tender doc 330 gis survey - gis resources · pdf file1 tender notification for “award of...
TRANSCRIPT
1
Tender Notification for
“AWARD OF WORK FOR CARRYING OUT GIS LT
NETWORK SURVEY & DIGITIZATION IN BRPL”
NIT NO CMC/BR/13-14/ASG/VKS/330
Dt. 01.04.2014
Due Date for Submission of Tender: 21.04.2014
Date and Time of opening: 21.04.2014, 4:00 PM
BSES RAJDHANI POWER LTD (BRPL)
2
INDEX
SECTION – I: REQUEST FOR QUOTATION………………………………3
SECTION – II: INSTRUCTIONS TO BIDDER …………………………..….7
SECTION- III: COMMERCIAL TERMS AND CONDITIONS …………….13
SECTION- IV: SCOPE OF WORK…………………………….………………27
SECTION – V: PRICE FORMAT……………………………….…….............37
SECTION- VI : ANNEXURES…………………………………………………..38
BID FORM ………………………...……….………….……………………………43
PROFORMA OF CONTRACT PERFORMANCE BANK GUARANTEE………..44
COMMUNICATION DETAILS……………………………………………………..46
3
SECTION I
REQUEST FOR QUOTATION
GENERAL
BSES Rajdhani Power Limited invites sealed tenders in 2 envelopes for “AWARD OF WORK FOR CARRYING
OUT GIS LT NETWORK SURVEY & DIGITIZATION IN BRPL”
1.01 The bidder must qualify the requirements as specified in clause 1.3 stated below. The sealed envelopes shall be duly superscribed as-
“BID FOR AWARD OF WORK FOR CARRYING OUT GIS LT NETWORK SURVEY & DIGITIZATION
IN BRPL”
“NIT NO CMC/BR/13-14/ASG/VKS/330 dt. 01.4.2014 ”.
1.02 BRPL invites sealed tenders from eligible tenderers for the above-mentioned work (clause 1.01).
Estimated cost of work : Rs 1,00,00,000/-
Earnest money Deposit : Rs 2,00,000/- Cost of Tender form (Non- Refundable) : Rs.1000/-
Completion Period : 6 Months (from date of issue of order) Tender documents on sale : 01/04/2014 (working days)
Date & time of Submission of Tender : 21/04/2014 till 3:30 PM
Date & time of opening of Tender : 4:00 PM on 21/04/2014 (Opening of technical bid)
The tender document can be obtained from address given below against submission of non-refundable
demand draft of Rs.1000/- drawn in favour of BSES Rajdhani Power Ltd, payable at Delhi:
Head of Department
Contracts & Material Dept.
BSES Rajdhani Power Limited I Floor, “C” Block, BSES Bhawan
Nehru Place New Delhi-110019
The tender papers will be issued on all working days upto the date mentioned in clause 1.01. The tender
documents & detail terms and conditions can also be downloaded from the website www.bsesdelhi.com. In
case tender papers are downloaded from the above website, then the bidder has to enclose a separate
demand draft covering the cost of bid documents.
1.2 POINTS TO BE NOTED
1.2.1 Works envisaged under this contract are required to be executed in all respects up to the period of completion mentioned above.
1.2.2 Only those agencies, who fulfil the qualifying criteria as mentioned in clause 1.3 should submit the tender documents.
1.2.3 Tender document consists of the following:
a. Request for quotation/ Notice Inviting Tender
b. Instructions to Tenderers
c. Commercial Terms & conditions
d. Bill of Quantities/ Price Format
The Contract shall be governed by the documents listed in para 1.2.3 above.
1.2.5 BSES Rajdhani Power Ltd reserves the right to accept/reject any or all Tenders without assigning any reason thereof and alter the quantity of materials mentioned in the Tender documents at the time of placing purchase/ work orders. Tender will be summarily rejected if:
4
(i) If Earnest Money Deposit (EMD) of requisite amount is not deposited in shape of Bank
Draft/Pay Order/FDR/BG drawn in favour of BSES Rajdhani Power Ltd, payable at Delhi. Format
for EMD Bank Guarantee is available on BSEs Site- Tenders Section
(ii) If Tender is received after due date and time.
1.3 Qualifying Criteria:-
The prospective bidder must qualify all of the following requirements to be eligible to participate in
the bidding. Bidders who meet following requirements will be considered as successful bidder and management has a right to disqualify those bidders who do not meet these requirements.
1. Bidder must provide proof of having average annual turn over of Rs. 1 Crore or more during the last
three financial years. 2. The bidder should have experience in GIS Survey & Digitization work and related activities in last 3
years. Preference shall be given to those bidders who have this experience for any electricity utility. The bidder shall submit performance certificate along with order copy in support of this requirement.
3. Bidder must provide proof of having solvency of an amount equal to Rs. 50 Lacs from any
nationalized/ scheduled commercial bank.
4. Bidder should have valid Registration No. of Service Tax.
5. Bidder should have PAN No & should fulfil all statutory compliances like PF, ESI registration
The bidder shall submit all necessary documentary evidence to establish that the Bidder meets the
above qualifying requirements.
Please Note that firms who are debarred/ blacklisted in other utilities in India will not be considered.
Also, the Bidder shall furnish the following commercial & technical information along with the tender:
a) Latest balance sheet
b) Detail of Banker & Cash Credit limit c) Details of constitution of the company (Proprietary/ Limited/ Pvt. Ltd. Along with details)
d) Memorandum & Articles of Association of the Company e) Organization Chart of the company
f) Experience details with credentials
g) Turnover certificate issued by C.A for the last three Financial Years.
1.4 Bidding and Award Process:-
Bidders are requested to submit their offer strictly in line with this tender document. NO DEVIATION IS
ACCEPTABLE. BRPL shall response to the clarifications raised by various bidders and the same will be
distributed to all participating bidders through website.
BID SUBMISSION:
The bidders are required to submit the bid in 2(two) parts and submit in original + one copy to the following
address
Head of Department
Contracts & Material Deptt. BSES Rajdhani Power Ltd
I Floor, “C” Block, BSES Bhawan
5
Nehru Place
New Delhi-110019
PART A : TECHNICAL BID comprising of following:
� EMD of requisite amount � Non-refundable separate demand draft for Rs. 1000/- In case the
forms are downloaded from the website � Documentary evidence in support of qualifying criteria
� Technical Literature if any. � Any other relevant document
� Acceptance to Commercial Terms and Conditions viz Delivery
schedule/period ,Payment terms ,BG etc � Acceptance to Technical Specifications if any
The technical bid shall also contain the tender Document with all pages signed & stamped with bidder’s seal
PART B : FINANCIAL BID comprising of Prices strictly in the Format enclosed in SECTION V
TIME SCHEDULE The bidders should complete the following within the dates specified as under: S. No. Steps Comprising of Due date
1 Technical Queries, if any All Queries related to RFQ 18.04.2014
2 PART A Technical and Commercial Bid
EMD of requisite amount Non-refundable demand draft for Rs. 1000/-
In case the forms are downloaded from the
website Documentary evidence in support of
qualifying criteria Technical Literature/ list of makes etc
Any other relevant document Acceptance to Commercial Terms and
Conditions viz Delivery schedule/period,
Payment terms, BG etc.
21.04.2014
3 PART B
Financial Bid
Price strictly in the Format enclosed(Section
IV) indicating Break up regarding basic price,
taxes & duties etc.
Successful
bidders will
be intimated through
website
This is a two part bid process. Bidders are to submit the bids in 2(two) parts
Both these parts should be furnished in separate sealed covers super scribing NIT no. DUE DATE OF
SUBMISSION, with particulars as PART-A TECHNICAL BID & COMMERCIAL TERMS & CONDITIONS and Part-B FINANCIAL BID and these sealed envelopes should again be placed in another sealed envelope which
should be super scribed with —“Tender Notice No.& Due date of opening“. The same shall be submitted
before the due date & time specified.
Part – A :: Technical Bid should not contain any cost information whatsoever and shall be submitted within
the due date as mentioned in clause 1.02. After technical evaluation, the list of qualified bidders will be
posted immediately on BSES website.
PART B :: This envelope will be opened after technical evaluation and only of the qualified bidders and the
date of opening of the same shall be intimated in due course of time.
Notwithstanding anything stated above, the Company reserves the right to assess bidders’ capability to
perform the contract, should the circumstances warrant such assessment in the overall interest of the
Company. In this regard the decision of the Company is final.
1.4.1 Award Decision
6
a) Company intends to award the business on a lowest bid basis, so bidders are encouraged to submit the
bid competitively. The decision to place order/LOI solely depends on Company on the cost competitiveness
across multiple lots, quality, delivery and bidder‘s capacity, in addition to other factors that Company may
deem relevant.
b) The Company reserves all the rights to award the contract to one or more bidders so as to meet the
delivery requirement or nullify the award decision without any reason.
c) In case any contractor is found unsatisfactory during the execution process, the award will be cancelled
and BRPL reserves the right to award other contractors who are found fit.
1.4.2 Market Integrity
We have a fair and competitive marketplace. The rules for bidders are outlined in the Terms & Conditions.
Bidders must agree to these rules prior to participating. In addition to other remedies available, we reserves
the right to exclude a bidder from participating in future markets due to the bidder’s violation of any of the
rules or obligations contained in the Terms & Condition. Bidders who violate the marketplace rules or
engage in behavior that disrupts the fair execution of the marketplace restricts a bidder to length of time,
depending upon the seriousness of the violation. Examples of violations include, but are not limited to:
• Failure to honor prices submitted to the market place.
• Breach of the terms of the published in Request for Quotation/NIT.
1.4.3 Confidentiality
All information contained in this RFQ is confidential and may not be disclosed, published or advertised in any
manner without written authorization from BRPL. This includes all bidding information submitted.
All RFQ documents remain the property of BRPL and all bidders are required to return these documents to
BRPL upon request.
Bidders who do not honor these confidentiality provisions will be excluded from participating in future
bidding events.
1.5 Contact Information
Technical clarification, if any, as regards this RFQ shall be sought in writing and sent by post/courier to
following address
Technical Commercial
Contact Person Head (EMG), BRPL
Copy to :Head (C&M) Head (C&M)
Address
BSES Bhawan
Nehru Place
New Delhi-110019
C&M Deptt., BSES Rajdhani Power
Ltd, I Floor, “C” Block, BSES Bhawan Nehru Place
New Delhi-110019
7
SECTION – II
INSTRUCTIONS TO BIDDER
1.0 GENERAL
BSES Rajdhani Power Ltd, hereinafter referred to as “The Company“ is desirous of awarding work for
carrying out GIS LT NETWORK SURVEY & DIGITIZATION IN BRPL.
1.01 All the Bids shall be prepared and submitted in accordance with these instructions.
1.02 Bidder shall bear all costs associated with the preparation and delivery of its Bid, and the Company
will in no case shall be responsible or liable for these costs.
1.03 The Bid should be submitted by the Bidder in whose name the bid document has been issued and
under no circumstances it shall be transferred /sold to the other party.
1.04 The Company reserves the right to request for any additional information and also reserves the right
to reject the proposal of any Bidder, if in the opinion of the Company, the data in support of RFQ
requirement is incomplete.
1.05 The Bidder is expected to examine all instructions, forms, terms & conditions and specifications in
the Bid Documents. Failure to furnish all information required in the Bid Documents or submission
of a Bid not substantially responsive to the Bid Documents in every respect may result in rejection of
the Bid. However, the Company’s decision in regard to the responsiveness and rejection of bids
shall be final and binding without any obligation, financial or otherwise, on the Company.
