TRANSMISSION CORPORATION OF TELANGANA LIMITED TENDER NOTICE

Similar documents
TRANSMISSION CORPORATION OF TELANGANA LIMITED

TRANSMISSION CORPORATION OF TELANGANA STATE LIMITED Website:Transco.telangana.gov.in CIN No.U40102AP2014SGC TENDER NOTICE

Tender Specification No.: 17 / of SE (CTI &Enqs.) / CTI, Dt: OPEN TENDER NOTICE

Divisional Engineer, DIGITAL TRANSMISSION CENTER Southern Telecom Sub Region, 3 rd Floor, Telephone Bhavan, Saifabad, Hyderabad ,

TENDER DOCUMENT FOR SUPPLY OF TATA MAGIC VEHICLES TO INDIAN INSTITUTE OF TECHNOLOGY HYDERBAD. Ref. No: IITH/101/Tender/Admin Date: Aug 23, 2018

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR, WEST BENGAL TENDER DOCUMENT FOR

BANGALORE MEDICAL COLLEGE AND RESEARCH INSTITUTE SUPER SPECIALITY HOSPITAL (PMSSY) VICTORIA HOSPITAL CAMPUS, BANGALORE

स एसआईआर-क य इल नक अ भय क अन स ध न स थ न

TENDER FOR PRINTING & SUPPLY OF 2000 NOS. OF 150 YEARS BALMER LAWRIE HISTORY BOOK TENDER REF. NO. ADMIN / 150 YEARS TENDER NO.

AGRICULTURAL PRODUCE MARKETING COMMITTEE (Market Of National Importance) New Office Complex, NFM- Ph.-II, Sarai Pipal Thalla, Azadpur, Delhi-33.

No. AERC 649/2017/1 Dated: 4 th October, 2017 NOTICE INVITING TENDER FOR PRINTING A COMPENDIUM OF AERC REGULATIONS (NIT NO.

BALMER LAWRIE & CO. LTD.

BALMER LAWRIE & CO. LTD. CONTAINER FREIGHT STATION

WORK OF Miscellaneous Civil Work about Aji 01 Sub division Under Rajkot City Circle

NOTICE INVITING e-tender

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC)

Biotech Park, Lucknow

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR

Bank Note Paper Mill India Private Limited, Mysore. For any query, you may contact at Tel , Fax

ANDAMAN & NICOBAR ADMINISTRATION DIRECTORATE OF SHIPPING SERVICES. Cost of Tender Document : Rs.1000/- per set. Sold to : M/s...

No:532/Z/17/11/ /10/2014 RE-TENDER NOTICE FOR REMOVAL OF NON BIO MEDICAL WASTE

No. AN/III/2001/OC/briefcases & hb/ Subject:- Procurement of briefcases/handbags

DAKSHIN GUJARAT VIJ CO LTD. CIN U40102GJ2003SGC SURAT CITY CIRCLE

TENDER NOTICE (NIT NO: CDFD/ENGG/HVAC/WORKS/ /05)

F.No.III-129/2017-NZP/ Government of India National Zoological Park Mathura Road, New Delhi - 3

No.KFL/381/98/OT-178 October 19, 2018 TENDER FOR SUPPLY OF CALENDARS

To be published on in Sambad Pratidin

NORTH EASTERN ELECTRICITY SUPPLY COMPANY OF ORISSA LIMITED OFFICE OF THE CHIEF EXECUTIVE OFFICER

TENDER DOCUMENT FOR RECEPTIONIST REGIONAL MUSEUM OF NATURAL HISTORY,BHOPAL

E. S. I. C. HOSPITAL, SECTOR 9-A, GURGAON (HARYANA) Tender No. 13(2)U/16/55/Emp.Chemist/RC/M.Store/2010

ESI CORPORATION MODEL HOSPITAL

TENDER NO. BCL/RD/ 4000 MS Scrap Cutting/2019 March 19, 2019

TENDER DOCUMENT FOR PROVIDING AND FIXING OF MODULAR WORKSTATION FURNITURE

TENDER NO: BLC/CFS/Weighing scale /xx Dt Tender Document for. Supply of 500 Kg capacity weighing scale

