------------------------------------------------------------------------------------------------ Tender No : ______________________ Name/subject of work : _________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ Due date of opening of tender: _____________________ Bid Validity: 120 days Detail of Earnest Money (EMD) Details of tender fee (TF) Type of EMD (DD/BG/FDR/PO): ________________ Type of Tender fee (DD/PO): ____________ DD/BG/FDR/PO Number:_______________________ DD/PO Number:______________________ Amount:______________________ Amount:____________________________ Date of Issue :__________________ Date of Issue :________________________ Validity date (In case of BG/DD/PO):____________ Maturity Date (In case of FDR):_________________ Validity of DD/PO: ____________________ Bank Name :_________________________________ Bank Name :_________________________ In case of category under EMD exemption, then details of certificate with monetary limit.:______________________ ________________________________________________ Submitted By: Name of Bidder: .................................................................................. Address:............................................................................................................................................................ .......................................................................................................................................................................... Mobile: ......................................... Phone Office: .................................................. E-mail ID: …………………………………………………………………………………… -----------------------------------------------------------------------------------------------------------
  • 7. Tender No. T18P121601 Page 6 of 55 PART-1 SECTION-I INSTRUCTION TO BIDDER 1.1 GENERAL 1.1.1 The tender covers scope of work defined in tender documents. Tender shall be governed by the terms & conditions covered in Section II, III and IV. However, in case of any repetition / ambiguity in any clauses of NIT, the clause in SPECIAL TERMS & CONDITIONS OF CONTRACT shall prevail. 1.1.2 The Bidder shall be responsible for arranging and maintaining at his own cost all materials, tools and plants, facilities for workers and all other works required for the execution of the work unless otherwise specifically provided for in the contract documents. 1.1.3 Submission of tender by a Bidder implies that he has read this tender document and all other contract documents and has made himself aware of the scope of the work to be done and of conditions and rates at which stores, tools and plants etc. if any will be issued to him by Purchaser and local conditions and other factors having a bearing on the execution of the work. 1.2 AVAILABILITY OF TENDER DOCUMENTS 1.2.1 The tender documents can be downloaded from website of DTL i.e. https://dtl.gov.in. However web-notification / corrigendum/ addendum will also be available on website of Purchaser i.e.www.dtl.gov.in. The offer will only be considered if the prospective bidder submits the tender strictly in two-part bid system as described in clause 1.3. 1.2.2 The tender documents downloaded from DTL website shall be submitted by Bidder strictly after filling the rates in the prescribe schedule of items/price bid available with tender document. 1.2.3 The Bidder shall submit his offer manually under two part bid system-Technical & Financial package. Each tender shall contain two packages, i.e. TECHNICAL PACKAGE and FINANCIAL PACKAGE and it will be submitted in the office of DGM (T) M&S Delhi Transco Limited Ist floor, Pre-fabricated building Rajghat Power House, New Delhi-110002. 1.3 SUBMISSION OF TENDER 1.3.1 The Bidder shall submit his offer manually under two part bid system-Technical & Financial package. Each tender shall contain two packages, i.e. TECHNICAL PACKAGE and FINANCIAL PACKAGE. TECHNICAL PACKAGE (ENVELOPE I): It should contain all the documents as detailed under clause 1.4 below. The stamped and signed copy of the NIT along with supporting documents should be kept in this envelope. Any misrepresentation/falsification of facts by the bidder in the bidding process will result in immediate disqualification and DTL’s decision in this regard will be final, conclusive and binding. EMD and TENDER FEE should be kept in this envelope. The
  • 8. Tender No. T18P121601 Page 7 of 55 envelope must be sealed and “Annexure” at page 5 duly filled is to be put on the face of ENVELOPE - I only. FINANCIAL PACKAGE (ENVELOPE II): It should contain financial bid only. Format of Financial Bid is given at Section-V. The envelope must be sealed and the following particulars shall be clearly mentioned on the sealed ENVELOPE-II  Financial Bid :  Name of work : Hiring of SAP Consultant Support services for Up gradation of ESS Portal and Annual Support for SAP system  Tender Number :  Validity period of submitted offer :  Full Name and Address of the Bidder : 1.3.2 Both the envelopes should be addressed to :- DGM (T) M&S, Delhi Transco Limited Ist floor pre-fabricated building, Rajghat Power House, New Delhi 110002. 1.3.3 The Tender is liable to be ignored, if incomplete information or superfluous information not called for in the invitation to tender is given or if particulars asked for in the tender form are not fully furnished. 1.3.4 All Bidders must indicate the capacity and the authority of the individual signing the tender. It must be declared whether the individual is legally competent to enter into the contract or not. 1.3.5 The submission of tender will cease after the submission/opening deadline. 1.3.6 If the Bidder is an Ex-employee of Purchaser, the details of employment & date of leaving Purchaser be mentioned in offer. 1.3.7 If the Bidder is related to any person who is employee in Purchaser, the full particulars of concerned person & relationship should be mentioned in the offer. 1.3.8 Tender must be submitted manually, completely filled in all respect. The tender documents so filled should be in the same format as given by Purchaser. No changes are allowed to be made in the format of these documents. Any further Particulars, desired to be submitted should be given in a covering letter along with the tender (to be attached online to the tender document), explaining briefly the salient points not otherwise covered in the tender specifications and this attachment has to be clearly mentioned in the tender form/undertaking. 1.4 DOCUMENTS TO BE SUBMITTED WITH THE TENDER WHILE BIDDING 1.4.1 TECHNICAL PACKAGE contain copy of documents clearly indicating details of EMD and other information required as per eligibility criteria as given below:- (a) Bank Guarantee/FDR/Bankers Cheque/DD/PO of Earnest money and tender fee. (b) Copy of work done in departments as mentioned in 2.29.1 (a). (c) Copy of GSTIN registration certificate and deposit of GST with the Govt. Deptt. (Within past one year from the date of bid opening). (d) Copy of PAN No.
  • 9. Tender No. T18P121601 Page 8 of 55 (e) Copy of EPF registration along with A/c. No (receipt with regard to the PF deposited with the office of EPFC) (within past one year from the date of bid opening). (f) Deleted. (g) In support of meeting the Qualifying Requirement, in line with clause 2.29.1 (a) & (b), the Bidder must provide online relevant information as per format given annexure along with scanned copy of documentary evidence duly certified by Chartered Accountant. (h) Copy of Annexure-I, II, III, IV, V, VI and X. (i) Copy ESIC registration and deposit of ESI with the Govt. Deptt. (Within past one year from the date of bid opening). (j) Copy of duly filled tender form/ undertaking which is readily available in the tender document. (k) Copy of balance sheets and profit & loss sheets in reference to financial details for last three years counter signed by the bidder and duly certified by Chartered Accountant as per clause-2.29.1 (b). (l) Copy of SAP Authorization letter of the bidder and Copy of SAP certification of consultants. 1.5 EARNEST MONEY AND TENDER FEE 1.5.1 Earnest Money is to be deposited in the form of Bank Guarantee/FDR/Bankers Cheque/DD/PO (Bank Guarantee should be issued from scheduled bank only). The detail of EMD should be written on the envelope clearly mentioning Tender no., Name of work, Validity of offer, Amount, DD/PO/FDR/ Bankers Cheque /Bank Guarantee number and date, name of Bank, Name of bidder, Due date of opening. No other mode is acceptable. Tender fee shall be of Rs. 1000.00/- only in the form of DD/Pay Order in favour of DELHI TRANSCO LIMITED payable at New Delhi. EMD,Tender fee and Annexure – X (GST Registration Details) shall be submitted as prescribed in the clause 1.3 of Part-I .Tender fees shall be non refundable. 1.5.2 In case EMD is in the form of BG (Bank Guarantee), then it should be valid for minimum 240 days from date of opening, B.G. Performa for EMD enclosed as Annexure-VII. In case EMD is in the form of FDR, then its maturity date should be at least 240 days from date of opening. 1.5.3 Original EMD document (BG/FDR/Bankers Cheque /DD/PO) and tender fee document has to be submitted with the tender document in a sealed envelope as per directions pointed out at clause No. 1.3 (submission of tender) at the office of DGM(T) M&S , Ist floor pre-fabricated building, Rajghat Power House, New Delhi 110002 Phone/Fax No. 011- 23251274 at least one hour before the tender opening deadline, otherwise the offer will be rejected 1.5.4 Earnest money is to be submitted by all Bidders, whether with Purchaser or other bodies, except NSIC certificate where Govt. has exempted certain classified bidders like small scale enterprises etc. Monetary limit should be greater than the estimated cost of the tender. However the requisite document to be submitted along with its information on the face of envelope. 1.5.5 Deleted. 1.5.6 The following particulars shall be clearly mentioned on the sealed envelope containing the EMD and Tender Fee failing which the offer may be summarily rejected and the bid will not be considered :-