1.06 The company reserves the right to split the order among various successful tenderers in
any manner he chooses without assigning any reason whatsoever
2.0 SCOPE OF WORK
The complete scope of work has been defined in Section-IV of this tender document.
3.0 DISCLAIMER
3.01 This Document includes statements, which reflect various assumptions, which may or may not be correct. Each Bidder/Bidding Consortium should conduct its own estimation and analysis and should
check the accuracy, reliability and completeness of the information in this Document and obtain independent advice from appropriate sources in their own interest.
3.02 Neither Company nor its employees will have any liability whatsoever to any Bidder or any other person under the law or contract, the principles of restitution or unjust enrichment or otherwise for
any loss, expense or damage whatsoever which may arise from or be incurred or suffered in
connection with anything contained in this Document, any matter deemed to form part of this Document, provision of Services and any other information supplied by or on behalf of Company or
its employees, or otherwise a rising in anyway from the selection process for the work.
3.03 Though adequate care has been taken while issuing the Bid document, the Bidder should satisfy
itself that Documents are complete in all respects. Intimation of any discrepancy shall be given to this office immediately.
This Document and the information contained herein are Strictly Confidential and are for the use of only the person(s) to whom it is issued. It may not be copied or distributed by the recipient to third parties
(other than in confidence to the recipient‘s professional advisors).
COST OF BIDDING
The Bidder shall bear all cost associated with the preparation and submission of its Bid and the company
8
will in no case be responsible or liable for those costs.
5. BIDDING DOCUMENTS
5.01 The Scope of Work, Bidding Procedures and Contract Terms are described in the Bidding Documents. In addition to the covering letter accompanying Bidding Documents, the Bidding Documents include:
Request for Quotation (RFQ) - Section - I Instructions to Bidders (ITB) - Section – II
Commercial Terms & Conditions - Section –III
SCOPE OF WORK - Section - IV Bill of quantity /Price Format - Section- V
5.02 The Bidder is expected to examine the Bidding Documents, including all Instructions, Forms, Terms and
Specifications. Failure to furnish all information required by the Bidding Documents or submission of a
Bid not substantially responsive to the Bidding Documents in every respect will may result in the
rejection of the Bid.
6.0 AMENDMENT OF BIDDING DOCUMENTS
6.01 At any time prior to the deadline for submission of Bids, the Company may for any reasons, whether
at its own initiative or in response to a clarification requested by a prospective Bidder, modify the
Bidding Documents by Amendment.
6.02 The Amendment shall be part of the Bidding Documents, pursuant to Clause 5.01, and it will be
notified in writing by Fax/e-mail to all the Bidders who have received the Bidding Documents and confirmed their participation to Bid, and will be binding on them.
6.03 In order to afford prospective Bidders reasonable time in which to take the Amendment into account in preparing their Bids, the Company may, at its discretion, extend the deadline for the submission of
Bids.
7.0 PREPARATION OF BIDS
7.0 LANGUAGE OF BID
The Bid prepared by the Bidder, and all correspondence and documents relating to the Bid
exchanged by the Bidder and the Company, shall be written in the English Language. Any printed literature furnished by the Bidder may be written in another Language, provided that this literature is
accompanied by an English translation, in which case,for purposes of interpretation of the Bid, the
English translation shall govern.
8.0 DOCUMENTS COMPRISING THE BID
The Bid prepared and submitted by the Bidder shall comprise the following components:
(a) Bid Form ,Price & other Schedules (STRICTLY AS PER FORMAT) and Technical Data Sheets completed in accordance with Technical Specification.
(b) All the Bids must be accompanied with the required EMD as mentioned in the Section-I against each tender.
9.0 BID FORM
9.01 The Bidder shall submit Original‘ ‘Bid Form’ and the appropriate Price Schedules and technical
specifications enclosed with the Bidding Documents.
9.02 EMD
9
Pursuant to Clause 8.0(b) above, the bidder shall furnish, as part of its bid, a EMD of requisite
amount as already specified in the Section-I. The EMD is required to protect the Company against
the risk of Bidder‘s conduct which would warrant forfeiture. The EMD shall be denominated in any
of the following form:
(a) Demand Draft/Pay Order drawn in favour of BSES Rajdhani Power Ltd, payable at Delhi.
(b) BG/ Fixed Deposit Receipts (FDR) from a scheduled bank in favour of BSES Rajdhani Power Limited
valid for 6(six) months after last date of receipt of tenders
Earnest money given by all the bidders except the lower bidder shall be refunded within 4 (four)
weeks from the date of opening of price bid. The amount of EMD by the lowest bidder shall be
adjustable in the security bank guarantee
The EMD may be forfeited in case of: (a) if the Bidder withdraws its bid during the period of bid validity specified by the Bidder in
the Bid Form or
(b) in the case of a successful Bidder, if the Bidder does not
(i) accept the Purchase Order, or
(ii) furnish the required performance security BG.
10.0 BID PRICES
10.01 Bidders shall quote for the entire Scope of work with prices for individual items. The tenderer is
required, at his expense, to obtain all the information he may require to enable him to submit his tender including necessary visits to the site to ascertain the local conditions, procurement of
necessary materials, labour, etc., requirements of the local/government/public authorities in such matters.
Prices quoted by the Bidder shall be “Firm” and not subject to any price adjustment during the
performance of the Contract. A Bid submitted with an adjustable price/PVC will be treated as non -responsive and rejected.
11.0 BID CURRENCIES
Prices shall be quoted in Indian Rupees Only.
12.0 PERIOD OF VALIDITY OF BIDS
12.01 Bids shall remain valid & open for acceptance for a period of 120 days from the date of opening of
the Bid.
12.02 Notwithstanding Clause12.01 above,the Company may solicit the Bidder‘s consent to an extension of
the Period of Bid Validity.The request and the responses thereto shall be made in writing and sent by Fax/post/courier
13.0 ALTERNATIVE BIDS
Bidders shall submit Bids, which comply with the Bidding Documents. Alternative Bids will not be
considered. The attention of Bidders is drawn to the provisions regarding the rejection of Bids in the terms and conditions, which are not substantially responsive to the requirements of the Bidding
Documents.
14.0 FORMAT AND SIGNING OF BID
14.01 The original Bid Form and accompanying documents(as specified in Clause 9.0),clearly marked
10
"Original Bid", must be received by the Company at the date, time and place specified pursuant to
Clauses15.0 and16.0.
14.02 The original copy of the Bid shall be typed or written in indelible ink and shall be signed by the
Bidder or a person or persons duly authorized to sign on behalf of the Bidder. Such authorization shall be indicated by written Power-of-Attorney accompanying the Bid.
14.03 The Bid shall contain no interlineations, erasures or overwriting except as necessary to correct errors made by the Bidder, in which case such corrections shall be initialed by the person or persons
signing the Bid.
D. SUBMISSION OF BIDS
15.0 SEALING AND MARKING OF BIDS
15.01 Bid submission: One original (hard copies) of all the Bid Documents shall be sealed and submitted to
the Company before the closing time for submission of the bid.
15.02 The Technical Documents and the EMD shall be enclosed in a sealed envelope and the said envelope
shall be superscribed with — Technical Bid & Commercial Terms & Conditions “. The price bid shall be inside another sealed envelope with superscribed —“Financial Bid “. Both these envelopes shall be
sealed inside another big envelope. All the envelopes should bear the Name and Address of the Bidder and marking for the Original. The envelopes should be superscribed with —“Tender Notice
No.& Due date of opening“.
15.03 The Bidder has the option of sending the Bids in person. Bids submitted by Email/Telex/Telegram
/Fax will be rejected. No request from any Bidder to the Company to collect the proposals from
Courier/Airlines/Cargo Agents etc shall be entertained by the Company.
16.0 DEADLINE FOR SUBMISSION OF BIDS
16.01 The original Bid must be timely received by the Company at the address specified in Section-I
16.02 The Company may, at its discretion, extend the deadline for the submission of Bids by amending the Bidding Documents in accordance with Clause9.0,in which case all rights and obligations of the
Company and Bidders previously subject to the deadline will there after be subject to the deadline as
extended
. 17.0 ONE BID PER BIDDER
Each Bidder shall submit only one Bid by itself. A Bidder who submits or participates in more than
one Bid will cause all those Bids to be rejected.
18.0 LATE BIDS
Any Bid received by the Company after the deadline for submission of Bids prescribed by the Company, pursuant to Clause 16.0, will be declared "Late" and rejected and returned unopened to
the Bidder.
19.0 MODIFICATIONS AND WITHDRAWAL OF BIDS
19.01 The Bidder is not allowed to modify or withdraw its Bid after the Bid‘s submission.
E. EVALUATION OF BID
20.0 PROCESS TO BE CONFIDENTIAL
Information relating to the examination, clarification, evaluation and comparison of Bids and recommendations for the award of a contract shall not be disclosed to Bidders or any other persons
not officially concerned with such process. Any effort by a Bidder to influence the Company's
processing of Bids or award decisions may result in the rejection of the Bidder's Bid.
11
21.0 CLARIFICATION OF BIDS
To assist in the examination, evaluation and comparison of Bids, the Company may, at its discretion,
ask the Bidder for a clarification of its Bid. All responses to requests for clarification shall be in
writing and no change in the price or substance of the Bid shall be sought, offered or permitted.
22.0 PRELIMINARY EXAMINATION OF BIDS / RESPONSIVENESS
22.01 Company will examine the Bids to determine whether they are complete, whether any computational
errors have been made, whether required sureties have been furnished, whether the documents
have been properly signed, and whether the Bids are generally in order.
22.02 Arithmetical errors will be rectified on the following basis. If there is a discrepancy between the unit
price and the total price per item that is obtained by multiplying the unit price and quantity, the unit
price shall prevail and the total price per item will be corrected. If there is a discrepancy between the Total Amount and the sum of the total price per item, the sum of the total price per item shall prevail
and the Total Amount will be corrected.
22.03 Prior to the detailed evaluation, Company will determine the substantial responsiveness of each Bid
to the Bidding Documents including production capability and acceptable quality of the Goods offered. A substantially responsive Bid is one, which conforms to all the terms and conditions of the
Bidding Documents without material deviation.
22.04 Bid determined as not substantially responsive will be rejected by the Company and/or the
Company and may not subsequently be made responsive by the Bidder by correction of the non -conformity.
23.0 EVALUATION AND COMPARISON OF BIDS
23.01 The evaluation of Bids shall be done based on the delivered cost competitiveness basis.
23.02 The evaluation of the Bids shall be a stage-wise procedure. The following stages are identified for evaluation purposes: In the first stage, the Bids would be subjected to a responsiveness check. The
Technical Proposals and the Conditional ties of the Bidders would be evaluated.
Subsequently, the Financial Proposals along with Supplementary Financial Proposals, if any, of
Bidders with Techno-commercially Acceptable Bids shall be considered for final evaluation.
23.03 The Company's evaluation of a Bid will take into account, in addition to the Bid price, the following
factors, in the manner and to the extent indicated in this Clause:
(a) Work completion schedule
(b) Conformance to Qualifying Criteria
(c) Deviations from Bidding Documents
Bidders shall base their Bid price on the terms and conditions specified in the Bidding Documents.