BHARAT HEAVY ELECTRICALS LIMITED,

Life Insurance Corporation of India Divisional Office, Jeevan Prakash Circuit house Road,Jodhpur PIN Ph

Webel WEST BENGAL ELECTRONICS INDUSTRY DEVELOPMENT CORPORATION LIMITED. TENDER DOCUMENT

Tender For. Supply of LED Street Light Fittings 185 Nos At SHILPARAMAM, HYDERABAD

Sub: Invitation to Tender Enquiry for supply of Laptop and Projection Screen

स एसआईआर-क न द र य इल क ट र न क अभ य त र क अ स ध स स थ

BANK OF BARODA. Regional Office 129-D, Civil Lines Bareilly

GUJARAT ENERGY TRANSMISSION CORPORATION LIMITED 400Kv Substation, Transmission Division Dhareshwar JETPUR

TENDER NO: BL/CFS/MUM/473 TECHNICAL / COMMERCIAL BID. Tender Document for. [Providing and fixing of 150 years logo board on wall]

No. AERC. 8/2002/B/01 Dated Guwahati the 23 rd February, 2018 NOTICE INVITING TENDER FOR PRINTING VARIOUS BOOKS ETC. OF AERC (NIT NO.

THE MUNICIPAL CO-OP. BANK LTD. MUMBAI TENDER NOTICE. Tender Document for 2 years Support of Routers and Manageable Switch

Memo No:1920/WBTDCL-11013(99)/4/2018-GM(WBTDCL)-WBTDCL

Bank Note Paper Mill India Private Limited, Mysore. For any query, you may contact at Tel , Fax

TENDER FOR INTERIOR WORKS AT BANK OF INDIA, JAUNPUR (ALTERNATE PREMISES), Distt.JAUNPUR

GOVT OF ASSAM OFFICE OF THE JOINT DIRECTOR OF HEALTH SERVICES cum MEMBER SECRETARY, DISTRICT HEALTH SOCIETY, KAMRUP AMINGAON, GUWAHATI-31

Request for Proposal (RFP) For. Caretaker Services at various ATMs of Bank of Baroda located in all over Uttarakhand under OPEX Model.

URANIUM ORE PROCESSING PROJECT AT TUMMALAPALLE, ANDHRAPRADESH TENDER DOCUMENT FOR NIT. NO: UCIL/TMPL /STORE/18-19/01 NAME OF THE WORK

NOTICE INVITING TENDER

NOTICE INVITING TENDER NIT ID No: Dated :- 18 /09 /2018

Short Notice Inviting Tender e- NIT No./ 10 of RCC UPPER/RTIC Kathua Dated:

iùku izca/k cksmz PORT MANAGEMENT BOARD vameku rfkk fudksckj }hilewg ANDAMAN & NICOBAR ISLANDS

Sub: Invitation to Tender Enquiry for supply of Towel

The last date for submission of the bids is at

SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. Head Office-Ground Floor, Raheja Chambers, Free Press Journal Marg, Nariman Point, Mumbai-21

TENDER FOR SUPPLY OF HAND BOOK

e- TENDER NO: BL/CFS/KOL/CONT. SEAL/18-19 TECHNICAL / COMMERCIAL BID

Bank Note Paper Mill (BNPM) India Private Limited, Mysore. Invites sealed quotations for Painting work as per the specification at BNPM at Mysore.

(a) Period of issue of Tender Document : to (b) Date and time for submission of Tender Document :

Notice inviting e-bids for Printing and Supply of IEC Material

TENDER FOR SUPPLY OF HOT AIR OVEN HOMOEOPATHIC PHARMACY DR. ABHIN CHANDRA HOMOEOPATHIC MEDICAL COLLEGE & HOSPITAL, BHUBANESWAR

TENDER DOCUMENT FOR. Purchase Section University of Kashmir Hazratbal, Srinagar, J&K

TENDER DOCUMENT FOR SUPPLY OF MILK, BREAD, BUTTER & EGGS FOR ESIC MODEL HOSPITAL BAPUNAGAR, AHMEDABAD

National Small Industries Corporation Ltd. Technical Service Centre, D-82/83 Focal Point, Rajpura (Pb.)