  • 10. Tender No. T18P121601 Page 9 of 55  Name of work,  Tender Number,  Due date of opening,  Validity period of submitted offer.  Detail of Earnest Money & Tender Fee given as under: “BG/DD/PO/FDR no, Date, Amount (in Rs), Name of issuing Bank, maturity date of FDR” – EMD “DD /PO no. , Date, Amount (Rs), Name of issuing Bank” –Tender Fee Full Name and Address of the Bidder.  Details of NSIC certificate, if submitted 1.5.7 i) Earnest money of all the unsuccessful Bidders will be refunded after finalization of the bids. ii) If the successful Bidder withdraws his tender with in validity period of 120 days or makes any modification in terms and conditions of tender which are not acceptable to Purchaser, the Purchaser shall without prejudice to any other right or remedy, be at liberty to forfeit the entire amount of the EMD. iii) Fresh earnest money should be deposited in each case. No request for adjustment of Earnest money from any amount pending with the company/Undertaking shall be considered. The EMD of one tender case shall not be transferred / adjustable towards other tender However, on re-tender of the same case the EMD shall be adjustable. 1.6 FORMAT AND SIGNING OF TENDERS 1.6.1 If the tender is submitted by a proprietary firm it shall be signed by the proprietor above his full name and the full name of his firm with its current address. 1.6.2 If the tender is submitted by a limited company or a limited corporation, it shall be signed by a duly authorized person holding the power of attorney for the firm. A certified copy of the power of attorney shall accompany the tender. 1.6.3 All amendments/corrections shall be initialed by the person or persons submitting the tender. 1.6.4 All witnesses and sureties shall be persons of status and probity and their full names, occupations and addresses shall be written below their signatures. 1.7 VALIDITY OF TENDERS 1.7.1 A tender shall remain open for acceptance for a period of 120 days from the date of opening of part-I (Technical part) of tenders or till such time up to which extension of validity has been agreed. If a bidder is notified during this 120 days or extended period that this tender has been accepted, he shall be bound by the terms of the agreement of his tender till such agreement is replaced by a contract as stated in clause 1.17 below, If a day up to which the offer is to be remain open has been declared to be closed/holiday for Purchaser the offer shall remain open for acceptance till the next working day, The tender with shorter validity is liable to be ignored and may not be opened. 1.8 WITHDRAWAL OF TENDERS & SUBMISSION OF ANOTHER TENDER 1.8.1 The Bidder cannot withdraw his tender, before the due date of opening. If the Bidder wants to submit another tender, may do so within due date along with a cover letter mentioning the same. Such tender should be complete in all respect. In such cases, the earlier offer will not be opened. In case, the Bidder revises, withdraws or amends without the written consent of the Purchaser, his tender after the date of opening, the earnest money deposited by the Bidder shall be forfeited in full or part thereof. If the party is
  • 11. Tender No. T18P121601 Page 10 of 55 registered with the Purchaser/ Delhi Govt, their registration may be cancelled with forfeiture of security deposit in such event. 1.9 PRICE 1.9.1 The bidder must fill the price bid/schedule available along with the tender document. 1.9.2 The price should be exclusive of GST and GST will be paid as applicable at the time of billing. If vendors do not quote the rates exclusive of GST then their bids will not be accepted. 1.9.3 The rates shall be treated as per unit (as stated in the schedule). 1.9.4 The prices quoted must be firm and as per unit as stated in the schedule after deducting cash discount, if any. 1.9.5 The GST will be paid actual at the time of billing, subject to submission of the documentary evidence indicating the said taxes paid by the contractor and GST credit is transferred to the Employer. 1.10 GSTIN REGISTRATION CERTIFICATE AND PAN NO. 1.10.1 The Bidder must attach to the tender scanned copy of GSTIN registration certificate. Bidder must also attach to the tender scanned copy of PAN No. issued by I.T. Deptt. 1.11 ELECTRICAL LICENSE 1.11.1 Deleted. 1.12 EPF AND ESI REGISTRATION CERTIFICATE 1.12.1 The Bidder must attach to the tender scanned copy of EPF and ESI Registration Certificates from the EPF and ESI Deptt. The Bidder is also required to attach to the tender scanned copy of latest receipt with regard to the EPF and ESI deposited with the office of EPF and ESI for their employees deployed to execute the contract work along with the employees’ share latest receipt (within past one year from the date of bid opening). 1.13 TENDER OPENING AND EVALUATION 1.13.1 The Employer/Engineer will open the Technical Package, on scheduled date & time as mentioned in tender document. If such nominated date for opening of Tender is subsequently declared as a Public Holiday by the Employer, the next official working day shall be deemed as the date of opening of Technical Package. The Tender of any Bidder who has not complied with one or more of the tender instructions may not be considered. 1.13.2 Technical Package of the Tender will be opened and submitted to tender committee for scrutiny. 1.13.3 Date of opening of financial package will be intimated to qualified bidders. Financial package of techno commercially qualified bidders will be opened with prior intimation and interested bidders who have participated in the bidding can attend the opening. 1.14 PROCESS TO BE CONFIDENTIAL 1.14.1 Except the public opening of tender, information relating to the examination, clarification, evaluation and comparison of tenders and recommendations concerning the award of Contract shall not be disclosed to Bidder or other persons not officially concerned with such process. 1.14.2 Any effort by a Bidder to influence the Purchaser/Engineer in the process of examination, clarification, evaluation and comparison of tenders and in decisions concerning award of contract, may result in the rejection of the tender.
  • 12. Tender No. T18P121601 Page 11 of 55 1.15 ACCEPTANCE OF TENDERS 1.15.1 The purchaser is not bound to accept the lowest tender or any other tender and to assign any reason for rejection of any or all the tenders. The purchaser also reserves the right to accept either the whole or part of the tender. 1.15.2 The purchaser reserve the right to place the order for different items against one tender to different parties on their lowest quoted/ computed rates. 1.15.3 Printed terms and conditions of the Bidder will not be considered as forming part of the tender. In case of any terms and conditions of the contract applicable to the invitations to tenders are not acceptable to the Bidder. They should clearly specify deviation in their tenders. The purchaser may not consider the tender with such deviations. If nothing otherwise is mentioned it will be assumed that these conditions are acceptable to tender. 1.16 COMMUNICATION OF ACCEPTANCE 1.16.1 Acceptance of work rates by the Purchaser will be communicated through E- mail/Fax/Regd. A/D/speed post letter or acceptance letter (i.e. letter of intent) or formal purchase/work order. In case the acceptance is communicated by E-mail/Fax /Regd. A/D/speed post letter, the formal work order will be forwarded to the supplier as soon as possible and the instructions contained in the acceptance letter should be acted upon immediately. Posting of L.O.I. even on the last day of validity of offer shall be binding upon the bidder. 1.17 EXECUTION OF CONTRACT AGREEMENT 1.17.1 The successful Bidder shall have to execute an agreement. The draft language for contract agreement shall be as per Annexure-VIII. The contract agreement shall have to executed within 07 days of the receipt of the LOA/LOI. 1.18 SECURITY DEPOSIT FOR DUE FULFILMENT OF CONTRACT 1.18.1 The successful Bidder shall have to deposit the security @ 5% of the ex-works value for the proper Performance of the contract within 30 days of receipt of Purchase Order, failing which a penalty of 0.05 % per week subject to maximum of 2 % of ex-works cost shall be levied. 1.18.2 The security amount is to be deposited in the form of DD/Pay order/Bank Fixed Deposit / B.G. drawn in favour of DELHI TRANSCO LIMITED valid upto two months after guarantee period. No interest shall be paid on this amount. Maturity date of FDR should be two months after completion / guarantee period. 1.18.3 The security amount in whole or any part thereof is liable for forfeiture in case of un- satisfactory execution or bad supplies. 1.18.4 The security amount shall be refunded after guarantee period or extension if any thereof. 1.19 QUANTITY VARIATION 1.19.1 During the execution of contract, the Purchaser reserves the right to increase or decrease the quantity of any works under the contract unlimitedly as per Purchaser requirement, but without any change in unit price or other terms & conditions. 1.19.2 The overall value of contract can vary up to + 25/-5% of the ordered value. 1.20 PURCHASER’S RIGHT TO ACCEPT ANY TENDER AND TO REJECT ANY OR ALL TENDERS. 1.20.1 The Purchaser reserves the right to accept or reject any tender, and to annul the tender process and reject all tenders, at any time prior to award of contract. However, on re- tender of the same case the EMD shall be adjustable.