The cost of all quantifiable deviations and omissions from the specification, terms and conditions specified in Bidding Documents shall be evaluated. The Company will make its own assessment of
the cost of any deviation for the purpose of ensuring fair comparison of Bids.
23.04 Any adjustments in price, which result from the above procedures, shall be added for the purposes
of comparative evaluation only to arrive at an "Evaluated Bid Price”. Bid Prices quoted by Bidders shall remain unaltered.
F. AWARD OF CONTRACT
24.0 CONTACTING THE COMPANY
12
24.01 From the time of Bid opening to the time of contract award, if any Bidder wishes to contact the
Company on any matter related to the Bid, it should do so in writing.
24.02 Any effort by a Bidder to influence the Company and/or in the Company‘s decisions in respect of Bid
evaluation, Bid comparison or Contract Award, will result in the rejection of the Bidder‘s Bid.
25.0 THE COMPANY ’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR A LL BIDS
The Company reserves the right to accept or reject any Bid and to annul the Bidding process and
reject all Bids at anytime prior to award of Contract, without thereby incurring any liability to the
affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the grounds for the Company‘s action.
26.0 AWARD OF CONTRACT
The Company will award the Contract to the successful Bidder whose Bid has been Determined to be
the lowest-evaluated responsive Bid, provided further that the Bidder has been determined to be qualified to satisfactorily perform the Contract. Company reserves the right to award order other
bidders in the tender, provided it is required for progress of project & provided the bidders agree to come to the lowest rate.
27.0 THE COMPANY ’S RIGHT TO VARY QUANTITIES
The Company reserves the right to vary the quantity i.e. increase or decrease the
numbers/quantities without any change in terms and conditions during the execution of the Order.
28.0 LETTER OF INTENT/ NOTIFICATION OF AWARD
The letter of intent/ Notification of Award shall be issued to the successful Bidder whose bids have been considered responsive, techno-commercially acceptable and evaluated to be the lowest (L1).
The successful Bidder shall be required to furnish a letter of acceptance with in 7 days of issue of the
letter of intent /Notification of Award by Company.
29.0 CORRUPT OR FRADULENT PRACTICES
29.01 The Company requires that the Bidders observe the highest standard of ethics during the
procurement and execution of the Project. In pursuance of this policy, the Company:
(a) Defines, for the purposes of this provision, the terms set forth below as follows:
"Corrupt practice" means behavior on the part of officials in the public or private sectors by which they improperly and unlawfully enrich themselves and/or those close to them ,or induce others to do
so, by misusing the position in which they are placed, and it includes the offering, giving, receiving, or soliciting of anything of value to influence the action of any such official in the procurement
process or in contract execution; and
"Fraudulent practice" means a misrepresentation of facts in order to influence a award process or
the execution of a contract to the detriment of the Company, and includes collusive practice among
Bidders (prior to or after Bid submission) designed to establish Bid prices at artificial non -competitive levels and to deprive the Company of the benefits of free and open competition.
(b) Will reject a proposal for award if it determines that the Bidder recommended for award has
engaged in corrupt or fraudulent practices in competing for the contract in question ; (c) Will declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a
contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing, a contract.
29.02 Furthermore, Bidders shall be aware of the provision stated in the Terms and Conditions of Contract.
13
SECTION – III
TERMS & CONDITIONS
1. DEFINITION:
The following terms & expressions as used in this CONTRACT shall have the meaning defined and
interpreted hereunder:
1.1. Company: The Terms Company shall mean BSES Rajdhani Power Limited, having its office at BSES
Bhawan, Nehru Place, New Delhi-110019 and shall included its authorized representatives, agents,
successors and assigns.
1.2 Contractor: The terms Contractor shall mean successful tenderer / vendor to whom the contract
will be awarded and shall include its authorized representative, agents, successors, and assigns.
1.3 Rate: The unit rates for the work to be carried out at site shall be as per finalized unit rates through
tender and payable by the Company to the Contractor for the due, complete and proper performance of the
jobs covered under this Order. The above rates shall be firm for the entire duration of work to be carried out
by the Contractor under the CONTRACT and are not subject to escalation for any reason whatsoever.
1.4 Site: The terms Site shall mean the working location in BRPL.
1.5 Engineer in charge:The term Engineer In-charge shall mean the Company's authorised representative
who will issue the specific instructions for work to be carried out as per the site requirement.
For this order, Engineer in charge shall be Head (EMG)
2 EXAMINATIONS OF SITE AND LOCAL CONDITIONS:
The contractor is deemed to have visited all the sites comes under BRPL licensed area under the CONTRACT
and ascertained therefore all site conditions and information pertaining to his work. The company shall not
accept any claim whatsoever arising out of the difficulties at site/terrain/local conditions, if any.
3 LANGUAGES AND MEASUREMENT:
The CONTRACT issued to the contractor by the company and all correspondence and documents relating to
the CONTRACT placed on the Contractor shall be written in English language.
Metric System shall be followed for all dimension, units etc.
4 SCOPE OF WORK:
The contractor's scope of work shall be as defined in SECTION-IV of this tender document
5 CONTRACT PERFORMANCE SECURITY BANK GUARANTEE:
14
5.1 CONTRACTOR shall furnish the Security Performance Bank Guarantee in the prescribed format (Appendix I) within 1 month from the date of issue of Order for due performance of the provisions of Work
Order.
5.2 The Security Performance Bank Guarantee shall be of 5% of the total value of order and shall be valid till
contract validity, plus three (3) months towards claim period. The Security Performance Bank Guarantee shall be issued from any nationalized/ scheduled bank as per company format.
5.3 The Company shall reserve the right to invoke the bank guarantee unconditionally and without recourse
to the Contractor, if there is failure to perform any part of the Contract for whatsoever reason. This clause is pertaining to performance of contractual obligations and the decision of Company shall be final in this
regard.
5.4 In the event, in Company sole judgment, the Contractor has fulfilled all its obligations under this
Contract, Company shall release the security performance bank guarantee without interest, within seven (7) days from the last date up to which the performance bank guarantee is to be kept valid or if it is assessed
by the Company that Contractor has not fulfilled its obligation then the performance bank guarantee shall be
extended by the Contractor till that period as requested by the Company.
6. PRICE SCHEDULE:
1). Prices shall be finalized through this tender and these rates will remain firm and final for the entire
duration of work to be carried out by the CONTRACTOR, and are not subject to any escalation and variation
for any reason whatsoever.
2). The quantities mentioned are approximate and might vary while execution of the project and the total
amount payable to the contractor shall be calculated on the basis of actual quantities delivered calculated
through unit rates.
3). BSES reserves the right to revise the quantities by deleting or adding a part or the whole of for the individual items as listed in Price Bid and scope of work. The unit rates of will be applicable for the
deliverables of the revised quantities. It will be binding for the contractor to accept the revised quantities
issued by BSES at any stage during the execution of the project.
7. TAX & DUTIES:
All taxes, duties, including labour cess levied by Central Governments or local bodies shall be to contractor's
account including any duties which may be levied by the Govt during currency of this order.
However Service tax shall be paid extra @12.36%
Income tax will be deducted from your bills as Tax Deduction at Source (TDS).
Service Tax at actual shall be paid on submission of Service Tax Registration and self declaration on your
letter head stating that you have deposited/or will deposit the Tax as per the applicable service tax laws.
8. TERMS OF PAYMENT
The payment shall be made on receipt, testing and acceptance of the digital data by BRPL Digitization-in-
charge. The break up of the payment is as follows
• 70% on completion of Survey, Digitization& Positive QC Report.
• 20% after Data Uploading/Reconcile and post
15
• 10% against performance bank guarantee for a period of one year from the date of completion of
work.
The quantities of all the Invoices shall be acceptable as certified by the BSES Engineer In Charge.
Payment shall be made to the contractor after 30 Days of submission of certified Bills at Vendor Support Cell
subject to fulfilment of contractual obligations
9) TIME SCHEDULES:
Time schedules for the project will be as mentioned below.
The project shall be effective from the date of issue of the order and the time schedule for completing the work shall be within 6 months of order placement
The contractors which will not be able to adhere the time schedules for the submission of data as per the prescribed quality requirements will be levied with Liquidated damages as defined in the relevant clause.
10. MANPOWER SKILLS:
a) Contractor will ensure to deploy qualified competent resources to carry out the work as specified in this
Contract & as per the requirement of BRPL .
b) For Asset Mapping survey and data collection electrical domain and technical people are mandatory.
c) Contractor will also ensure the quality of work and data by deploying different qualified skilled resources
requirement to the utmost level, whereby ensuring the adherence to the data quality specification,
coordinates, attributes & electric network details.
d) Identity cards will be issued to the manpower of contractor duly signed by contractor & BRPL officials.
e) Identity cards must not be used for any illegal activities.
f) CV’s of manpower should be submitted to BRPL with passport size photograph.
g) ESI & PF account of manpower are mandatory.
Following is the detailed Manpower Requirement for the project.
Sr No Type Qualification Experience.
1. Surveyor 10th(Preferably ITI ) 1 year GIS Survey
2. Project Supervisor Graduate With GIS Knowledge 1 year GIS Domain
3 . Digitization Graduate with Computer Knowledge GIS Digitization Experience
The kind of manpower and their head count to be supplied by the contractor shall be in the consultation and
approval from the BRPL GIS-in-charge.
Safety Measures:
• Surveyor should wear shoes during work • Surveyor should wear gloves.
• No one is authorised to touch / temper meter seal.
• No one is authorised to touch any live equipment anywhere during survey.
• Any other safety and precautions need to be taken.
11. LIQUIDATED DAMAGES & PENALTY CLAUSE
16
In case the Contractor falls short of the work submission schedule as mentioned, a Liquidated Damage (LD)
shall be levied & penalty will be applicable as following
• BRPL shall reserve the right to terminate the contract of the contractors who will not meet the
agreed time schedules and mandatory manpower requirement. • Non compliance for completion of assigned work will be charged as 1% of the total order value
for each week or part there of delay until the actual date up to a maximum deduction of 10% of
total order value. • Loss of damage to GPS will attract two times of GPS cost.
• Loss of Identity card will attract 500 Rs / card.
• Not adopting safety measures will be charged 500 Rs / incident.
• Mall practices / Ethics will attract 10,000 Rs / incident & contractor can be disqualified for the
Project.
• Wrong work will be charge as two times of bill amount & work need to be corrected.
Penalties shall be applicable to the contractor in case not meeting the respective criteria of the contract.
BRPL reserves the right to terminate the contract of the contractor once the penalties exceed beyond a limit
decided by BRPL.The decision of levying the penalty shall be taken by the GIS-in-charge on case to case
basis.
12) GENERAL TERMS AND CONDITIONS:
i) For all necessary communications the Contractor and his staff should report to GIS-in-charge deputed by BRPL. GIS-in-charge shall mean the staff Appointed in writing by BRPL to act as GIS Engineer from time to
time for the purpose of the operating the Agreement.
ii) The HT maps being handed over to the survey contractor will be the sole property of the BRPL. The
contractor shall not be in any way used for any purpose other than the survey work. Photocopy or scanning
of the data after duly marking up the facilities etc shall be returned back to the owner BRPL. If BRPL finds that the survey contractor has not struck to these instructions, it shall be free to initiate legal proceedings
and / on may impose penalty.
iii) Contractor will arrange own office for it’s Surveyors.
iv) Contractor can work 7 days / week.
v) Contractor will have to co-ordinate with O & M by own.
vi) Contractor will have to explain the survey plan before starting the work
vii) Contractor will have to maintain various MIS Reports.
viii) Every Wednesday will be meeting day between contractor & GIS officials.
ix) 5 no. of GPS will be issued to contractor & beyond it contractor have to arrange by its own.
x) For all survey & other movements contractor will have to arrange its own conveyance.
xi) Stationary shall be arranged / Printed by contractor.
xii) All data & Reports need to be maintained at least for 4 years.
xiii) Binded copies of Report will be triplicate.
xiv) The contractor shall be directly responsible for any/all disputes arising because of the contractor & the
contractor Staff and shall keep us indemnified against all losses, damages and claim arising thereof.