Please purchase PDFcamp Printer on to remove this watermark.

TENDER DOCUMENT FOR APPOINTMENT OF SUB-LICENSEE TO SET UP & OPERATE MILK STALLS AT RAILWAY STATIONS IN THE STATE OF ODISHA

BALMER LAWRIE & CO. LTD. TECHNICAL / COMMERCIAL BID

OFFICE OF THE SUPERINTENDING ENGINEER ELECTRICITY TRANSMISSION CIRCLE U.P.POWER TRANSMISSION CORPORATION LIMITED DLW, BHIKHARIPUR VARANASI

Bank Note Paper Mill India Private Limited, Mysore. Invites sealed quotations for Sale of Plastic Scrap & Empty Bobbins at BNPM, Mysore.

BID DOCUMENT SECTION I

INVITATION TO BID. The Lump-sum Fixed Price/Amount shall be on the basis of following tender documents.

SUPREME COURT OF INDIA ADMN. MATERIALS (P & S) Tilak Marg, New Delhi

PUDUCHERRY DISTILLERIES LIMITED (A Govt. of Puducherry Undertaking)

Bank Note Paper Mill (BNPM) India Private Limited, Mysore. The cost of tender document is Rs 1000/- which is non-refundable.

OFFICE OF ANIMAL HUSBANDRY Gokaran Nath Road, Badshah Bagh, Lucknow Tender Schedule

TELANGANA FOODS (formerly A.P.Foods) (An ISO 22000:2005 Certified Public Enterprise)

FOR PURCHASE OF ROUTER MACHINE WITH ALL ACCESSORIES NIFT, DELHI CAMPUS HAUZ KHAS, NEW DELHI

SECTION-I TRIPURA STATE ELECTRICITY CORPORATION LIMITED (INVITATION OF LOCALCOMPETITIVE BIDDING)

HOSTEL SECTION RE-TENDER PAPER. Hostel No. / 302 / TENDER. :08/01/2018 up to 5:00 p.m.

RSAC:P/TC:2019:06 Dated : Short Term Tender Notice

Himalayan Forest Research Institute

ODISHA POWER TRANSMISSION CORPORATION LIMITED OFFICE OF G.M., EHT (O&M) CIRCLE, BURLA

NLC TAMILNADU POWER LIMITED

KERALA STATE SCIENCE AND TECHNOLOGY MUSEUM Vikasbhavan P.O. Thiruvananthapuram

SUB: EMPANELMENT OF AGENCIES FOR PROVIDING PHOTOCOPY & BOOK BINDING SERVICEAT ICSI HQ NEW DELHI AND NOIDA

ASSAM UNIVERSITY SILCHAR (A Central University Constituted under Act. XXIII of 1989) TENDER DOCUMENT

TENDER CALL NOTICE NO.

Intelligent Communication Systems India Ltd. (ICSIL) TENDER NO: F.1 (ICSIL)/01/217/ 1D Barcode Reader Tis Hazari Court/ , Dated:

RESERVE BANK OF INDIA HUMAN RESOURCE MANAGEMENT DEPARTMENT Hyderabad

TENDER DOCUMENT FOR RUNNING OF PHOTOCOPIER STALL AT SCHOOL OF UNANI MEDICINE JAMIA HAMDARD HAMDARD, NAGAR NEW DELHI 11006

RESERVE BANK OF INDIA Human Resource Management Department Civil Lines, Nagpur

THE NATIONAL SMALL INDUSTRIES CORPORATION LIMITED.