  • 13. Tender No. T18P121601 Page 12 of 55 1.21. GST PROVISION 1.21.1 In the schedules, Bidder shall give the required details and a break-up of their price considering and taking into account the Input Tax Credit (ITC) as may be available under the Goods and Services Tax (GST) Laws and Regulations. Taxes, duties and levies as per GST Rules in respect of transactions between the Employer and the Contractor shall not be included in the base price but shall be quoted separately. The price quoted in respect of all items in the above schedule shall be excluding GST applicable on transaction between the Employer and the Contractor. 1.21.2 In case the taxes, duties and levies as per GST Rules on transactions between employer and the contractor is covered under the Reverse Charge provisions full tax has to be stated/mentioned in the quoted prices/bid. However, where the Reverse Charge Mechanism provisions are applicable, DTL shall not pay the applicable tax amount to the contractor and will deposit directly to the Govt. treasury. 1.21.3 To facilitate the bidders, Employer has indicated an HSN/SAC code and rate of GST against each item in the Price Schedule. It shall entirely be the responsibility of the bidder to check the HSN/SAC code and rate of GST given against each item. The bidder may either confirm the HSN and rate of GST or if the bidder opts to classify the item in question under a different HSN/SAC code or opts to indicate a different rate of GST, bidder may indicate the same in the columns provided. The bidders shall solely be responsible for HSN/SAC classification and the rate of GST for each item. Employer’s liability for reimbursement of GST shall be GST applicable at the rate as confirmed/deemed confirmed in the bid and as accepted by the employer. 1.21.4 The Input Tax Credit (ITC) available, if any, under the GST law as per the relevant Government policies wherever applicable shall be taken into account by the Bidder while quoting bid price. 1.21.5 Taxes, duties and levies as per GST Rules payable on all goods including bought out items which is to be mentioned by the bidder separately. Taxes, duties and levies as per GST Rules which is incidental to the delivery of goods at the final destination site which is to be mentioned by the bidder separately. 1.21.6 In respect of transactions between the Employer and the Contractor, the base price is inclusive of all cost as well as duties and tax (custom duties & levies, Taxes and duties as per GST Rules) paid or payable on components, raw materials and any other items used /incorporated or to be incorporated in the Plants & Equipments and other final goods & services to be supplied by the contractor under the proposed contract. No separate claim shall be paid by the Employer for taxes and duties included in respect of these items stated herein. 1.21.7 The bidder shall comply with the provision of section 171 of the GST Act, 2017 and all the benefits accrued to him on account of any reduction in rate of tax on any supply of goods or services will be supplied to DTL under this Tender will be passed on to Delhi Transco Limited by way of commensurate reduction in the prices. In future, if anything found contrary, the bidder will be accountable for any contravention of the law and shall indemnify Delhi Transco Limited for the loss suffered on account of not passing the aforesaid benefit. 1.21.8 The Input Tax Credit (ITC) available, if any, under GST as per the relevant Government laws wherever applicable has been taken into account by the Contractor. Reimbursement of GST by the Employer shall be at the rate applicable on the HSN/SAC of the goods/ services supplied by the Contractor to the Employer as mutually agreed upon. The payment of GST on advance payment shall be against Invoice/Debit Note containing particulars specified under the GST Act and related Rules, Notifications, etc as notified
  • 14. Tender No. T18P121601 Page 13 of 55 by the Government in this regard. In the event that the Contractor fails to provide the invoice in the form and manner prescribed under the GST Act and Rules, the Employer shall not be liable to make any payment against such invoice. GST payment against Advance payment shall be against a proforma invoice. Further, the Contractor shall, within 7 days from the date of receipt of Advance, furnish an Advance Receipt Voucher to the Employer, as prescribed under the GST Law. The Contractor shall comply with all tax laws in force in India. The Contractor shall indemnify and hold harmless the Employer from and against any and all liabilities, interest, damages, claims, fines, penalties and expenses of whatever nature arising or resulting from the violation of such tax laws by the Contractor or its personnel, including the Subcontractors and their personnel. 1.21.9 Taxes, duties and levies as per GST Rules for the goods & Services under ‘transactions’ between contractor & Employer for destination site/state shall not be included in the base price. These amounts will be payable (along with subsequent statutory variation if any) on the supplies made by the Contractor, subject to submission of the documentary evidence indicating the said taxes paid by the contractor and GST credit is transferred to the Employer. But the amount of said taxes shall be limited to the tax liability on the transaction between the employer and the Contractor only. However, Employer will not bear any upward variation in GST rate due to change/disputes in classification relating to HSN/SAC code as quoted by the bidder at a later stage. Employer shall, however, deduct such taxes at source as per the rules and issue Tax Deduction at Source (TDS) Certificate to the Contractor as per the said rules. 1.21.10 For payment in respect of dispatches made directly from Contractor's works, Tax invoices raised by the Contractor shall be accepted as documentary evidence and for payment of GST. The amount of GST as stated in Tax invoice will be paid only after the GST credit is transferred to the Employer. However, the employer from time to time may also verify the payment / deposit of various taxes by the contractor, which the later has already claimed and charged in the previous invoices from the employer against the aforesaid transactions between employer and the contractor. 1.21.11 In case of Contract for domestic supplies and services, the Contractor shall be entirely responsible for payment of all taxes, duties, license fees and other such levies legally payable/incurred until delivery of the contracted supplies to the Employer. If it is statutory requirement to make deductions towards such taxes and duties or any other applicable taxes and duties, the same shall be made by the employer and a certificate for the same shall be issued to the Contractor. 1.21.12 The Contractor shall be solely responsible for its Income Tax liabilities and for taxes that may be levied on the Contractor's persons or on earnings of any of his employees and shall hold the employer indemnified and harmless against any claims that may be made against the Employer. The Employer does not take any responsibility whatsoever regarding taxes under Income Tax Act, for the Contractor or his personnel. If it is obligatory under the provisions of the Income Tax Act, deduction of Income Tax at source shall be made by the employer. 1.21.13 The bidder shall quote separately the Taxes, duties and levies as per GST Rules for the portion of supply of the goods & Services in Employer’s country, as applicable in their quoted bid price and Employer would not bear any additional liability on this account except as stated in the bid. Employer shall, however, deduct such taxes at source as per the rules and issue Tax Deducted at Source (TDS) Certificate to the bidder as per prevailing tax laws applicable to the contract. 1.21.14 In respect of raw materials, intermediary components etc forming part of base price of goods & services supplied under the contract, neither the employer nor the Contractor
  • 15. Tender No. T18P121601 Page 14 of 55 shall be entitled to any claim arising due to increase or decrease in the rate of Tax, introduction of a new Tax or abolition of an existing Tax in the course of the performance of the Contract. However, Employer will not bear any upward variation in GST rate due to change/disputes in classification relating to HSN/SAC code as quoted by the bidder at a later stage. 1.21.15 Taxes & Duties in respect of transaction between Employer and the Contractor as applicable for destination site/state on all items of supply including bought-out finished items (as identified in the Contract), which shall be dispatched directly from the sub- vendor’s works to the Employer’s site will be paid after each shipment against documentary evidence. This payment shall be released by Employer directly to the Contractor against invoices to be submitted by the Contractor. 1.21.16 Contract Price and Terms of Payment of the Contract Agreement is based on the taxes inclusive of duties, levies and charges prevailing at the date seven (07) days prior to the last date of bid submission. If any rates of Tax are increased or decreased or, a new Tax is introduced, or/an existing Tax is abolished in the course of the performance of the Contract, which was or will be assessed on the Contractor in connection with performance of the Contract, an equitable adjustment of the Contract price shall be made to take into account any such change by addition to the Contract price or deduction there from, as the case may be (changes in law & regulations) hereof. However, these adjustments would be applicable to all transactions between the employer and the Contractor for which the taxes and duties are reimbursable by the Employer as per the Contract. These adjustments shall not be applicable on procurement of raw materials, intermediary components etc by the Contractor.
  • 16. Tender No. T18P121601 Page 15 of 55 SECTION-II CONDITIONS OF CONTRACT 2.1 In construing these general conditions and specification the following words shall have the meaning here in assigned to them unless there is something in the subject or the context in consistent with such constructions.  “Purchaser” shall be the C.M.D. (Delhi Transco Limited) and shall include its legal personal representative /successors and assignees.  The ‘bidder’ shall mean the Bidder whose tender shall be accepted by the Purchaser and shall include legal Personal representatives, successors and assignees.  The ‘Sub-Bidder’ shall mean the person named in the contract for any part of the work or any person to whom the part of the contract has been sublet with the consent in writing of the Purchaser.  The ‘Contract’ shall mean to include NIT, schedule, drawings, correspondence with bidders and/or process as agreed between the parties.  ‘Month’ shall mean calendar Month.  ‘Writing’ shall include any manuscript, type written or printed statement under or over signature or seal as the case may be.  ‘Person’ shall include firms, company, Corporation and Municipalities. Word imparting the singular only shall also include the plural and vice-versa where the context so required.  “Site” shall mean the site of Purchaser as may be specified in the contract.  ‘Specifications’ shall mean the specifications as annexed here to and such other drawing and details as may be agreed to mutually. 2.2 SCOPE OF CONTRACT 2.2.1 After the tender is accepted all orders/ instructions to the bidder shall be given by the purchaser. The detailed scope of work is available at clause 4.20. 2.2.2 The bidder shall be deemed to have carefully examined the specification of tender and also to have satisfied himself as the nature and character of the work to be executed and the necessities of the site conditions and other relevant material and details. Any information, thus had or otherwise obtained from the Purchaser/Purchaser shall not in any way relieve him to work in terms of this contract. 2.3 CONTRACT SPECIFICATIONS 2.3.1 The contract shall include the subject work. 2.3.2 Specification/Configuration of existing SAP system is given at Clause 4.21 and Annexure-C to F. Bidder shall execute the work as per relevant standards/Purchaser specifications to the satisfaction of engineer in-charge. Bidder shall submit details before the commencement of the work under the contract. Any deviation in the work due to in- correct specifications although approved by the Purchaser shall not release the bidder from his obligations of supplying the correct material & performing the works. 2.4 SUB-CONTRACTING OF CONTRACT 2.4.1 The bidder shall not unreasonably with hold, assign or sub-contract his contract or any substantial part thereof, without the written consent of Purchaser. Such sub-contracting shall not in any way be interpreted as releasing the contract or from his liability & obligations under the contract.
  • 17. Tender No. T18P121601 Page 16 of 55 2.5 POWER TO VARY OR OMIT WORK 2.5.1 No alteration, amendments, omissions, additions, suspensions or variations of the work/supply under the contract as shown by the contract specifications shall be made by the bidder except when directed in writing by the Purchaser. 2.6 CONTRACT PRICE 2.6.1 The supplier/bidder shall give details in the price bid available with this tender document at Section – V Price Schedule. 2.6.2 The contract prices shall be payable in the legal currency of the country. 2.7 COMPLETION PERIOD 2.7.1 The work / activities specified in scope of work from part - I to part - V at clause 4.20 in all the three tier landscape (DEV,QAS & PRD) shall have to be completed within 03 months from the date of award of contract. 2.7.2 The period of annual SAP support services (50 man days ) as specified at part VI shall be for a period of one year from award of contract. 2.7.3 The contactor is required to attend the work within stipulated time notice/intimation from the site in charge through Fax/e-mail/telephone or in person, in case non compliance of this clause, the work shall be got carried out at the risk & cost of contactor beside deduction of penalty. No liability shall however be attached to the bidder, if he satisfies the Purchaser that the commissioning/completion of project is tendered impossible or delayed by reason of abnormal political conditions or any act of the government as in conditions of 2.8 below. 2.8 EXTENSION TIME FOR COMPLETION AGAINST FORCE MAJEURE CONDITIONS 2.8.1 Should progress work be delayed due to force majeure conditions that is by strike, lock- outs, fire, accident, flood, war, shortage of power and embargo, any act of God or any other causes beyond the control of the bidder and whether such delay or impediment occur before or after the time for completion a reasonable extension of the time shall be granted by agreement between the parties, provided that the delays and its causes have been notified by the bidder at the time of occurrence of the cause of delay. 2.9 LIQUIDATED DAMAGE 2.9.1 If the contractor fails to respond within stipulated time notice from the site in-charge for carrying out the work within the time fixed or extension thereof if any, granted under Clause 2.8 as above, a penalty of 0.5% per week for the period of delay subject to maximum of 10% of total value of the work order would be levied on the contractor. It may clearly be noted that penalty as per above percentage will be levied in full for the total contract value and not for the balance portion of the work since delayed completion of the work affects the availability/reliability of entire system. The amount of penalty can be recovered from any other contract for any amount due to the contractor from DTL. 2.10 BIDDER’S REPRESENTATIVE 2.10.1 The bidder shall depute authorized representative or assign this job to Supervisor for execution of the contract, who shall be available for communication during any time, The representative shall represent the bidder in his absence and all directions given to him shall be binding on the bidder. All the work to be executed, shall be carried out in presence of the bidder or the person authorized by the bidder who must be technically sound for carrying the technical works.