17
xv) The contractor will ensure that none of the contractor Staff is engaged in any unlawful activities or any
other activity subversive of our interest failing which suitable action may be taken against the contractor as per the terms & conditions of this contract
xvi) The contractor shall be responsible for discipline of the contractor Staff and shall adhere to the
disciplinary procedure set by us. BSES shall be at liberty to object to the presence of any of the contractor
representative or Staff at the site, if in our opinion such Staff has done any act of misconduct or negligence or otherwise undesirable, then the contractor shall remove such a person objected to and provides a
competent replacement immediately.
xvii) To take due care of items while handling. The contractor shall be liable for recovery for the loss / damage occurred due to mishandling.
13. CONFIDENTIALITY AND NON-DISCLOSURE:
13.1 All details, documents data applications software systems papers statements business consumer
information and practices and trade secrets (hereinafter referred to "Confidential Information") which may
be communicated to contractor shall be treated as absolutely confidential and contractor hereby specifically
undertakes that contractor, its affiliates, employee or representative thereof shall not, and point of time,
whether during the subsistence of expiry or after termination of the present agreement, divulge or
communicate to any third party or use for its own purpose any confidential information of the BRPL or any
of its clients, which may come to the knowledge of contractor's in the course of performance of the present
agreement. Without prejudice to any other provisions of this agreement invent of breach of terms the
agreement with immediate effect, without assigning any reason whatsoever.
13.2 Contractor shall take all necessary action to protect the confidential information against misuse, loss,
destruction, deletion and/or alteration.
13.3 Contractor undertakes not to misuse or permit misuse directly or indirectly, commercially exploit the
confidential information for economic or other benefit.
13.4 Contractor undertakes not to make or certain any copies or record of any confidential information
submitted by BRPL other than those as may be required for the performance of Contractor obligation under
this agreement.
13.5 Contractor undertakes to notify BRPL promptly in case of any unauthorized or improper use or
disclosure of the information.
13.6 Contractor undertakes to return all the information, which is in the custody of the Contractor at the
end of the specific assignment or termination or early determination of this agreement whichever is earlier.
13.7 Contractor hereby unconditionally agrees and undertakes that it shall not disclose or publish the
terms and conditions of this agreement or disclose the information submitted by BRPL under the agreement
to any third party under any circumstances whatsoever without prior written consent of BRPL.
18
14. STATUTORY OBLIGATIONS:
The Contractor shall take all steps, necessary or otherwise, to comply with the various applicable
laws/rules/regulations/ notifications, including, but not limited to, the provisions of Contract Labour
(Regulation & Abolition Act) 1970 as amended, Minimum wages Act, 1984, Workman 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.
The Contractor shall, prior to commencement of the jobs under this Contract, furnish to the Company the
permanent Provident Fund Code numbers and ESI of its employees.
Contractor shall bear the entire responsibility, liability and risk relating to coverage of its workforce under
different statutory regulations including Workman's Compensation Act, ESI Act, Factories Act, 1948, the
Contract Labour (Regulation and Abolition) Act 1970, as amended from time to time, and any other relevant
laws/regulations as the case may be. Contractor shall also be solely responsible for the payment of all
benefits such as Provident Fund, Bonus, Retrenchment Compensation, Leave etc. applicable as per the
various statutory laws/regulations and shall keep the Company indemnified in this regard against any claim.
The Company shall entitled to deduct from any money due to or to become due to Contractor any money
paid or payable by way of compensation as aforesaid or cost or expenses in connection with any claims
thereto and Contractor shall abide by the decision of the Company to the sum payable by Contractor under
the provisions of this clause.
15. WORKMEN COMPENSATION:
The Contactor shall take insurance policy under the Workman Compensation Act to cover such workers who
are not covered under ESI and PF by the VENDER however engaged to undertake the jobs covered under
this order and a copy of this insurance policy will be given to Company for reference and records. This
insurance policy shall be kept valid at all times. In case there are no worker involve other than those who
are covered under ESI and PF by the VENDER, the VENDER shall certify for the same.
The VENDER shall keep the COMPANY indemnified at all times, against all claims of compensation under the
provisions of Workmen Compensation Act 1923 as amended from time to time or any compensation payable
under any other law for the time being involving workmen engaged by the VENDER in carrying out the job
involved and against costs and expenses, if any, incurred by the COMPANY in connection therewith and
without prejudice to make any recovery.
The COMPANY shall be entitled to deduct from any money due to or to become due to the VENDER, moneys
paid or payable by way of compensation as aforesaid or cost or expenses in connection with any claims
thereto and the VENDER shall abide by the decision of the COMPANY as to the sum payable by the VENDER
under the provisions of this clause.
16. THIRD PARTY INSURANCE:
19
The Contractor shall, prior to commencement of the jobs under this Contract, take out a comprehensive
insurance policy against any damage or loss or injury which may occur to any property or to any person or
any employee or representative of any outside Contractor/Company engaged or not engaged for the work of
the Company, by or arising out the execution of the work or temporary work or in carrying out of jobs under
this Work Order.
17. SAFETY CODE:
The Contractor shall ensure adequate safety precautions at site as required under the law of the land to
facilitate safe working during the execution of work and shall be entirely responsible for the complete safety
of their workmen as well as other workers at site and premises during execution of contract.
The contractor shall observe the safety requirements as laid down in the contract and in case of sub-
contract (only after written approval of company), it shall be the responsibility of main contractor that all
safety requirements are followed by the employees and staff of the sub-contractor.
The contractor employing two hundred employees or more, including contract workers, shall have a safety
co-ordinator in order to ensure the implementation of safety requirements of the contract and a contractor
with lesser number of employees, including contract workers, shall nominate one of his employees to act as
safety co-ordinator who shall liaise with the safety officer on matters relating to safety and his name shall be
displayed on the notice board at a prominent place at the work site.
The contractor shall be responsible for non-compliance of the safety measures, implications, injuries,
fatalities and compensation arising out of such situations or incidents.
In case of any accident, the contractor shall immediately submit a statement of the same to the owner and
the safety officer, containing the details of the accident, any injury or casualties, extent of properly damage
and remedial action taken to prevent recurrence and in addition, the contractor shall submit a monthly
statement of the accidents to the owner at the end of each month.
18 ENVIRONMENTAL, HEALTH & SAFETY PLAN:
Contractor will make ensure that the Environment, Health & Safety (EHS) requirements are clearly understood and faithfully implemented at all levels at site as per instruction of Company. Contractors must
comply with these requirements:
(i) Comply with all of the elements of the EHS Plan and any regulations applicable to the work (ii) Comply with the procedures provided in the interests of Environment, Health and Safety
(iii) Ensure that all of their employees designated to work are properly trained and competent
(iii) Ensure that all plant and equipment they bring on to site has been inspected and serviced in accordance with legal requirement and manufacturer’s or suppliers’ instructions
(iv) Make arrangements to ensure that all employees designated to work on or visit the site present themselves for site induction prior to commencement of work
(v) Provide details of any hazardous substances to be brought onsite
(vi) Ensure that a responsible person accompanies any of their visitors to site
All contractors’ staff is accountable for the following:
1. Use the correct tools and equipment for the job and use safety equipment and protective clothing
supplied, e.g. helmets, goggles, ear protection, etc. as instructed 2. Keep tools in good condition
3. Report to the Supervisor any unsafe or unhealthy condition or any defects in plant or equipment 4. Develop a concern for safety for themselves and for others
5. Prohibit horseplay 6. Not to operate any item of plant unless they have been specifically trained and are authorized to do so.
20
19. GOVERNING LAW AND ARBITRATION
Governing Law: This Work Order shall be governed by the laws of India and each party submits to the
exclusive jurisdiction of the courts in New Delhi.
Dispute Resolution Mechanism. All disputes and differences arising out of or in connection with this
Agreement shall be resolved amicably by mutual discussion within 30 days. If the dispute cannot be
resolved by mutual discussions and agreement the parties will take such dispute to an arbitral panel
comprising three arbitrators. The parties shall be entitled to appoint one arbitrator each and the two
arbitrators so appointed shall appoint the third arbitrator who shall act as presiding arbitrator. The party
seeking to invoke arbitration shall appoint its arbitrator in its notice of arbitration. The other party shall
appoint its arbitrator and intimate the same within thirty days of the receipt of the notice of arbitration.
In the event that such party fails to appoint its arbitrator within the specified period the arbitrator named
in the notice for arbitration shall decide the dispute as the sole arbitrator. The arbitration shall be
conducted in New Delhi in accordance with the provisions of the Arbitration and Conciliation Act 1996.
The award of the arbitral panel shall be final and binding on all parties. The arbitration proceedings shall
be conducted in English.
20. REPRESENTATION, WARRANTIES AND GUARANTEES
The Vendor hereby represents warrants and guarantees that:
It is a legally recognized entity under the laws of India;
The Contract contains valid and binding obligations and is enforceable in accordance with the terms hereof;
It has studied the technical feasibility, Site conditions and other prevailing conditions and all other
operational details and based on these studies carried out, has agreed to provide to the Company the
services as contemplated in this Contract;
It has appraised itself of all applicable rules and regulations, and shall at all times comply with such rules
and regulations;
It shall procure vehicles and manpower suitable for the purposes of this Contract to render services as
contemplated in this Contract;
The Services would be conducted in a safe and efficient manner at the Site and at all times in compliance
with Good Industry Practices and requirements of the Company, and in any event, in accordance to this
Work Order;
It shall procure all consents, licences, permits, approvals and certificates and authorizations as may be
required from any governmental authority for the performance of services at the Site;
It shall duly pay the duties, taxes and levies as are set out in this Contract, which are to be paid by the
Vendor;
There is no action, suit or proceeding, at law or in equity, or to the best of its knowledge, any official
investigation before or by any governmental authority, arbitration tribunal or other body pending or, to the
best of its knowledge, threatened against or affecting it or any of its property, rights or assets, which could
reasonably be expected to result in a material adverse effect on its ability to perform its obligations under
this Contract or on the validity or enforceability of this Contract;
21. FORCE MAJEURE
21.1 General
An "Event of Force Majeure" shall mean any event or circumstance not within the reasonable control, of the
Party affected, but only if and to the extent that:
21
Such event or circumstance, despite the exercise of reasonable diligence, could not have been prevented,
avoided or reasonably foreseen by such Party;
Such event or circumstance materially and adversely affects the ability of the affected Party to perform its
obligations under this Contract, and the affected Party has taken all reasonable precautions, due
care and reasonable alternative measures in order to prevent or avoid the effect of such event on
the affected party's ability to perform its obligations under this Contract and to mitigate the
consequences thereof. For the avoidance of doubt, if such event or circumstance would not have
materially and adversely affected the performance of the affected party had such affected party
followed good industry practice, such event or circumstance shall not constitute force majeure.