BALMER LAWRIE & CO. LTD. Container Freight Station P-3/1, Transport Depot Road Kolkata

THE NATIONAL SMALL INDUSTRIES CORPORATION LTD. (A Govt. of India Enterprise) Branch Office, Naini, Allahabad Udyog Nagar, Naini, Allahabad (UP)

TRANSMISSION CORPORATION OF TELANGANA LIMITED. TENDER SPECIFICATION No : 14 /

BALMER LAWRIE & CO. LTD.

SUPREME COURT OF INDIA ADMN. MATERIALS (P & S) Tilak Marg, New Delhi

Transcription:

https://www.worldfree4u.lol/ Sl. No. TRANSMISSION CORPORATION OF TELANGANA LIMITED Website: transco.telangana.gov.in CIN No:U40102AP2014SGC094248 TENDER NOTICE Tender No. SE/OMC/Metro-East/ADE(T)/AE-1/ F. W-78/D.No.787/18, Dt:24.07.2018 Sub: TSTRANSCO-OMC/Metro-East Tender notice for Raising of 52 Nos Chimneys at various locations of 400KV Mamidipally Ghanapur SC line - Regarding. Ref: Tender.No.SE/OMC/Metro-East/ADE(T)/AE1/F.W-78/D.No.577/18,Dt:25.06.2018 **** Sealed tenders invited vide reference cited for the following work is herewith extended up to 14:00Hrs on 01.08.2018. Specification No. Description Amount in Rs. (Approx.) Energy saved is Energy Produced EMD @ 2% on total value in Rs. 1 W-03/2018-19 Raising of 52 Nos Chimneys at various locations of 400KV Mamidipally Ghanapur SC line. Rs.4,67,991 /- Rs.9360/- Detailed tender specification can be downloaded from TSTRANSCO website, www.transco.telangana.gov.in. The following documents and DD s are to be enclosed scrupulously, along with the specification: 1) A demand draft for Rs.590/- (Rupees Five Hundred and Ninety Only) drawn on any scheduled bank in favour of Superintending Engineer/OMC/Metro-East/Hyderabad payable at Hyderabad for each specification. 2) A demand draft for an amount of Rs. 9,360/- (Rupees Nine Thousand Three Hundred and Sixty Only) drawn on any scheduled bank in favour of Superintending Engineer/OMC/Metro-East/Hyderabad payable at Hyderabad towards EMD. The filled in tenders duly signed & super scribing on envelope as mentioned in specification shall be deposited in the sealed tender box provided in the O/o Superintending Engineer/OMC/Metro-East Circle/TSTRANSCO/220KV SS GISS OU, 2 nd Floor Hyderabad-07. period. Last date for receipt of filled in sealed tender in tender box: Date & time of opening of the tenders : 01.08.2018 upto 14:00Hrs. 01.08.2018 at 15:00Hrs. For further details please contact this office (phone No.040-27096622) during office working If Tender Opening Day happens to be holiday due to unforeseen reasons, the tender would be opened on next working day or any other day as displayed in Notice Board. Sd/- SUPERINTENDING ENGINEER OMC/Metro-East Copy Submitted to: The Chief Engineer/ Metro Zone/TSTRANSCO/Erragadda/Hyderabad Copy to: The Divisional Engineer /O&M/Metro-East. The Divisional Engineer /MRT&Transformers/Metro-East. The Divisional Engineer /400KV/O&M/Mamidipally. The Divisional Engineer /400KV/O&M/Malkaram. The Asst. Divisional Engineer/400KV Lines/Mamidipally The Notice Board F:\Technical\AE-1 2016\2018-2019\Tenders\Raising of Chimneys\extention-I-Tender Note & Spec.Raising of Chimneys - Copy.doc