  • 18. Tender No. T18P121601 Page 17 of 55 2.10.2 On acceptance of the tender, the name of the accredited representative(s) of the bidder who would be responsible for taking the instructions from Engineer-in-Charge shall be communicated to the Engineer-in-Charge or his authorized representative. 2.11 RISK & COST 2.11.1 The work shall be completed satisfactorily and within the specified period specified in the order, failing which the Purchaser reserves the right to get the work done from other sources at the sole risk and cost of the supplier/bidder and the differential cost will be recovered from the bidder. 2.11.2 If on checking, testing and using, the work/supply proves to be defective or fails to fulfill the guarantee performance of the contract as specified by him, the bidder shall have to make good the defects at his costs. If the bidder fails to do so the Purchaser may arrange supplies/works at the cost of the bidder. 2.11.3 Where works/supply are not done according to specifications and it is decided to retain the inferior works/supply at the discretion of the Purchaser, the intimation thereof shall be conveyed to the bidder. The rejected work shall be improved free of cost at site within 7 days of intimation from Purchaser failing which the cost of such work shall be recovered from any amounts due to the bidder. 2.11.4 In case there is no improvement in the proper execution of the order as per terms and conditions of the contract the Purchaser reserves the right to cancel the order after serving 15 days written notice to bidder and no claim for damages will be entertained. 2.12 DEDUCTION FROM CONTRACT PRICES (RECOVERIES) 2.12.1 The bidder shall be liable for any loss or damage, which Purchaser may sustain in consequence of default or negligence on the part of bidder or his servants or agents in the execution of the contract. If the bidder fails to perform the contract and to observe all or any of the conditions of contract, Purchaser shall be at liberty to cancel the contract and to declare forfeiture of the security deposit or part thereof as compensation towards all or any of the losses of damages suffered by Purchaser and other sum which Purchaser considers necessary as due to cover the losses etc. 2.12.2 All costs, damages or expenses, which the Purchaser may have incurred shall be deducted and recovered from the bidder by the Purchaser from money due or becoming due to the bidder from the Purchaser by action of law or otherwise. 2.12.3 In the event of recovery of the necessary extent becoming impossible, owing to in- sufficient security money and otherwise held amounts, the balance due to the Purchaser may be recovered in any way the Purchaser may deem fit. 2.13 TERMS OF PAYMENT 2.13.1 Payment Terms of Part -I to Part – V of price bid : The payment/charges of part –I to part – V shall be payable after completion of the work as described in the part -I to part - V and in accordance with the scope of work subject to satisfactory performance. 2.13.2 Payment Terms of Part -VI of price bid : The payment of Part-VI shall be made in accordance with the number of man days utilized in successful completion of the work assigned. The number of man days utilized in the assigned work shall be mutually agreed by DTL and the contractor before the start of the work 2.13.3 All payments shall be made by DTL through Electronic Clearing System (ECS) after making statutory deductions like TDS, govt. taxes, WCT, Recoveries etc as per rules.
  • 19. Tender No. T18P121601 Page 18 of 55 2.13.4 The contractor shall submit bills in triplicate with supporting documents in the office of concerned Manager (Technical)B&H, DTL. For this Contractor have to provide their bank account 2.14 RATES/ PRICE BID 2.14.1 All rates shall be quoted in the price bid for the prescribed schedule of items. The amount for each item should be worked out and requisite totals given excluding of GST and levies applicable at the time of quote. Special care should be taken to write the unit rates in figure as well as in words, in such a way that interpolation is not possible. In case of figures, the words ‘Rs.’ should be written before the figure of Rupees and word ‘p’ after the decimal figures, e.g. ‘Rs. 2.15p’ and in case of words, the word, - ‘Rupees’ should precede and the word ‘Paise’ should be written at the end. Unless the rate is in whole rupees and followed by the word ‘only’ it should invariably be up to two decimal places. 2.14.2 While quoting the rate in schedule of quantities, the word ‘only’ should be written closely following the amount and it should not be written in the next line. 2.14.3 In the case of Item Rate Tenders, only quoted rates for each item shall be considered. Any tender containing percentage below/above the rates quoted is liable to be rejected. Rates quoted by the bidder in item rate tender in figures and words shall be accurately filled in so that there is no discrepancy in the rates written in figures and words. 2.14.4 However, if a discrepancy is found, the rate that will correspond with the amount worked out by the bidder shall, unless otherwise proved, be taken as correct. If the amount of an item is not worked out by the bidder or it does not correspond with the rates written either in figures or in words then the rates quoted by the bidder in words shall be taken as correct. Where the rates quoted by the bidder in figures and in words tally but the amount is not worked out correctly, rates quoted by the bidder will unless otherwise proved be taken as correct and not the amount. 2.14.5 Arithmetical errors will be rectified on the following basis: 2.14.5.a If there is a discrepancy between the unit price and the total price, which is obtained by multiplying the unit price and quantity, or between subtotals and the total price, the unit or subtotal price shall prevail, and the total price shall be corrected. 2.14.5.b If there is a discrepancy between words and figures, automatically corrected amount shall prevail. 2.14.5.c If the bidder does not accept the correction of errors, its bid will be rejected and bid security will be forfeited. 2.14.6 The bidders are requested to carefully fill the Part-II (Price schedule). The bidder is required to fill all the elements of cost & GST as applicable if it is intended by the bidder to claim the same as the part of the price bid. In case any column /row/box relating to cost & GST are left blank by the bidder, no claim of costs and /or GST against the same shall be allowed in the bid prices and total bid price shall be determined treating the same as NIL. 2.15 GUARANTEE 2.15.1 The Bidder shall guarantee that the workmanship are the best of their respective kinds for the work. There is no defect/error in workmanship. 2.15.2 Guarantee, as required, shall be furnished by the Bidder upon forms approved by the Engineer in- charge and shall be signed by Bidder whose work is involved. 2.15.3 The work shall be carried out strictly as per specifications of various equipments manuals. These specifications assume proper degree of skill upon the part of all Bidders and workmen employed. The Bidder shall consult with the Engineer, whenever, in his
  • 20. Tender No. T18P121601 Page 19 of 55 judgment variations in the work of construction or in the quality of materials would be beneficial or necessary to fulfill the guarantees called for. Such variations may be made by the Bidder only when authorized by the Engineer in writing. 2.15.4 The Bidder shall provide a guarantee to remedy any defects at his own cost in his work due to faulty workmanship, which shall appear within the time specified. The Bidder shall remedy such defects within a reasonable period of time. 2.15.5 Bank Guarantee against security shall be released after completion guarantee period or extension if any thereof. 2.16 BIDDER LIABLE FOR DAMAGE DONE AND FOR IMPERFECTIONS, NOTICED WITHIN THE CONTRACT PERIOD 2.16.1 If the Bidder or his working people or servants shall break, deface, injure or destroy any part of building in which they may be working or any building, road, road-curve fence, enclosure, water pipe cables, drains, electric or telephone post or wires, trees, grass or grass land or cultivated ground continuous to the premises on which the work or any part of it is being executed or if any damage shall happen to the work while in progress from any cause whatever or if any defect or other faults appear in the work within the guarantee as in clause-2.15 after the certificate of completion which shall have been given by the Engineer-in-Charge as aforesaid for the losses arising out of defective or improper workmanship, the Bidder shall upon a receipt of notice in writing on behalf of Purchaser, make the same good at his own expense, or the Engineer-in-Charge may cause the same to be made good by other workmen and deduct the expenses from any sum that may then, or at any time thereafter become due to the Bidder or from his security deposit for the performance bond or proceeds of sale thereof or of a sufficient portion thereof. The security deposit of the Bidder shall not be refunded before the expiry of the period of guarantee specified in clause-2.15. If the period of guarantee of any individual item(s) of work is extended in terms of clause-2.15 following the remedying of the defect in that item (s) of work, the Engineer-in-Charge shall retain 10% of value of such individual item (s) worked out of the security deposit. 2.17 REGULATION OF LOCAL AUTHORITIES 2.17.1 The Bidder shall throughout the continuance of the contract and in respect of all matter arising in the performance thereof, comply, with all notices and obtain consent for way leaves approvals as shall be applicable to the work. 2.18 ARBITRATION 2.18.1 In case of dispute, question or controversy the settlement of which is not specifically provided between DTL and the Supplier/ Contractor relating to this order / contract or any clause contained or the construction or the portion of the same or the right or duties or liabilities of either party, the matter in dispute shall be referred to the arbitration of CMD (Chairman & Managing Director), DTL or his nominees. His/Their decision shall be final and binding on both the parties. The provision of Indian Arbitration act, 1996 as amended from time to time shall apply to such arbitration proceedings. Arbitration proceedings shall be held at Delhi and only Delhi courts will have Jurisdiction in the matter. It will not be open to the contractor/supplier to object to the appointment of CMD, DTL or his nominee as arbitrator on the grounds that he is an officer of the Board or has dealt with the matter in question in the course of his duties or has expressed his views on all or any matter in dispute. Work under this order/contract shall continue notwithstanding the existence of any such dispute/question/controversy during the arbitration proceedings and the payment due or payable by DTL to the contractor shall not be withheld on