Such event is not the direct or indirect result of the failure of such Party to perform any of its obligations
under this Contract; and
Such Party has given the other Party prompt notice describing such events, the effect thereof and the
actions being taken in order to comply with Article 14.1
SPECIFIC EVENTS OF FORCE MAJEURE
Subject to the provisions of Article 14.1, Events of Force Majeure shall include only the following to the
extent that they or their consequences satisfy the above requirements:
The following events and circumstances:
Effect of any natural element or other acts of God, including but not limited to storm, flood,
earthquake, lightning, cyclone, landslides or other natural disasters, and\
Explosions or fires or flood
Public disorder, insurrection, rebellion, sabotage, riots or violent demonstrations of a local character;
Declaration of the Site as war zone.
Any order, regulation, directive, requirement from any Governmental, legislative, executive or judicial
authority.
(II) NOTICE OF EVENTS OF FORCE MAJEURE
If a force majeure event prevents a party from performing any obligations under the Contract in part or in
full, that party shall:
Immediately notify the other party in writing of the force majeure events within 2 working days of the
occurrence of the force majeure event
Be entitled to suspend performance of the obligation under the Contract which is affected by force majeure
event for the duration of the force majeure event
Use all reasonable efforts to resume full performance of the obligation as soon as practicable
Keep the other party informed of all such efforts to resume full performance of the obligation on a regular
basis
Provide prompt notice of the resumption of full performance or obligation to the other party.
MITIGATION OF EVENTS OF FORCE MAJEURE
The Vendor shall:
22
Make all reasonable efforts to prevent and reduce to a minimum and mitigate the effect of any delay
occasioned by an Event of Force Majeure, including applying other ways in which to perform the
Contract;
Use its best efforts to ensure resumption of normal performance after the termination of any Event of Force
Majeure and shall perform its obligations to the maximum extent practicable as agreed between the
Parties; and
Keep the Company informed at regular intervals of the circumstances concerning the event of Force
Majeure, with best estimates as to its likely continuation and what measures or contingency
planning it is taking to mitigate and or terminate the Event of Force Majeure.
BURDEN OF PROOF
In the event that the Parties are unable in good faith to agree that a Force Majeure event has occurred to
an affected party, the parties shall resolve their dispute in accordance with the provisions of this Contract.
The burden of proof as to whether or not a force majeure event has occurred shall be upon the party
claiming that the force majeure event has occurred and that it is the affected party.
TERMINATION FOR CERTAIN EVENTS OF FORCE MAJEURE
If any obligation of any Party under the Contract is or is reasonably expected to be delayed or prevented by
a Force Majeure event for a continuous period of more than 1 (one) month during the Term of the Contract
the Contract shall be terminated at the discretion of the Company and neither Party shall be liable to the
other for any consequences arising on account of such termination.
22. REPLACEMENT OF RESOURCE(S)
Should the Company consider at its sole judgment that the persons provided by the Vendor as unsuitable for
the job for whatsoever reason, the Company will have the option either (i) for prompt replacement at his
cost or (ii) to terminate this order in part or as a whole.
If the Company finds any employee of the Vendor guilty of any misconduct, incompetence or negligence, the
Vendor shall, if so intimated by the Company shall at once remove such employee and replace him by a
qualified and competent substitute.Vendor shall keep the Company informed of all manpower
replacements and all such data shall be submitted to the AM(PS) along with personal & qualification
details..
If any employee of the Vendor found included in unfair practices or causing direct or indirect damage to
Company Image / Property /Revenue immediate action to be taken by the vendor and Company to be
suitably compensate for the loss incurred by the Company.
23. HUMAN RESOURCE ISSUES
The Vendor would execute these works through their own resources.
The Vendor 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 Agreement. Also, the Vendor shall be sole
responsible for making payment for Hospitalization, Compensation thereof in case of any accident & injury.
The Vendor to deploy their manpower immediately for carrying out the work as specified above.
The Vendor should ensure that there are no disputes regarding service, 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
Vendor's employees shall insist upon the Company for employment, wages, and allowances or any other
related matter, payment etc.
The Vendor shall not deploy the manpower below the age of 18 years.
23
The Vendor shall be directly responsible for any / all disputes arising between him and his persons and keep
the Company indemnified against all losses, damages and claims arising thereof. The Vendor 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.
All safety wears required for the Vendor's manpower during the execution of work must be provided by the
Vendor at his own cost and he shall ensure that his employees regularly use such safety gears.
The Vendor shall be responsible for discipline of his manpower and shall adhere to the disciplinary procedure
set by the Company. The Company shall be at liberty to object to the presence of any representative or
employees of the Vendor, if in the opinion of the Company such manpower has done any act of misconduct
or negligence or otherwise undesirable, then the Vendor shall remove such a person objected to and provide
a competent replacement immediately. .The Vendor will ensure that none of the associate is engaged in any
unlawful activities or any other activity subversive of the Client’s interest failing which suitable action may be
taken against the Vendor as per the terms & conditions of the Agreement. The Vendor will ensure that
none of the manpower engaged by them will demonstrate before the offices of the Client with respect to
their grievances. In case any of the manpower engaged by Vendor is found indulging in such activities, the
Vendor will take suitable action against such of their employees..
The Vendor shall ensure compliance with minimum wage requirements of the correct category and ensure
the following
Timely payment of minimum wages to deployed manpower as per the rate notified from time to time by the
Government of National Capital Territory of Delhi.Compliance with all other relevant PF, ESI and Insurance
laws as applicable per statute. Challans / Receipt issued by Statutory Authorities like Regional Provident
Fund Commissioner (RPFC)/including their own Pension Provident Fund Trust for previous month & proof of
payment towards compliance of other statutory provisions like E.S.I.,Service Tax etc. VENDOR will also
produce challan/receipt with respect to payment of Service Tax as a proof for such statutory payment before
the same is released by the Client.
Vendor shall comply with provisions of the Payment of Wages Act. 1936, Minimum wages Act-1948,
Employees Provident Fund & Miscellaneous Provision Act. 1952, ESI Act 1948, Employer’s Liability Act 1936,,
Industrial Dispute Act 1947, Maternity Benefit Act 1961, Contract Labour (Regulations & abolition) Act 1970,
Delhi Shops & Establishment Act or any modification thereof or any other Act relating to rules made
hereunder from time to time. For the said purpose the vendor shall get itself covered under the Employee’s
Provident Fund & Miscellaneous provision Fund 1952 & ESI directly with the appropriate Regional Provident
Fund Commissioner, if not done so far and shall intimate to the Client the Code No. allotted by the RPFC &
ESI Authorities within one month from the date of commencement of the assignment.
The Company reserves the right to demand the Vendor's services on holidays as well as beyond the normal
working hours.
The Vendor will ensure that none of their person is engaged in any unlawful activities subversive of the
Company's interest failing which suitable action may be taken against the Vendor as per the terms and
condition of this order.
The Vendor shall be liable for payment of all taxes and duties as applicable, to the State/ Central Govt. or
any local authority.
The Vendor's employees shall not be treated as Company's employees / persons for any purpose whatsoever
& facilities/ benefits applicable to the Company's employees shall not be applicable to Vendor's employees.
If due to any reasons whatsoever the Company 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 Vendor or from any of
the invoices payable to him or failing which it shall be recovered as per law.
The Vendor shall confirm in writing that he will follow and comply all the statutory acts applicable.
The Vendor shall obtain all registration/permissions licenses etc., which are/may be required under any labor
or other legislations for providing the services under this Agreement.
24
Vendor shall take insurance policy under the Workmen Compensation Act to cover workers, not covered
under ESI Act 1948, engaged by it and Accident Liability Insurance for its employees for payment of
compensation on account of injury, fatal or otherwise due to accident during service. Copies of these
insurance policies will be submitted to company before claiming any payments for reference and records and
these insurance policies shall be kept valid at all times.
In case it is desired by any Labour authorities to produce the records with respect to salary/
PF/ESI/EDIL/Bonus etc, the said record/register will be made available by the Vendor.
24. INDEMNIFICATION
The vendor shall indemnity, defend, save and hold harmless all directors, company and its employees
against any and all suits, proceedings, actions, demands and third party claims for any loss, damage, cost
and expense suffered by company on account of the negligence, act or omission inaction by the vendor or
its employees under this Agreement. Agencies shall also wholly indemnity and compensate company against
any theft, misappropriation, fraudulent act or omission, any collusion with customer/s, or any other offence
under the applicable laws or breach of obligation under the present agreement, and would also render itself
liable to appropriate legal action being initiated against it by company.
The Vendor shall also be responsible and liable to company for any loss or damage caused to company for
any negligence or inaction, damage to the property of company caused by the vendor or its employees.
25. SEVERABILITY
If any provision of this Agreement is or becomes invalid or unenforceable by the courts of any jurisdiction to
which it is subject, such invalidity or unenforceability shall not prejudice the remaining provisions of this
Agreement, which shall continue in full force and effect.
26. WAIVER OF RIGHTS
No delay or forbearance by either party in exercising any right or power under this Agreement shall be
construed as a waiver of such right or power, nor shall any single or partial exercise of such right or power
preclude any further exercise of such right of power.
27. Reports and Information
The contractor shall be obliged to submit or furnish to COMPANY, all or any information as desired by
company, in the form of a report or otherwise. The report may be required at regular interval as specified by
company or at Company's behest. The information shall be provided in a format to be specified by the
company to the contractor. However, company, reserves the right to revise this format which would be
communicated to the contractor and it shall be valid and binding obligation of the contractor to submit the
desires information in the revised format
28 RISK & COST :
If the Contractor fails to execute the work as per specification / as per the direction of Engineer's In-change
within the scheduled period and even after the extended period, the contract shall got cancel and company
reserves the right to get the work executed from any other source at the Risk & Cost of the Contractor. The
Extra Expenditure so incurred shall be debited to the Contractor.
29. SECRECY CLAUSE
The technical information, data and other related documents forming part of order and the information
obtained during the course of investigation under this order shall be the Company's exclusive property and
shall not be used for any other purpose except for the execution of the order. The technical information
25
drawing, records and other document shall not be copied, transferred, or divulged and/or disclosed to third
party in full/part, not misused in any form whatsoever except to the extent for the execution of this order.
These technical information, drawing and other related documents shall be returned to the Company with all
approved copies and duplicates including data/drawing/plans as are prepared by the Vendor during the
executions of this order, if any, immediately after they have been used for agreed purpose.
In the event of any breach of this provision, the Vendor shall indemnify the Company against any loss, cost
or damage or claim by any party in respect of such breach.
The Vendor shall not use the name/logo/emblem of the Company in any manner either for credit
arrangement or otherwise and it is agreed that the Company shall not in any way be responsible for the
debts, liabilities or obligations of the Vendor and/or his employees.
The Vendor hereby covenant that the Vendor shall be responsible for theft if any committed by his staff and
the vendor shall indemnify from and against all claims, demands, actions, suits and proceedings, whatsoever
that may be brought or made against the Company by or on behalf of any person, body, authority
whatsoever and whomsoever and all duties, penalties, levies, taxes, losses, damages, costs, charges and
expenses and all other liabilities of whatsoever nature which the Company may be liable to pay, incur or
sustain by virtue of or as a result of the performance or non- performance or observance or non-
observance by the Vendor of any of the terms and conditions of this contract. The Company shall have full
power and rights at its discretion to pay or defend or compromise any suits, claims or demands brought or
made, whether pending or threatened touching upon this contract as it may consider necessary or desirable
and shall be entitled to recover from the vendor all sums of money including all legal costs, charges and
expenses incurred by virtue of any such compromises which shall not be called into question by the Vendor
but shall be final and binding on the Vendor.
30. AMENDMENT:
Any modification, amendment or other change to this Agreement shall be affected only by a written
instrument signed by the authorized representatives of both the COMPANY and the CONTRACTOR
31. NON-EXCLUSIVITY
The award of this order to the Vendor shall not preclude the Company from awarding the same order for
similar work at the same rates, or on any terms and conditions to other party or parties. The Company at its
desecration places the order on any other party.
32. SUB-CONTRACTING / SUBLETTING:
CONTRACTOR shall not assign or transfer the whole or any part of this Work Order or any other benefits
accruing there from nor shall it subcontract / sublet the whole or any part of the Works without the prior
written consent of COMPANY.
In the event the contractor assigns this work order, contractor's assignees shall be bound by the terms and
conditions of this work order and shall , if deemed necessary by COMPANY at the time of such assignment,
undertake in writing to be so bound by this Work Order.
Notwithstanding the subletting / subcontracting of any portion of the works, contractor shall remain wholly
responsible for the carrying out, completion and satisfactory execution of Works in all respects in accordance
with this Work Order, specification, approved drawings and data sheets.
33. PREMATURE TERMINATION
The work order once placed can be terminated by BSES before the expiry of its term under the following conditions:
1). It is found by us that the contractor Staff has intentionally manipulated or corrupted the data, or disclosed any of the contents of the details to any third party.
26
2). The contractor repudiates this order or otherwise evidences intention not to be bound by this order;
3). The contractor assigns, mortgage, or charges or purports to assign, mortgage, or charge any of its obligations or rights in contravention to the provisions of this order; or, transfers or notates any of its
obligations in contravention to the provisions of this order. 4). The contractor breathes the Secrecy Clause.
5). If at any stage during the tenure of the work order, the contractor or the contractor staff is found to be
involved or indulging or even attempting illegal, unlawful action or activities or some fraudulent or even trying to take or ask bribe or to give bribe official/staff or misuse or abuse any of our equipment.
6). BSES shall be entitled to deduct from any money due or to becomes due, money paid or payable by way of compensation as aforesaid or cost or expenses connection with any claims there to and the contractor
shall abide by our decision as to the sum payable by the contractor under the provision of this clause.
The order can be terminated by the Company before the expiry of its term under the following conditions:
i) The Vendor fails to perform the activities as per requirement of the Company
ii) It is found by the Company that the Vendor has intentionally manipulated the meter installation or
corrupted the data, or disclosed any of the contents of the details to any third party.The Vendor
repudiates this order or otherwise evidences intention not to be bound by this order;
The Vendor assigns, mortgages, or charges or purports to assign, mortgage, or charge any of its obligations
or rights in contravention to the provisions of this order; or, transfers or negates any of its obligations in
contravention to the provisions of this order.
The Vendor breaches the Secrecy Clause.
If at any stage during the tenure of the work order , Vendor is found to be involved or indulging or even
attempting illegal, unlawful action or activities or some fraudulent or even trying to take or ask bribe from
any customer or to give bribe official/staff or misuse any meter of the Company.
The Company shall be entitled to deduct from any money due or to becomes due to the Vendor, money paid
or payable by way of compensation as aforesaid or cost or expenses connection with any claims there to
and the Vendor shall abide by the decision of the Company as to the sum payable by the Vendor under the
provision of this clause.
34. ACCEPTANCE & TERMINATION
1. Acceptance of this Work Order expressly stipulates and includes acceptance of all terms and conditions
enumerated in this Work Order, including, in the technical specification and drawings made available to
Vendor consisting of general conditions, detailed scope of work, detailed technical specification & detailed
equipment, drawing. Complete scope of work and the Vendor's and Company's contractual obligation are
strictly limited to the terms set out in the order. No amendments to the concluded order shall be binding
unless agreed to in writing for such amendment by both the parties.
2. The Contract can be terminated by either party by giving to the other one-months’ notice in writing
thereof. The Company reserves the right to terminate the contract without notice in case of
unsatisfactory work or non-compliance with any of the above stated terms.
3. Notwithstanding anything contained in this Work Order, if, at any time during the course of the execution
of the Work Order, the Company is of the view that the work under the Work Order is not being
performed in accordance with the terms of this Work Order, the Company reserves the right to cancel
this Work Order forthwith without assigning any reason and the Company shall be entitled to recover all
damages and expenses, including losses suffered due to such non-performance or under performance.
27
SECTION-IV
SCOPE OF WORK
A) SCOPE OF WORK FOR GIS LT NETWORK SURVEY & DIGITIZATION.
1. Preface:
BRPL wants GIS as base module for all it’s operations. The GIS activities are operational for HT & EHV
activities & final phase is initiated where in LT network activities will also be on GIS. This document pertain
to “LT Network planning & Digitization” of BRPL Network.
1.1 OBJECTIVE: The prime objective of the project is to revitalize the distribution sector to achieve
sustainable development in the long term with these aspects in mind.
• To provide information & services up to LT level without human intervention through collection of
metered energy of feeders, distribution transformer, billing information of customers.
• Improvement of power quality and reliability – to enhance customer satisfaction.
• Aid to reduction in losses.
• Planning & Scheme formation aid in GIS, for reduction in outages and improvement in reliability
through revamping of all networks, substation and DT by creating adequate redundancy in system
to take care of equipment failure.
• To provide service to functional department.
2. SCOPE OF WORK:
Contractor will have to do survey of LT feeders with LV Assets & to digitize the same on GIS Server
followed by Internal Quality check with under mentioned terms.
a. The Contractor shall provide the Services to BRPL. The Services to be provided by the Contractor
under the Contract shall be in accordance with SOW inter-alia for:
a) LT Survey & Mapping
b) Asset Mapping
c) Digitization on BRPL Server.
This will include geometrical Accuracy & Information Accuracy. Deliverables provided by Contractor
shall always complete in all aspects (without limit or limitation). The Scope of Work includes the
specifications for the training modules for BRPL GIS Server. The Services with or without
incremental value thereto will be provided only for the benefit of BRPL.
b. The SOW shall be subject to change if such change is necessitated by the change in Scope of Work
due to any further requirement.
c. The Contractor at its own costs shall be responsible for securing and complying with all statutory
approvals, sanctions or any other compliance as may be required for the purpose of fulfilling its
obligations under this Contract.
28
d. Access to BRPL locations (including the data centre sites) shall be strictly restricted. No access to
any person except the essential personnel belonging to the Contractor who are genuinely required
for the provision of deliverables and who have been explicitly authorized by the BRPL, BRPL
authority shall be allowed entry to the Locations. Even if allowed, access shall be restricted to the
equipment pertaining to Contractor only.
e. Contractor hereby agrees and accepts that Services under this Contract would be performed in a
Division wise manner and Contractor would commence work on any Division only after receiving the
approval from BRPL in writing.
f. Contractor shall ensure to submit Daily Progress Reports and other MIS reports mentioned further in the document. This will be on everyday, weekly and monthly basis in respect of all the Services /
work performed. This Daily Progress Report shall give in depth details on a daily basis of all the
Services performed in accordance with the SOW under this Contract.
g. Contractor hereby agrees and accepts that BRPL reserves the right to do a ‘Process Intervention’ any time during the term of the Contract to review the practices adopted by the Contractor to
deliver the Services under this Contract and to assess the requirement of any support which may be provided by BRPL in order to streamline the processes and ensure adherence to the execution
timelines.
3 . SURVEY:
BRPL LT network includes 19 Divisions divided into 6 circles having 8,000 DT & 25000 HVDS with
approximately 35,000 Feeders. Survey of LT & HVDS feeders needs to be carried out HT feeder wise
for every divisions of BRPL. Asset need to be captured as per survey Performa ( See Annexure – 1).
S. no. FEATURES
Quantity
(Approx.)
SCOPE
1. 11 KV Sub Station &
RMU
8,000
a. Mark the missing 11 KV Sub Station & RMU
feeding to D.T. / HVDS, on the Landbase map
b. Draw the Sketch of Internal Network for all
11 kV Sub Station & RMU feeding to DT/HVDS,
including Incoming, Outgoing, Distribution
Transformer, LT ACBs, Capacitors, LT & HVDS
Feeders.
c. Collect the data of all 11 kV Sub Station &
RMU to DT/HVDS, as per Data Collection Sheet
(Annexeure-1) including Name of Division, Sub
Station, RMU with SAP Function Location id &
X-Y coordinates.
2. Distribution
Transformer.
8,000
a. Draw the SLDs for all the 11 kV DTs
including those marked on the maps and
those which are missing as per the SLD.
b. Collect the data of all 11 kV DTs including
Circuit breaker, Bus Bar, Fuse, Switch & X-Y
coordinates.
c. Collect data of DT-Meter with CT-Ratio,
Sensor & attributes mentioned on collection
29
sheet.
3. LT Panel / ACB 35,000 Collect details of Switch, CB, APFC, Feeder –
Meter with CT-Ratio etc.
4. LV U/G cable, LV
Overhead Conductor &
Connectivity with
Assets.
35,000
Feeders
Mark the LV Underground cable & conductor
on the Land base map and collect type, size &
all attributes as per collection sheet.
Establishing Connectivity cable on the Land
base Maps with Assets
5. Feeder Pillars 10,000 Mark the Feeder Pillars & Collect the data for
Feeder Pillars including Type, BusBar and Fuse.
CA/K.No. of atleast one consumer tagged to
pole need to be mapped.
6. Pole 4,00,000 Mark the pole on the Land base maps & Collect
the data of pole, D.B.shackle.CA/K.No. of
atleast one consumer tagged to pole need to be
mapped.
7. Street Light. 2,50,000 Street Lights need to be marked with all its
details & streetlight controller with meter
details.
8. HVDS. 25,000 poles
&400 RMU
HVDS with details needs to be mapped with
network up to shackle point.
9. Consumers Mapping of Consumer listed in Annexure - 4
3.1 Procedure of Survey:
� The surveyor will be required to carry land base maps marked with HT Sub-stations & DT along with
data entry forms and fill-in these forms with the attribute details and enter reference code for DT, Pole & Feeder Pillar. The surveyor will mark the features as per the symbology (Annexure-2).
� The survey work shall be carried out feeder wise for every Division of BRPL. All the features
mentioned shall be marked on the maps.
� The attributes as collected will require to be entered through the data entry software provided by
BRPL.
� Also surveyor will be required to capture LT Circuit details of all 11 KV Distribution Transformer
Stations. He will also be required to prepare the single line diagrams (SLD) for the following features:
30
1. 11 KV Distribution Transformer & LT Panel/ACB
2. Feeder Pillars / Support structure
� The surveyor will be required to mark 11 kV DTs where ever missing on the hard copy Maps. The
surveyor will also be required to correct the location of the existing DTs if the positions are incorrect on the hardcopy maps. He will be required to collect the complete attribute data for DTs.
� Once Data will be finalized contractor will have to get data approved from concerned O & M in charge.
The Survey team will be required to deliver the Hard copy maps with all LT Network features with
complete connectivity and the respective attributes.