  • 21. Tender No. T18P121601 Page 20 of 55 account of such proceedings unless such payments are the direct subject of such arbitration proceedings. 2.19 CONSTRUCTION OF CONTRACT 2.19.1 The contract shall in all respects be construed and operate in conformity with the view of the Indian Union and all payment there under shall be made on Indian Rupee unless otherwise provided in the matter/ contract. 2.19.2 The charges in respect of getting and executing of the contract documents shall be borne by the bidder. The bidder shall be furnished with a stamped counterpart of the agreement. 2.20 PATENT 2.20.1 In the event of any claim demand being made or action being brought against the Purchaser for infringement or alleged infringement of letter’s patent/ License Agreement in respect of any machine plant, computer hardware/software / works or thing used or supplied by the bidder under this contract or in respect of any method used or worked or handed over by the bidder, the Purchaser shall notify the bidder immediately any claim made and bidder shall be at liberty if he so desires with the assistance of the Purchaser, if required but at the bidder’s own expenses to conduct all negotiations for settlement of the same or by litigation that may arise there from and provided that no such machine plant/computer hardware / software / works or things shall be used by the Purchaser for any purpose or in any manner other than that for which they have been supplied by the bidder and specified under this contract. 2.21 LIABILITY FOR ACCIDENT & DAMAGES 2.21.1 The bidder shall be responsible for the loss/damages or depreciation to the work/works upto completion of work at site. The Purchaser in accordance with the contract shall issue report of damages or loss within 14 days of the application for the same. 2.22 DEATH, BANKRUPTCY 2.22.1 If the bidder dies or commits any act or Bankruptcy or being a corporation commences to wind up except for reconstruction purpose or carryon its business under a Receiver, the Executors, Successors or other representatives under the law of the state shall forthwith give notice thereof in writing to Purchaser, for one month during which he shall take all reasonable steps to prevent stoppage of work and have option of carrying out the contract, subject to his or their providing such guarantee as may be required by the Purchaser by not exceeding the value of the work for the time being remained/ unexecuted. In the event of stoppage of the work, the period of the option under this clause shall be 14 days only, provided that above option to the contract not being exercised, by the bidder and Purchaser/Purchaser by notice in writing may exercise the same power, which the supplier could exercise and shall have the same right which under the last proceeding clauses if the work had been taken out of the bidder’s hand under this clause. 2.23 DISCIPLINE 2.23.1 The bidder shall, on instructions of Engineer-in-charge, immediately remove from the work any person employed who may misbehave or cause any nuisance of any type or otherwise in the opinion of Engineer-in-charge is not a fit person to be retained on the work and such person shall not be employed again or allowed on the work without prior written permission of the Engineer in-charge. All the rules & regulations prevailing and
  • 22. Tender No. T18P121601 Page 21 of 55 applicable from time to time and the instructions as directed by Purchaser will strictly be adhered by the bidder. 2.24 BLACK LISTING AND EMD FORFEITING 2.24.1 Any party directly or indirectly, if found to be involved in fraudulent and collusive practices, may be black listed for a period of up to 3 years. 2.24.2 If the bidder fails to complete the work within stipulated period specified in the purchase order or material/workmanship is found to be defective or failing to fulfill the Guaranteed Performance of the contract as specified in the Purchase Order, they are liable to be debarred or black listed from participating in future tender of Purchaser for the period upto 3 years. 2.24.3 In case Bidder amends/modifies/revise/withdraws the prices/price structure of the offer without the consent of Purchaser, after the tender opening and during the period of validity of their offer (i.e. 120 days), the Earnest Money in full or part deposited by them shall be liable to be forfeited or their offer liable to be rejected. They may also be debarred from participating in future tenders of Purchaser for the period upto 3 years and may be placed under Black List. 2.24.4 In case the bidder has not submitted the security deposit and agreement within 30 days from date of issue of work order, EMD of bidder will be forfeited and he may be blacklisted upto 3 years. 2.25 CONDITION OF SITE AND LOCATION 2.25.1 Before quoting, the bidder may inspect all sites/sub stations/office buildings to fully acquaint himself about the condition in regard to accessibility of site, nature and extent of ground, working condition of site and locality, installations of tools and plants (T&P) etc., conditions affecting accommodations and movements of labour etc., required for the satisfactory execution of the project. No claim whatsoever on such account shall be entertained by Purchaser in any circumstances. 2.25.2 The bidder shall be solely responsible & shall ensure due compliance with the entire legal requirement concerning the workman employed by him under the provision of applicable labour and other legislations. In the event of the bidder committing any fault resulting in Purchaser being required to insure any liability of expenses or Purchaser being required to pay for any notice/summoned in this respect the same shall be entitled to recovery from the bidder for liability attached to it due to any proceedings. 2.26 TERMINATION OF CONTRACT 2.26.1 Purchaser reserves the right to terminate the contract after giving 2 week notice in case performance of the bidder is not found satisfactory or on account of non-compliance of any of the condition of the contract. In such case the security deposit shall also be forfeited without prejudice to right of the Purchaser to take any other action to recover any loss suffered by the Purchaser due to non-performance of the contract. 2.27 EXTENSION OF CONTRACT: As per QVC criteria. 2.28 ENTRY PASSES 2.28.1 Bidder shall be responsible for antecedents of the workmen & for getting gate passes. Gate pass shall be issued to them by the Sub-station In-charge. No labor below the age of 18 years shall be employed on the work & labor so employed must be able-bodied persons. The right of entry of the bidder & his workmen in the Substations will be reserved with Purchaser.
  • 23. Tender No. T18P121601 Page 22 of 55 2.29 ELIGIBILITY CRITERIA FOR BIDDERS 2.29.1 The bidder should be SAP Authorized implementation partner. Copy of the authorization letter shall be submitted along with Bid. Consultant deployed for the work should be SAP Certified. (a) TECHNICAL EXPERIENCE: The bidder should have experience of having successfully completed similar works during last 7 years ending last day of the month previous to the one in which applications are invited should be either of the following: i. Three similar completed works costing not less than the amount equal to 40% of the estimated cost, or ii. Two similar completed works costing not less than the amount equal to 50% of the estimated cost, or iii. One similar completed work costing not less than the amount equal to 80% of the estimated cost. Similar works means “End to End SAP implementation/upgradation/support involving at least four modules namely BASIS, ABAP, FICO and HCM for more than 25 user license firm”. The Bidders should furnish the details of their past experience along with completion/performance certificate for above mentioned similar works. (b) FINANCIAL POSITION: Average annual financial turnover of the Bidder during the last three years, ending 31 March of the previous financial year, should be at least 30% of the estimated cost. The bidders shall submit Annual Financial Report (Balance Sheet and profit & Loss A/c) of last three years. (c) The Bidder should have necessary infrastructures to carry out entire job and should possess all tools, tackles, vehicle and trained manpower for execution tendered work. (d) Notwithstanding anything above the Purchaser reserves the right to assess the bidder’s capability and capacity to perform the work and to relax the qualifying requirement should the circumstances warrant such relaxation in the overall interest of the Purchaser. 2.29.2 The Purchaser reserves the right to reject any offer without assigning any reason and to award the work to any one Bidder / Bidders. 2.30 ADHERENCE TO FACTORY AND PAYMENT OF WAGES ACT 2.30.1 (a) No labour below 18 years of age limit shall be employed on the work and labour so employed must be able-bodies person. (b) Bidder shall not pay less than fair wages to laborers engaged by him on the work. The bidder is bound to adhere to factory act, payment of minimum wages, Act as applicable during the pendency of the contract. If the bidder fails to pay according to minimum wages Purchaser shall be at liberty to pay to the workers directly and deduct the amount from the running bills of the bidder. The bidder shall be responsible for observing all acts and Rules under the latest factory Act/wages Act, Workman Compensation Act and amendment of these from time to time. Any breach shall be deemed to be breached of this contract. 2.31 INSURANCE 2.31.1 The bidder at his own expense shall carry out & maintain insurance cover like the workmen compensation and shall also indemnify and hold Purchaser harmless from
  • 24. Tender No. T18P121601 Page 23 of 55 liabilities whatsoever on this account. The bidder shall ensure compliance of all statutory and mandatory requirements including all labour laws requirements. 2.32 WORKMEN’S COMPENSATION INSURANCE 2.32.1 The insurance shall protect the contract against all claims applicable under the Govt. of India Workmen’s Compensation Act, 1948. This policy shall also cover the bidder against claims for injury, disability, disease or death of his or his sub-bidder’s employees, which for any reasons are not covered under the workmen’s compensation act 1948. The liabilities shall not be less than: Workmen’s Compensation – As per statutory provisions. Employee’s liability – As per statutory provisions. The insurance cover may be taken with the Indian companies. 2.33 BIDDER’S OBLIGATION 2.33.1 Deleted. 2.33.2 The deputed staff shall be covered under Provident Fund, ESI, Insurance, work man compensation act. In case of any accident during the pendency of contract, the bidder shall be liable for any injury to its staff & Purchaser shall not have any liability on this account. 2.33.3 The work is to be carried out in the presence of authorized supervisor. 2.33.4 Deleted. 2.34 SAFETY MEASURES 2.34.1 The bidder shall have to provide all safety needs as per the requirements and as felt necessary by the Engineer for safety of the bidder’s workers/staff. Use of matchbox, lighters & smoking or other such acts, which may cause fire, are strictly prohibited. In the plant unit room no hot works such as welding, gas cutting etc. which may cause fire shall be carried out until & unless requisite fire extinguishers are arranged at the location & shall be carried out until & unless the same is co-ordinate with security staff & fire wing at the Substation if asked for. 2.35 TRANSIT SAFETY: Deleted.