3.2 LT & HVDS Network Survey Input:
11 KV Network up to Transformers for the all divisions of BRPL are already marked by BRPL. GIS
survey needs to be carried out for plotting of Low voltage (LV) & HVDS electrical network for the
various divisions of BRPL. Hard copies of the available land based maps marked with the HT Sub-
station, RMU & DT will be issued to the surveyor. The features already marked on these land base
maps include:
• 11 KV Sub Stations with DT.
• HVDS RMU
• GPS Devices (Garmin-e-Trex 10).
• Data capturing Performa.
• Training to surveyor.
3.3 Definition of the Feeder:
• DT having less than 10 consumers will be considered as one feeder.
• Outgoing feeder from DT having rating up to 100 KVA will be consider as one feeder.
• LT feeder divided into different branches will be considered as a single feeder up to shackle point.
• Multiple LT feeders from a single panel will always be considered as different feeders.
• In case of HVDS- nos of feeder will be counted for 11 KV feeders energizing from RMU.
3.4 LT Network Survey Output/Deliverables
Following are the deliverable outputs required from contractor.
• Hardcopy of Surveyed Maps.
• Softcopy of Surveyed Maps.
• Hardcopy of Survey Performa.
• QA/QC Report of the network.
4. DIGITIZATION:
The key to data digitization is the data accuracy. Connection to database servers for land base
data/Electric data, Application Server and development server are established.
Digitization of the surveyed feeder needs to be done with in maximum of 7 days of survey with following
accuracies.
31
Geometrical Accuracy:
• Every feature has to be captured accurately under the object (feature) classes.
• Orthogonality of the corners has to be maintained as it is for the polygon features.
• Symbols have to be produced same as paper map / legend provided by BRPL
• Lines have to be captured accurately and wherever bend is there, arc elements should be
incorporated.
• Polygons should be captured accordingly.
Informational Accuracy:
• Every feature should be digitized. No missing data will be accepted.
• Contractor would furnish detail quality check procedure for accuracy.
Digitization procedure should be as per Annexaure-3.
Following inputs shall be provided by BRPL for Network Digitization:
• Land base maps with FL details.
• A0 HT size maps shall also be made available for Reference.
• HT FMC Report.
• Training on GIS Server.
4.1 Network Digitization:
Network will be digitized on Land base map in BRPL Server. It includes mapping of missing DTs, LT
equipment like LT circuit breakers, switches, LT feeder pillars, LT support structures, street light and
attachment of attributes with respect to above equipments. The network features shall maintain proper
connectivity as shown in the A0 size maps. Also DTs and Feeder Pillar SLDs should maintain a standard
format as suggested by BRPL GIS -in charge.
LT Bus-bars need to be digitized in all substations with DT. These must be properly snapped to each
other so that every feature must pass current flow. Every Bus bar must be connected to the
CB/SWITCH & proper snapping method must be followed. After snapping feeder will be digitized &
should be connected to support structure / FP/ Street Light Details of every Asset captured must be
entered to attributes of concerned asset. Shackle points must be digitized as Cut points. HVDS must
be digitized in DT subtype layer with their connectivity.
4.2 Following Asset Coding shall be done during Digitization Process.
4.2.1. FL/SSTN: SAP Code will be unique code for FL/SSTN.
e.g. VKPA162
4.2.2. DT: For DT SAP FL will be in DT & DT will also be categorized .
e.g. DT01, DT02 etc.
4.2.3. LT Feeders: LT Feeders will have following coding/id
a. HT Feeder id will be there for corresponding HT Feeder detail.
e.g. VKP- BODE-1-12-VKP299
b. Second id will show position of LT feeder from Left side of Panel, it will also
. provide DT position & First Pole/pillar number.
e.g. VKPA162 -DT02 - 03- VKPA001 -01
FL Code DT Position LT Feeder Position from Left
Pole Number of First
Pillar Number of First
Counter No. of feeder
32
For Feeder pillar: VKPA162-DT02-03-FPA31-01
This id will be populated on LT feeder up to cut /shackle point.
4.2.4. Pole: Pole code will be followed as painted on Poles by O & M.
4.2.5. Feeder Pillar: FP code will be followed as painted on pole by O & M.
4.2.6. DT outgoing direct to panel: In these cases the coding will be done on DT panel by digitizing a small outgoing panel & details of the panel will be in attributes.
VKPA162 -DT02- L001-01
4.2.7. Deliverables required from the contractor
• Digitized LT Assets on GIS-Server in particular Session.
• Digitized LV Network on GIS-Server in particular Session.
5. Quality Process & Acceptance Criteria:
Quality check would be carried out by BRPL using manual methods and software tools. The quality check
would include the checking of whether:
• All the objects have been plotted accurately with no overlapping and while splitting; it has been
taken care of that the nodes have been put at each and every building. • If there exists one-to-one relationship then whether the plotting is correct.
• The attribute data has been uploaded or not
• Proper file naming and version management to be followed .
• Correctness of map features accurately represented in GIS database
• Overlaying vector on Land base data and checking of matching accuracy of vector features on to
the raster image
• Checking of GIS topological errors
• Checking of map features are linked to the correct attribute information
• Checking of correctness of attribute value
• Feature count
• Checking of feature class / tables / dataset names as per source PGDB
• Checking of Schema (Field Size / Field Types / Field Names) as per source PGDB
• Duplicate records and spatial features
• Validate data and domains/ sub types
• Field verification, location and positional errors of features in ground.
• Attribute correctness w.r.t field reality
• Logical error, network connectivity correctness, Geometric Network Errors such as loops,
disconnection in the network etc. • Checking of Asset / Admin / Paint Codes as per approved logic
• Checking of basic network parentage details (Example: DTR should have the details of connected
Feeder & Substation).
• Edges match checking between the two adjacent divisions / substations / feeders / DTRs / Poles /
Buildings etc. • Mandatory attributes check in final delivery of the data
• Checking of relationships between the features classes
• Checking of source data
• Checking of spatial extent
• Checking of coordinate system (Projection system – UTM, Zone – 43, Datum – WGS84)
• Typographical error and spelling
• During network change implementation only the "insert/update/deletion information" PGDB of
those updated feature classes/tableware required as part of delivery so that it will be implemented
Position of Direct
Counter No. of feeder
Counter No. of feeder
33
in the GIS Application accordingly on incremental basis. Contractor should not submit the town /
division level whole data again to reload in GIS Application. • Contractor needs to submit to submit a detailed QC report at the time of final delivery of the
PGDB data
• Checking of proper / appropriate phase designation between the features in the electrical
networks • Proper Connectivity & Equipment Sequence within layout should be checked
• Checking of proper voltages according to the electrical network hierarchy
• After the quality check, reconcile and post of versions shall take place. This activity shall also be
carried out by the BRPL staff.
The Maps rejected during Quality checking for not meeting acceptance criteria shall again be issued to
Contractor for revisions and once the errors are removed, the same can be forwarded for further Quality
Checking and reconcile/Post.
The Contractor must maintain a minimum accuracy level of 100% below which the delivery will not be
considered as successful. Contractor shall do internal QC of his data. The QC report are part of
deliverable.
6. Monitoring Progress of the Project:
Weekly MIS sheet for monitoring the activities. The MIS report should mention the targets to be
achieved in a week versus the actual productivity of the survey & digitization manpower.
Weekly MIS REPORT (Tentative)
Circle Division
Contractor
Week Planned
Actual
Done
Cumulative
Planned
Cumulative
Actual
Gap
Current Week
Last Week
2nd Week
3rd Week
.
.
.
.
.
.
.
So Far
34
B) QC OF GIS LT NETWORK SURVEY & DIGITIZATION: 1. Preface:
BRPL wants GIS as base module for all it’s operations. The GIS activities are operational for HT & EHV
activities & final phase is initiated where in LT network activities will also be on GIS. This document pertain
to “QC of LT Network planning & Digitization” of BRPL Network. For this purpose QA/QC team is required to
provide accurate & quality data.
1.1 OBJECTIVE: The prime objective of the QA/QC team is to check the work done by contractor assigned
to do survey & digitization work. This will provide quality & maximum accuracy in the data. Some of these
aspects are as under.
• QC of LT Feeders Mapped by surveyor up to shackle point.
• QC of LV Assets mapped.
• Finding of Missing information.
• Checking Missing attributes.
• Proper Digitization & loop detection.
• Proper Feeder id generated.
• FMC Reports.
2. Scope of QA/QC:
QA/QC team will do 10% of the Surveyed LT feeders with LV Assets along with 100% of digitized GIS Server
data. QC person will have to create circuit source & Feeder Id for all LT feeders. FMC Reports for all LT
feeders need to be created.
3. Scope of Survey QC:
� Whether the surveyed data on land base maps marked with HT Sub-stations & DT along with data entry forms are fill-in with the attribute details and reference code for DT, Pole & Feeder Pillar.
Features are as per the symbology
� The survey work had been carried out feeder wise for every Division of BRPL. All the features
mentioned shall be marked on the maps & no data or location is missing.
� The attributes are collected as per format provided by BRPL.
� Single line diagrams (SLD) for the following features has been prepared:
3. 11 KV Distribution Transformer & LT Panel/ACB 4. Feeder Pillars / Support structure
� Whether surveyor had marked 11 kV DTs where ever missing on the hard copy Maps & surveyor
had collected the location of the existing DTs if the positions are incorrect on the hardcopy maps. He will be required to collect the complete attribute data for DTs.
35
� Whether the shackle points are correct as per site
� Whether all details related to the feeder are correct. � Any other Guidelines by BRPL
� Finalized data get approved from concerned O &M in charge.
3.1 Input for Survey QA/QC
• Surveyed Maps.
• Surveyed Format.
• Soft Copies.
• GPS.
• Training to manpower.
3.2 Deliverables from Survey QA/QC Team
• Verified Maps& Verified Survey Format..
• QC Report.
4. Scope of QA/QC of Digitization:
Quality check would be carried out using software tools provided by BRPL. Feeder id need to be generated
& FMC reports need to be prepared. The quality check would include the checking of whether:
• All the objects have been plotted accurately with no overlapping and while splitting; it has been
taken care of that the nodes have been put at each and every building.
• If there exists one-to-one relationship then whether the plotting is correct.
• The attribute data has been uploaded or not.
• Proper file naming and version management to be followed .
• Correctness of map features accurately represented in GIS database
• Overlaying vector on Land base data and checking of matching accuracy of vector features on to
the raster image
• Checking of GIS topological errors
• Checking of map features are linked to the correct attribute information
• Checking of correctness of attribute value
• Feature count
• Checking of feature class / tables / dataset names as per source PGDB
• Checking of Schema (Field Size / Field Types / Field Names) as per source PGDB
• Duplicate records and spatial features
• Validate data and domains/ sub types
• Field verification, location and positional errors of features in ground.
• Attribute correctness w.r.t field reality
• Logical error, network connectivity correctness, Geometric Network Errors such as loops,
disconnection in the network etc. • Checking of Asset / Admin / Paint Codes as per approved logic
• Checking of basic network parentage details (Example: DTR should have the details of connected
Feeder & Substation).