  • 25. Tender No. T18P121601 Page 24 of 55 3.1 The tenders should be valid for period of atleast 120 days from the date of opening of technical bid, failing which the tenders will be summarily rejected. 3.2 Bidders are requested to submit the cost schedule and the appendices dully filled in as required and should strictly follow the instructions and notes supplement there in to facilitate Purchaser to prepare comparative statement. 3.3 In case of ambiguous or contradictory terms/conditions mentioned in the tender, interpretations as may be advantageous to Purchaser will be taken. 3.4 The price should be exclusive of GST and levies applicable at the time of quote on supplies and works. 3.5 Purchaser shall not be bound to accept the lowest or any tender and reserves to himself the right of accepting the whole or any portion, if any, tender as he may think fit without assigning any reason for non-acceptance or selection. 3.6 DTL reserves the right to reject any offer without assigning any reason and to award the work to any one tenderer /tenderers. Thus order can be split on more than one bidder. 3.7 Purchaser reserves the right to revise or amend the specification and other conditions prior to the date notified for opening of the tenders. Such revisions and amendments, if any, will be communicated to all bidders as amendment or addenda. 3.8 It may be noted that no extension in the due date of tender shall be granted. 3.9 Tender documents appended hereto should be filled in completely by the Bidders and submitted along with tender otherwise their bid is liable to be rejected. 3.10 The bidders should furnish the details of their experience and statement of past/current works as per requirement of to this tender. 3.11 Price quoted should be net & firm. 3.12 Bidder should satisfy himself with the details of the work to be executed and if considered necessary they should visit the site for understanding the DTL SAP landscape, if required and get any other information required in this connection. A Bidder shall be deemed to have full knowledge of the details of work to be executed and condition of site/store whether he inspects it or not and no extra charges consequent on any misunderstanding or otherwise shall be allowed. SECTION-III ADDITIONAL INSTRUCTIONS FOR TENDERS
  • 26. Tender No. T18P121601 Page 25 of 55 SECTION - IV SPECIAL TERMS & CONDITIONS 4.1 The scope of work includes following work. The quantity of items of work may vary as per actual site requirement; the quantities mentioned in the price bid are only tentative. 4.2 The Bidder is required to take all the safety measures for his staff during the execution of work. Purchaser shall not be responsible for any injury to the staff of the bidder. The bidder before starting the work shall obtain clearance/permission from site in charge. The work shall be carried out strictly in presence of site in charge. 4.3 Petty items required for work shall be arranged by the bidder on his own cost. Work will be carried out in the presence of concern J.E./site in charge /Asstt. Manager(T). 4.4 Bidder should satisfy himself with the details of the work to be executed and if considered necessary they should visit the site and get any other information required in this connection. A Bidder shall be deemed to have full knowledge of the details of work to be executed and condition of site/store whether he inspects it or not and no extra charges consequent on any misunderstanding or otherwise shall be allowed. 4.5 Work will be usually carried out during normal working hrs. during day time. However, in case of emergency it shall also be done during odd hrs. for that no extra payment shall be made. 4.6 Deleted. 4.7 Deleted. 4.8 Bidder shall have to carry out the work as per the instruction of Site in-charge within the prescribed time schedule. 4.9 If the bidder fails to respond within a reasonable period of time to execute the work in emergency, the same shall be got done through some other agency & the extra expenditure (if any) so incurred, shall be deducted from the bills of the bidder. 4.10 Purchaser reserves the right of dividing the work. Order can split on more than one Bidder. 4.11 The bidder shall indemnify and be harmless to the Purchaser or to the Manager or the agents or employees from and against all labour and all claims, insurance payments suits, actions recoveries and judgments of every nature and description brought or recovered against him or the Purchaser by reason of any act or omission of the said contract, his agents or employees in the execution of the work or the guiding of it. 4.12 Deleted. 4.13 The bidder should have & depute qualified, experienced and trained consultants who can execute the work. 4.14 The bidder should possess the required T&P of standard make/quality essential for executing the work.
  • 27. Tender No. T18P121601 Page 26 of 55 4.15 STATUTORY PERMISSION/APPROVALS The Bidder shall take all steps as may be necessary to comply with the various applicable laws/ rules including the provisions of contract labour (Regulation & Abolition Act) 1970 as amended, Minimum wages Act, 1984, Workmen Compensation Act, ESI Act, PF Act, Bonus Act and all other applicable laws and rules framed there under including any statutory approval required from the Central/State Governments, Ministry of Labour and produce the documents whenever necessary. 4.16 Deleted. 4.17 Bidder will make his own arrangement for watch and ward of material issued to him till material is erected & handed over if any. In case of any theft/damage to Purchaser material, entire cost of such material will be recovered from the bidder. 4.18 Bidder will make his own arrangement for the lodging/boarding of his consultants during the execution of the work. Purchaser shall not be bound to provide place for making a camp etc. 4.19 HUMAN RESOURCE ISSUES i. The Bidder would execute these works through their own resources. ii. The Bidder shall bear all expenses / cost to be incurred towards salary, allowances, perks, traveling allowances, advances, insurance, safety measures, security, transportation and all other misc. expenses etc. of their employees/ workmen during the currency of this contract. Also, the Bidder shall be sole responsible for making payment for Hospitalization, Compensation thereof in case of any accident & injury. iii. The Bidder shall issue Identity Cards to their employees deployed for execution of the assigned works. iv. The Bidder to deploy their manpower immediately for carrying out the woks as specified above. v. The Bidder should ensure that there are no disputes regarding work, payment etc of the persons engaged by him, anytime during the currency of the contract. At no point of time during the currency of contract, the Bidder’s employees shall insist upon Purchaser for employment, wages, and allowances or any other related matter, payment etc. vi. The Bidder shall not deploy the manpower below the age of 18 years. vii. The Bidder shall not deploy the female manpower between 7 pm to 6 am. viii. The Bidder shall be directly responsible for any / all disputes arising between him and his persons and keep Purchaser indemnified against all losses, damages and claims arising thereof. The Bidder shall resolve any dispute of their manpower. All the legal dues of their manpower is to be paid on due date or within 8 days on the termination of manpower. ix. All safety wears required for the Bidder’s manpower during the execution of work such as safety shoes, safety helmets, hand gloves, safety belt, dust mask, goggles etc. must be provided by the Bidder at his own cost and he shall ensure that his employees regularly use such safety gears while executing Purchaser’s work. x. The Bidder shall be responsible for discipline of his manpower and shall adhere to the disciplinary procedure set by Purchaser at site. Purchaser shall be at liberty to object to the presence of any representative or employees of the Bidder at the site, if in the opinion of Purchaser such manpower has done any act of misconduct or negligence or otherwise undesirable, then the Bidder shall remove such a person objected to and provide a competent replacement immediately. xi. The Bidder shall submit a list of persons engaged by him.
  • 28. Tender No. T18P121601 Page 27 of 55 xii. Purchaser reserves the right to demand the Bidder’s works on holidays as well as beyond the normal working hours. xiii. The Bidder will ensure that none of their person is engaged in any unlawful activities subversive of Purchaser’s interest failing which suitable action may be taken against the Bidder as per the terms and condition of this contract. xiv. The Bidder shall be liable for payment of all GST and duties as applicable, to the State/Central Govt. or any local authority. xv. The Bidder’s employees shall not be treated as Purchaser’s employees / persons for any purpose whatsoever & facilities / benefits applicable to Purchaser’s employees shall not be applicable to Bidder’s employees. If due to any reasons whatsoever Purchaser is made liable to meet any obligation under any of the laws & enactment etc, for any reason whatsoever the same shall be recovered from the Bidder or from any of the bills payable to him or failing which it shall be recovered as per law. xvi. The Bidder shall be responsible and shall comply with the provision of all the STATUTORY ACTS APPLICABLE. Special attention of the Bidder is drawn towards the compliance of provision of the following statutes: (along with the latest amendments/additions) a) The child Labour (Prohibition and Regulation) Act, 1986. The Contract Labour (Regulation and Abolition) Act, 1970. b) The Employee’s Pension Scheme, 1995. c) The Employee’s Provident Funds and miscellaneous provisions Act, 1952. d) The Employees State Insurance Act, 1948. e) The Equal Remuneration Act 1976. f) The Industrial Disputes Act, 1947. g) The Maternity Benefit Act 1961. h) The Minimum Wages Act, 1948. i) The Payment of Bonus Act, 1965. j) The Payment of Gratuity Act, 1972. k) The Payment of Wages Act, 1936. l) The Delhi Shops & Establishment Act, 1954. m) The Workmen’s Compensation Act, 1923. n) The Employer’s Liability Act, 1938. 4.20 Scope of work:- Delhi Transco Limited has implemented SAP in 2010 and now is interested to hire the SAP consultants for ESS Portal Up gradation and Annual SAP support services for fixing day to day issues and support for any unforeseen issues as and when required through reputed IT company who provides implementation and maintenance support for SAP system. The Scope of work includes the following activities. PART-I (A) Providing SAP consultant support for Up gradation of ESS Portal Netweaver from 7.01 to 7.31 or higher compatible with current SAP landscape. (B) Database migration of EP Portal from Oracle 11g to 12c or higher compatible with SAP system. PART-II (A) Up gradation of ECC 6 EHP 4 to EHP7 along with patching of HR components. (B) Oracle Data base migration of R/3 Server from current version(11g) to 12c or higher compatible with SAP.
  • 29. Tender No. T18P121601 Page 28 of 55 PART-III Implementation of SAP Fiori standard applications for various modules installed in DTL. PART-IV Resolution of Various existing issues of Basis Modules as per the list attached PART-V Resolution of Various existing issues of HCM Modules as per the list attached PART-VI Providing SAP consultant for Annual Support services for SAP system to resolve day to day issues and any unforeseen issue and will be required to perform the following technical tasks as and when required. The Annual SAP support services are required for a period of 50 man days staggered over a period of one year on discretion of DTL as per the requirements. The tentative list of tasks which may be required to be done under annual SAP support service is as under- • Upgrade all SAP systems (R3, EP, BI, BOBJ, SRM, PI) of DTL to latest Patch Level for all listed landscape and functional application systems if required. • Upgrade the Database from 10g to 11g/12c in the remaining SAP system /servers whichever is latest and compatible. • Upgrade SAP Kernel to latest SAP Kernel Patch Level. • Support / Assist for hardware/OS upgrade with the SAP application upgrade • Provide the best approach to make technical changes in BASIS, ABAP and other programs • Modify all custom reports/interface programs and all modified objects affected by the upgrade. • Patching of all SAP components and Portal as and when required. • Configuration of Solution Manager as and when required for Patching and other work. • Tuning of SAP and Oracle database. • Implementing recommendations as per SAP security guides. • Restoration of SAP backup (only in exception cases) • SAP Data archiving and retention. •Application of SAP notes and Support Packs. • SAP Patch downloading and updating in the system. • Backup and restoration testing of SAP system as per SAP standard • SAP router installation / up gradation as and when required • Any other issues reported during the support period in all SAP modules installed in DTL namely MM, PM, PS, FICO, HCM, ABAP, BASIS, DMS, FICA, BI, BOBJ etc. 4.21 Present SAP Setup: 4.21.1. An overview of existing implementation of SAP in the DTL is outlined below: Delhi Transco Limited has implemented SAP in 2010. The current version of SAP is ECC 6.0 EHP4. The application has been deployed in HP Unix and Windows server with Oracle 10g as backend database. The existing systems specifications implemented at the Data Center (DC) are as under: Production BL860C Servers – Quad Core processor 32/48 GB RAM HP Service Guard used for Clustering HP Unix 11i Oracle 11.2.0.4. (R/3 and EP) Oracle 10.2.0.4 (Other) Quality BL860C Servers – Quad Core processor 32/48 GB RAM HP iVM used for Virtualization of servers/appl. HP Unix 11i Oracle 11.2.0.4 (R/3 and EP) Oracle 10.2.0.4 (Other) Development BL860C Servers – Quad Core processor 32/48 GB RAM HP Unix 11i Oracle 11.2.0.4 (R/3 and EP)
  • 30. Tender No. T18P121601 Page 29 of 55 HP iVM used for Virtualization of servers/appl. Oracle 10.2.0.4 (Other) DMS (Document Management System) BL460C Xeon Server Windows Server Max DB 7.6 4.21.2 Platform Specification: Database - Oracle10.2.0.4.0 g / Oracle11.2.0.4.0 g OS - HP Unix 11i v3 Cluster - HP Service Guard IVM - HP IVM for Virtual Machine Following are the existing Development & Quality, Production Systems at the site at DTL. 4.21.3 Applications Hardware configuration Development Servers : ECC, EP, PI,SRM ,BI & BOBJ -HP BL860C Itanium Servers – Quad Core processor 32 GB RAM Quality Servers : ECC, EP, PI,SRM ,BI & BOBJ -HP BL860C Itanium Servers – Quad Core processor 48 GB RAM Production Servers : ECC PRD-HP BL860C Itanium Servers–Quad Core processor 40/32 GB RAM cluster with ECC CI EP PRD - HP BL860C Itanium Servers – Quad Core processor 48/32 GB RAM cluster with EP CI PI PRD - HP BL860C Itanium Servers – Quad Core processor 48/32 GB RAM cluster with PI CI BI PRD -HP BL860C Itanium Servers –Quad Core processor 48/48 GB RAM cluster with SRM CI SRM PRD -HP BL860C Itanium Servers –Quad Core processor 48/48 GB RAM cluster with BI CI BOBJ PRD - HP BL860C Itanium Servers – Quad Core processor 32 GB RAM 4.21.4 The implementation of SAP in the DTL comprises of the following modules: • Finance and Control (FI/CO) • Human Capital Management (HCM)- The HR module includes payroll, reimbursements, leave account maintenance, training and tour management. The entire customization is done through ‘Human Resources Management (HRM)’ module of SAP. ESS Portal is used for Attendance , leave and other HCM functionality by all users. • Material Management (MM) • Plant Maintenanace (PM) • Project Systems (PS) • Supply Relation Management (SRM) • Industry Specific Utility (ISU) • Business Intelligence and Business Object (BI - BOBJ) • Document Management System (DMS) • ESS Portal / Enterprise Portal(EP)
  • 31. Tender No. T18P121601 Page 30 of 55 4.22 Contract Execution 4.22.1 Contract Execution a. DTL Side: DTL will nominate a coordinator for smooth functioning of the project. b. Support Agency Side: Support Agency will identify one person who shall act as coordinator from Support Agency side. He must be adequately knowledgeable about core function modules/Support issues/improvisation/rationalization/ training/addition in an ERP implemented environment of SAP. 4.22.2 Responsibilities The distribution of responsibilities between the DTL and Support Agency under different scenarios would be as under S. No. Description of requirement DTL Support Agency 1 Troubleshooting of Functional / Technical issues • Login the call. • Test & accept solution. • Providing remote or local access as the case may be. • Propose solution • Test solution. • Implement solution. 2 Major Issue, Preventive & Planned activities by Functional and Technical modules. • Specify requirement. • Testing solution. • Acceptance. • Propose solution • Test solution. • Implement solution. 4.22.3 Review Meeting: DTL reserves the right to call the Support Agency for meeting to ensure smooth running of contract as well as for conflict resolution as and when requirement arises. 4.22.4 Discrepancy Any dispute or discrepancy regarding resolution of calls shall be sorted out mutually by coordinators at both ends. 4.22.5 Infrastructure a. Remote Connectivity: In case Support Agency is addressing the call remotely user authentication will be provided through VPN access. Only 02 such VPN access will be provided, which may be increased depending on the need at DTL’s discretion. b. Onsite Connectivity & infrastructure: Support Agency shall be provided with sitting place comprising internet Connection through DTL’s Internal LAN and SAP connectivity. However Desk tops may be provided by DTL subject to availability however it is preferable that Support Agency bring their own machines/Laptops. 4.22.6 Documentation Support Agency shall submit necessary documentation detailing activities done related to problem resolution and customization for each case of his involvement. The documents
  • 32. Tender No. T18P121601 Page 31 of 55 submission follows the problem resolution. SA shall submit these documents to EIC DTL and shall make corrections for actual indicated by EIC DTL. 4.22.7 Deliverables: • Knowledge Transfer • Hand holding process • Technical documents 4.23 Other Terms & Conditions: a. The contractor shall ensure that the Consultants deployed are SAP Certified & well versed / acquainted with the SAP Landscape implemented in DTL. b. As per requirement of DTL, Contractor has to provide experienced SAP consultants along with their profile and experience details. c. Contractor shall depute the SAP consultant having required eligibility/ suitability for providing up gradation and troubleshooting services efficiently and effectively. DTL shall have full authority to select / reject the eligibility of consultants. d. Work will be carried out onsite, however on exception/emergency situation offsite work can be done with prior information and approval from DTL. e. Consultant has to be well versed with HP-UX 11i and Oracle 11g/12c Database in SAP environment. f. Before making any changes (patching, upgrade, Database migration etc.) to any running system (Production/Quality/Development etc.), Vendor shall ensure the backup of SAP system, File system, Database etc. If any of the activity performed by the consultants results in non- functioning of any part or full SAP system or any other components, then vendor/consultant will restore the system at the working stage without any extra cost to DTL. g. Vendor should provide the Training / Knowledge Transfer of the activities carried out with proper documentation. h. All other terms and conditions of the NIT shall stands applicable i. Annual SAP support services are required for 50 man days staggered over a period of one year on discretion of DTL as per the requirements. j. Annual SAP support services (50 man days per year ) may be extended for another two years with the approval of the Competent Authority subject to the satisfactory performance of the Contractor on same rates & terms & conditions. k. No. of man days required to perform the work/activity for Part-VI will be mutually agreed by DTL & contractor before the start of the activity. l. The Support Agency/Vendor will be single point of contact for DTL and will be entirely responsible for any kind of incident management, bug fixing and enhancement of the SAP ERP as well as post implementation centralized hand holding support for any new version roll out for the said SAP ERP. m. Vendor shall ensure that necessary modifications are implemented and taken as per SAP best practices. n. Management / Special Assistance on SAP/ Oracle DB updates etc. are carried out by BASIS Consultant itself, to be downloaded from SAP support services site directly. o. In the event of non-satisfactory performance by the contractor, DTL shall have the right and discretion to terminate this contract by giving one month notice and DTL also reserves right to forfeit full or part of the security deposited by the Contractor. p. Payment will be released to Vendor only after completion of the specified activities/task.