• Edge match checking between the two adjacent divisions / substations / feeders / DTRs / Poles /
Buildings etc. • Mandatory attributes check in final delivery of the data
• Checking of relationships between the features classes
• Checking of source data
• Checking of spatial extent
• Checking of coordinate system (Projection system – UTM, Zone – 43, Datum – WGS84)
• Typographical error and spelling
• During network change implementation only the "insert/update/deletion information" PGDB of
those updated feature classes/tableware required as part of delivery so that it will be implemented
36
in the GIS Application accordingly on incremental basis. Vendor should not submit the town /
division level whole data again to reload in GIS Application. • Checking of proper / appropriate phase designation between the features in the electrical
networks
• Proper Connectivity & Equipment Sequence within layout should be checked
• Checking of proper voltages according to the electrical network hierarchy
• No loops in entire Network.
• After the quality check, reconcile and post of versions shall take place. This activity shall also be
carried out by the BRPL staff. • FMC will have to be done after digitization of LT Feeder.
• FMC Report will have to be created after populating Feeder-id.
Vendor must maintain a minimum accuracy level of 100% below which the delivery will not be
considered as successful.
4.1 Inputs for Digitization QC Team
• Surveyed Maps.
• Surveyed Format.
• Soft Copies.
• GIS Server with Login & Editing facility in particular session.
• HT FMC Reports.
• Digitized feeder on GIS Server.
• Training to manpower on GIS Server.
4.2 Deliverables from Digitization QA/QC Team
• Verified HT FMC Reports.
• LT FMC Reports
• QC Reports.
5. Manpower Requirement with skills:
Manpower for QC/QA need to be consulted & interviewed by BRPL GIS. However following are the
essential qualification & experience requirements for the manpower.
Sl. No Manpower Type Qualification Experience
1. Supervisor Graduate with GIS Knowledge 1 Year GIS Domain
2. Field Person 10th (Preferably ITI) 1year GIS Survey
3. KPO & Digitization Graduate with Computer Knowledge Digitization Exp.
37
SECTION-V
PRICE FORMAT
S.No.
Item Unit Qty. Quoted
Rate (in Rs.)
Amount in
Rs.
1 Survey of LT & HVDS Feeder as per attached
format including Pole, Pole DB, Street Light,
Feecer Pillar, HVDS Transformer, O/H & U/G
LT Network
Per LT Feeder/
HVDS Feeder
35000
2 Data Punching & Digitization of LT & HVDS
Feeder as per attached
format including Pole, Pole DB, Street Light,
Feecer Pillar, HVDS Transformer, O/H & U/G
LT Network
Per LT Feeder/
HVDS
Feeder
35000
TOTAL (A)
Service Tax @12.36% (B)
TOTAL (A+B)
SECTION-VI
38
ANNEXURES
Annexure-1
LT Survey Format –Sample
39
Annexure -2
Network Survey process flow Chart
Distribution Transformer
DT – Meter With CT Ratio
Sensor
LT Panel Board/ACB.
Switch
CB
APFC
Feeder Meter LT Cable
LT- Pole Feeder Pillar Street Light Control Panel
Pole - DB Service Cable Street Light Pole
Meter
Street Light fixture
Consumer K.No/CA
Hvds
Service Cable
Service
Pillar &
Shackle
point.
LT Conductor
up to Shackle
point
Min one tagged Consumer CA/K no.
Consumer
40
Annexure – 3
Digitization Process Flow Chart
Substation & DT Digitization Substation Attributes
DT- Attributes
LT Panel Digitization Switch (circuit source
generation)
CB (circuit source
generation)
LT Cable from DT
LT- Pole Street Light Pole
Pole to pole
Digitization
through
cable/conductor
FP to SP
Through Service
Cable
Cut Point Cut Point Cut Point
Internal Quality Check
HVDS with network
Apartment Panel Details
Feeder Pillar
41
Annexure – 4
List of Consumers to be Mapped.
Type Quantity
• All 3 Phase Consumers. 1,25,000 Approx
• Any one Single Phase Consumer per pole.
42
Annexure – 5
Quantities
Estimation of Quantity for LT and HVDS Network (Survey & Digitization)
Sr. No. Group Name of Division Nos. of LT
Feeder
Nos. of
HVDS Feeder
Estimated
Feeder
SOUTH-A
1 ALAKNANDA 2100 0 2100
2 NIZAMUDDIN 1999 1 2000
3 SARITA VIHAR 2465 35 2500
TOTAL 6600
SOUTH-B
4 KHANPUR 1030 100 1130
5 NEHRUPLACE 2250 0 2250
6 HAUZKHAS 1800 0 1800
7 RK PURAM 1350 0 1350
TOTAL 6530
SOUTH-C
8 SAKET 2900 300 3200
9 VASANTKUNJ 2280 20 2300
TOTAL 5500
WEST-A
10 JAFFERPUR 720 60 780
11 NAJAFGARH 1370 240 1610
12 DWARKA 2700 70 2770
TOTAL 5160
WEST-B
13 NAGLOI 1650 30 1680
14 MUNDKA 1050 40 1090
15 VIKASPURI 1900 210 2110
TOTAL 4880
WEST-C
16 JANAKPURI 2000 10 2010
17 PUNJABIBAGH 1300 0 1300
18 TAGORE GARDEN 1200 0 1200
19 PALAM 1800 20 1820
TOTAL 6330
GRAND
TOTAL 35000
43
BID FORM
To
Head of Department Contracts & Material Deptt.
BSES Rajdhani Power Ltd I Floor, “C” Block, BSES Bhawan
Nehru Place, New Delhi-110019
Sir,
1 We understand that BRPL is desirous of carrying out ……………………………….. in it‘s licensed distribution network area in Delhi
2 Having examined the Bidding Documents for the above named works, we the undersigned, offer to
provide our services in full conformity with the Terms and Conditions and technical specifications for the sum of......................................... (figures........................................................................) or such other sums as
may be determined in accordance with the terms and conditions of the contract .The above Amounts are in accordance with the Price Schedules attached herewith and aremade part of this bid.
3 If our Bid is accepted, we under take to provide our services as per completion schedule mentioned in the
tender document from the date of award of work order/letter of intent. 4 If our Bid is accepted, we will furnish a performance bank guarantee as mentioned in the RFQ for due
performance of the Contract in accordance with the Terms and Conditions.
5 We agree to abide by this Bid for a period of 120 days from the due date of bid submission and it shall remain binding upon us and may be accepted at any time before the expiration of that period.
6 Unless and until Letter of Intent is issued, this Bid, together with your written acceptance there of, shall constitute a binding contract between us.
7 We understand that you are not bound to accept the lowest, or any bid you may receive. 8 There is provision for Resolution of Disputes under this Contract, in accordance with the Laws and
Jurisdiction of Contract.
Dated this............................... day of................................................. 2013
Signature.............................................. In the capacity of ………………………………
..................................................................duly authorized to sign for and on behalf of
(IN BLOCK CAPITALS) ...............................................................................
44
APPENDIX-I
PROFORMA OF CONTRACT PERFORMANCE BANK GUARANTEE
(TO BE ISSUED ON RS 1OO/- STAMP PAPER)
Bank Guarantee No.
Place:
Date:
To
BSES Rajdhani Power Limited
Whereas BSES RAJDHANI POWER LTD (hereinafter referred to as the "Purchaser", which expression shall unless
repugnant to the context or meaning thereof include its successors, administrators and assigns) has awarded to
M/s.. with its Registered/ Head Office at
(hereinafter referred to as the "Supplier" which expression shall unless repugnant to the context or meaning
thereof, include its successors administrators, executors and assigns), a contract no. dated (the Contract);
And whereas the value of the Contract is Rs. ( The Contract Value).
And whereas it is a condition of the Contract that the Supplier shall provide a Performance Bank Guarantee for the
due and faithful performance of the entire Contract for a sum equivalent to - % of the Contract Value to the
Purchaser on or before
And whereas the Bank under instructions from the Supplier has agreed to guarantee dIe due performance of the
Contract.
Now it is agreed as follows:
1. we (Name of the Bank) having its Head Office at
(hereinafter referred to as the Bank, which expression shall unless repugnant to the context or meaning thereof,
include its successors, administrators, executors and assigns) 5hall indemnify and keep indemnified the Purchaser
for, and guarantee and undertake to pay to the Purchaser immediately on written demand, a sum equivalent to %
of the Contract Value
as aforesaid at any time upto (day/month/year) without any demur, reservation,
contest, recourse or protest and/or without any reference to the Supplier, against all losses, damages, costs and
expenses that may be caused to or suffered by the Purchaser by reason of any default on the pall of the Supplier
in performing and observing any and allthe terms and conditions of the Contract or breach on the part if the
Supplier of terms or conditions of the Contract.
2. The demand shall consist only of an original letter issued by Purchaser stating that the Supplier has failed
to fulfill its obligations under the Contract. Such demand made by the Purchaser on the Bank shall be conclusive
and binding notwithstanding any difference or dispute between the Purchaser and the Supplier or any difference
or dispute pending before any Court, Tribunal, Arbitrator or any other authority.
3. The Bank undertakes not to revoke this guarantee during its currency without previous written consent
of the Purchaser and further agrees that the guarantee herein contained shall continue to be enforceable during
the period that would be taken for satisfactory performance and fulfillment in all respects of the Contract or in the
event of any dispute between the Purchaser and Supplier until the dispute is settled (provided that d1e claim!
demand under this guarantee is lodged /referred during the currency of this guarantee) or till the Purchaser
discharges this guarantee whichever is earlier.
4. The Purchaser shall have the fullest liberty without affecting in any way the liability of the Bank under this
guarantee from time to time to extend the time for performance of the Contract by tbe Supplier. The Purchaser
45
shall have the fullest liberty, without affecting the liability of the Bank under this guarantee, to postpone from time
to time the exercise of any powers vested in them or of any right which they might have against the Supplier, and
to exercise the same at any time in any manner, and either to enforce or to forbear to enforce any covenants,
contained or implied, in the Contract. or any other course or remedy or security available to the Purchaser. The
Bank shall not be released of its obligations under these presents by any exercise by the Purchaser of its liberty
with reference: to the matters aforesaid or any of them or by reason of any other act or forbearance or other acts
of omission or commission on the part of the Purchaser or any other indulgence shown by the Purchaser of by any
other matter or thing whatsoever which under law would, but for this provision, have the effect of relieving the
Bank.
5. The Bank agrees that the Purchaser and its option shall be entitled to enforce this guarantee against the Bank
as a principal debtor, in the first instance without proceeding against the Supplier and notwithstanding any
security or other guarantee that the Purchaser may hive in relation to the Supplier's liabilities.
6.Notwithstanding anything contained hereinabove the liability of the Bank under this guarantee is restricted to
a sum equivalent to % of the Contract Value ie. Rs.(Rupees) and it
shall remain in force upto and including .Unless a demand to enforce a claim under this guarantee is made
against the Bank within 3 months from the the above date of expiry i.e. up to all the rights of the
Purchaser under the said guarantee shall be forfeited and the Bank shall be released and discharged from all
liabilities thereafter.
7. This Performance Bank Guarantee shall be governed by the laws of India.
Dated this Witness
day of 2013 at
1. For Bank
2. Signature Name Power of Attorney
No:
Banker's Seal
46
Communication Details
Bidder should furnish the below details for future communication:-
GENERAL INFORMATION
NAME OF COMPANY
POSTAL ADDRESS
FOR TECHNICAL QUERY:
CONTACT PERSON &
DESIGNATION NAME DESIGNATION
E-MAIL MOBILE NO TELEPHONE NO
FOR COMMERCIAL QUERY:
CONTACT PERSON &
DESIGNATION NAME DESIGNATION
E-MAIL MOBILE NO TELEPHONE NO