  • 33. Tender No. T18P121601 Page 32 of 55 Annexure-A Tentative Basis Issue list of Part IV: Sr. No. Issue Details 1 DMS Server issue 2 Client Copy - R/3 Production Server to Quality server 3 Kernel Upgradation to current level 4 Upgradation of Patch level of all SAP components to current level 5 Configuring System Alerts (Early Watch Alerts) 6 Space Management and Landscape re-engineering, Fine tuning of SAP servers. 7 Audit trail monitoring 8 Backup Restoration 9 TSV_newpage_allocation error dumps and other ABAP dumps. 10 Message_Type_x error dumps 11 SAP router configuration/up gradation as and when required 12 Solution Manager configuration as and when required 13 Any other issue reported during the support period
  • 34. Tender No. T18P121601 Page 33 of 55 Annexure-B Tentative issues identified in HCM Module of Part V: S. No. Problem Elaboration 1. EL/HPL balance/quota correction It has been noted that EL / HPL balance in the case of employees having more than 300 leaves in their account is not showing as correct cumulative deduction happening 2. EL encashment while availing LTC/Home Town is not deducted from EL balance Affecting the balance of Earned Leave. 3. Leave rules/Workflows to be mapped in accordance with Cadre requirements/changes notified It has been noted that in case of EL/HPL employee can apply for leave in part. Example if an employee applies for EL for 18.11.2011 & 21.11.2011 separately the weekly offs of 19.11.2011 & 20.11.2011 is not counted as EL but shown S weekly off and only two days EL has been deducted from his EL quota. This is not correct. 4. Removal of possibility of creating dual entries in leave & attendance It has been noted that if any employee apply for leave for a specific date and his Sectional Head pass his leave after expiry of that day, two entries i.e. NOT MARKED AND LEAVE has been created in account. This possibility should be removed. 5. Effect of sanctioned leave in Attendance Report It has been noted that though the leave are sanctioned by the controlling officer but effect of sanctioned leave is not shown in the Attendance Report. It should be rectified. 6. Not Mark not getting updated inspite of applying using change mode It has been reported by employees that system is not getting updated inspite of applying using change mode. 7. Not Mark scheduling program to be checked for random errors It has been noted that on many days system has shown all employees as NOT MARK in the morning and employees has to mark their attendance by changing not mark to Present (R). It possibility should be removed. 8. Entire Leave Quota to be reflected on the Portal Entire Leave Quota should be reflected on the employee’s portal i.e. EL/CL/HPL showing. 9. Resolution for Leaves going in Error Mode- HR administrator issue It has been noted that Sectional Heads are not able to sanction the leave of employees working as they go in Critical Error mode. 10. Authorization for tracking changes/generating reports on changes in data HR Department is not able to track changes made in data. Authorization for tracking changes/generation reports on changes may be made. 11. System may be created for Weekly off for those officials who are working in Shifts Presently officials are marking attendance as Present (R) instead of weekly off. ROSTER IS NOT WORKING 12. Business Trip not working Request of incumbent not reached in the portal of CO
  • 35. Tender No. T18P121601 Page 34 of 55 13. Relieving & joining should be through ERP so that can be changed automatically. For Relieving & joining through ERP Access of PA- 30 & PA 40 be given to all Group ‘A’ officers. PA-30 contains master data of all employees including Basic Pay, Grade pay. To be decided at higher level whether access of PA-30 & PA-40 be given to all Group ‘A’ officers. Probability be explored for relieving joining through ERP without giving excess of PA-30/PA-40
  • 36. Tender No. T18P121601 Page 35 of 55 Annexure-C R/3 Patch Level
  • 37. Tender No. T18P121601 Page 36 of 55 Annexure-D BI Server Patch Level
  • 38. Tender No. T18P121601 Page 37 of 55 Annexure-E ESS Portal Patch Level
  • 39. Tender No. T18P121601 Page 38 of 55 Annexure –F SAP Product Availability Matrix: IN CASE OF ANY REPETITION / AMBIGUITY IN ANY CLAUSES OF NIT, THE CLAUSE AS PER INSTANT SPECIAL TERMS & CONDITIONS OF CONTRACT SHALL PREVAIL.
  • 40. Tender No. T18P121601 Page 39 of 55 SECTION-V PRICE SCHEDULE S. No Description HSN/ SAC code Qty Unit Unit rate in Rs. (Exclusive of GST) GST Rate (in %) GST Amount (in Rs.) Unit rate in Rs. (Inclusive of GST) Amount in Rs. (Inclusive of GST ) 1 Part I (A) Providing SAP consultant support for Up gradation of ESS Portal Netweaver from 7.01 to 7.31 or higher. 998313 1 AU 2 (B) Database migration of EP Portal from Oracle 11g to 12c or higher compatible with SAP system. 998313 1 AU 3 Part -II (A) Up gradation of ECC 6 EHP 4 to EHP7 along with patching of HR components to latest level. 998313 1 AU 4 (B) Oracle Data base migration of R/3 Server from current version to 12c or higher compatible with SAP. 998313 1 AU 5 Part -III Implementation of standard SAP FIORI applications for various modules installed 998313 1 AU 6 Part -IV Resolution of Various existing issues of Basis Modules as per the list attached at Annexure A 998313 1 AU 7 Part V Resolution of Various existing issues of HCM as per list attached at Annexure B. 998313 1 AU
  • 41. Tender No. T18P121601 Page 40 of 55 8 Part VI Providing SAP consultant support services for SAP systems for 01 year Period 998313 50 Man Days Grand Total in Rs (Inclusive of all taxes and duties applicable) I / We have read the terms and conditions, specifications of quantities of the work and agreed to abide by them. I/We agree to carry out the above work at the rate mentioned against each item. Signature of the Bidder Name & address of the Bidder…………………………… Seal, if any…………………………………………………….
  • 42. Tender No. T18P121601 Page 41 of 55 ANNEXURE –I CHECK LIST FOR THE TENDER To be submitted along with tender compulsorily. Note: Replies against each item should be complete without any ambiguity. Terms such as refer covering letter etc. shall not be acceptable unless the replies / information are specific and complete. Serial Clause No 1 Have you submitted copy of completely filled “tender form/undertaking” : Yes/No 2 Whether price is quoted against each item in the price schedule? : Yes/No 3 Have you submitted copy of original EMD document? : Yes/No 4 Quantity offered against each item be quoted. Are you prepared to accept order for 25% more quantity under QVC. : Agreed/Not Agreed 5 Whether “Annexure-III – Deviation statement” is submitted to the tender document? : Yes/No 6 Have your submitted copies of past purchase orders placed to your company/organization for similar works as in this tender document? As per clause no 2.29.1 (a) : Yes/No 7 Have you submitted copies of GSTIN registration certification or not? : Yes/No 8 Do you agree to furnish security deposit if order is placed with you? : Yes/No 9 Have you submitted the copies of PAN card ? : Yes/No 10 Have you submitted copies of EPF registration? : Yes/No 11 Have you submitted copies of ESI registration? Yes/No 12 Do you agree to all clauses of our General Conditions of our tender documents submitted? : Yes/No 13 If you do not agree to any/all the clauses, please state clearly in Annexure-III the clause which you do not agree and state the modification in respect of those clauses. : Agreed/Not Agreed 14 Have you submitted copies in reference to financial details required for last 03 years as per clause no 2.29.1 (b)? (Annual Report (balance sheet and profit & loss account) : Yes/No 15 Have you submitted copies of GST registration? : Yes/No 16 Whether you have registered in Composition Scheme under GST : Yes/No
  • 43. Tender No. T18P121601 Page 42 of 55 ANNEXURE –II CHECK LIST FOR COMMERCIAL TERMS & CONDITIONS The commercial terms and conditions of the tender as given in the following format 1 Prices (firm) : Yes/No 2 Payment Terms : Yes/No 3 (i) Whether P.S.U.’s/Govt. Undertaking or Department. : Yes/No 4 (ii) Earnest Money deposited : Yes/No 5 Validity offered – 120 Days : Yes/No 6 Whether the bidder has quoted prices in accordance with the conditions of contract. The contract prices shall be exclusive of GST, charges, statuary levies and discount for the entire portion of the contract. The contract prices shall be payable in the Indian currency. Incomplete or conditional quotations or rates quoted in the format other than specified format shall be summarily rejected. Price quoted must be given strictly in the prescribed format. : Yes/No 7 Agreed for liquidated damages /Penalty clause : Yes/No 8 Agreed for security deposit : Yes/No 9 Guarantee clause acceptable : Yes/No 10 Performance Bank Guarantee Clause if applicable acceptable : Yes/No 11 Copy of GSTIN & PAN No. attached : Yes/No 12 Copy of EPF and ESI deposited attached : Yes/No 13 Rate of Education cess if any must be mentioned and also to state whether it is over and above the base price or included in the cost : Yes/No 14 Valid Electrical License : Yes/No 15 Copy of GST No. attached : Yes/No
  • 44. Tender No. T18P121601 Page 43 of 55 ANNEXURE-III SCHEDULE OF DEVIATIONS In this annexure bidder shall indicate clause wise deviations from specifications. Serial Clause No Details of Deviation Reasons/Justifications for Deviation Cost of withdrawal 1 2 3 4 5 6
  • 45. Tender No. T18P121601 Page 44 of 55 ANNEXURE – IV DETAILS OF EXPERIENCE S.NO. NAME & ADDRESS OF ORDERING AUTHORITY ORDER CONTRACT NO. AND DATE PARTICULARS OF WORK ORDER WITH BRIEF SPECIFICATION ORDER QTY. WORK EXECUTED WITH DATE LETTER NO. AND DATE OF PERFORMANCE CERTIFICATE REMARKS 1. 2. 3 4 5
  • 46. Tender No. T18P121601 Page 45 of 55 ANNEXURE –V UNDERTAKING FOR CORRUPT & FRAUDULENT PRACTICE We declare that all the documents submitted or would be submitted by us in this tender are/would be genuine, and in case any discrepancy is found in the declaration/documents submitted by us at any stage, action can be taken against us as deemed fit by DTL. We further declare that in the submission of this tender no agent, middleman or any intermediary has been, or will be engaged to provide any services, or any other item of work related to the award and performance of this contract. We further confirm and declare that no agency commission or any payment which may be construed as an agency commission has been, or will be, paid and that the tender price does not include any such amount. We acknowledge the right of the Employer, if he finds to the contrary, to declare, our Tender to be non-compliant and if the contract has been awarded to declare the contract null and void. STAMP & SIGNATURE OF AUTHORIZED SIGNATORY
  • 47. Tender No. T18P121601 Page 46 of 55 ANNEXURE –VI FORMAT FOR EVIDENCE OF ACCESS TO OR AVAILABILITY OF CREDIT FACILITIES BANK CERTIFICATE This is to certify that M/s. ............................................................................ (Full Name & Address) .......................................................................................................Who are submitting their bid to Delhi Transco Ltd. as sole bidder* against their tender specification vide Ref. No. ............................ & Date ............................... is our Customer for the past ...........................years. Their financial transactions with our bank have been satisfactory. They enjoy the following fund bases and non-fund bases limits including for guarantees, L/C and other credit facilities with us against which the extent of utilization as on date is also indicated below: S. No. Type of Facility Sanctioned Limit as on Date Utilization as on Date 1. This letter is issued at the request of M/s. .......................................................................................... Sd./- Name of Bank ..................................................... Name of Authorized Signatory ........................... Designation ........................................................... Phone No............................................................... Fax No.................................................................... Address.................................................................. SEAL OF THE BANK: Note: * Strike out whichever is not applicable.