OFFICE OF THE SUPERINTENDING ENGINEER, OMC, METRO-East CIRCLE, 2nd Floor,220KV GISS OU,Opp;EFLU HYDERABAD 500 007 Tender Specification No. SE/OMC/Metro-East/W-03/2018-19 Name of the Work : Raising of 52 Nos Chimneys at various locations of 400KV Mamidipally Ghanapur SC line. Cost of Specification : Rs.590/- Last date of receipt of tenders : 01.08.2018 upto 13:00Hrs Date and time of opening of Tenders : 01.08.2018 at 15:00Hrs Address of the Tenderer : M/s. Sd/- SUPERINTENDING ENGINEER OMC/METRO-EAST

TRANSMISSION CORPORATION OF TELANGANA LIMITED TENDER SPECIFICATION NO: SE/OMC/METRO-EAST/W- 03/2018-19 1. Name of the work : Raising of 52 Nos Chimneys at various locations of 400KV Mamidipally Ghanapur SC line 2. Officer to whom Tenders : Superintending Engineer/OMC/Metro-East Circle, shall be submitted 2nd Floor, 220KV GISS OU, Opp EFLU Secunderabad-500007 3. Superscription on the sealed : (i). Name of the work Tender covers (ii) Tender Specification No. (iii) Details of Bid Security and Tender Specification cost. (D.D.No., Amount etc.,) enclosed (iv) Registration with TSTRANSCO. (v) Tender opening time & date (vi) Tender is valid for 90 days from the date of opening Tenders without above Superscription will be rejected outright. 4. Last date & time of receipt : 01.08.2018 upto 14:00 Hrs. of Tender 5. Date & Time of opening : 01.08.2018 at 15:00 Hrs. of Tender 6. Place of opening : O/o Superintending Engineer/OMC/Metro-East/ TSTRANSCO, Hyderabad -500007 7. Cost of Specification : Rs.590/- (Rupees Five Hundred and Ninety only) to be paid in the form of D.D. in favour of Superintending Engineer/OMC/Metro-East / TSTRANSCO/ /Hyderabad 8. Bid Security to be paid : Rs.9,360/- (Rupees Nine Thousand Three Hundred and Sixty Only) in the form of Demand Draft or Bankers Cheque in favour of Superintending Engineer/OMC/METRO-EAST/ Hyderabad payable at Hyderabad. 9. Performance Security : 5% of the contract value Sd/- SUPERINTENDING ENGINEER OMC/METRO-EAST

-1- TERMS AND CONDITIONS A GENERAL 1. NAME OF THE WORK: Raising of 52 Nos Chimneys at various locations of 400KV Mamidipally Ghanapur SC line. 2. QUALIFICATION REQUIREMENTS: The bidder should meet the following criteria. (a) The bidder should be a valid registered civil contractor with TSTRANSCO and should have executed works of similar nature (Raising of chimneys etc). (Or) Bidder should be a valid registered A Grade license issue by Electrical inspectorate and executed the works of similar nature (Raising of chimneys etc). (b) The bidder should have valid GST registration. (c) The bidder should have valid PAN card. (d) The bidder should have valid firm registration & partnership deed in case of firms. 3. FILLING OF THE SCHEDULE & Enclosures: The tender schedule should be filled properly and rates should be quoted for the complete work in schedule-b. Total rates should be quoted in the space provided(after loading of % quoted) both in figure and words. Partial filling of schedule or unsigned schedules will be rejected. All pages should be signed by tenderer. The bidder has to enclose following documents in proof of meeting qualification criteria failing which tenders is liable for rejection. a) TSTRANSCO Registration b) Valid A Grade license (if Electrical contractor) c) GST Registration. d) PAN Card e) Firm Registration. f) Turnover certificate to extent of value of work. g) Declaration certificate as per Annexure II h) Experience details. i) Solvency certificate The sealed tender cover should be addressed to SE/OMC/Metro-East. The envelope containing sealed tender must be super scribed indicating. (i). Tender Specification No. : (ii). Name of the work : (iii). Details of Tender Specification Cost (D.D.No., Date, Amount etc.,) (iv) Details of EMD (D.D.No., Date, Amount etc.,) if EMD exemption is called same shall be indicated. (v) Tender Documents duly signed in all pages with requisite enclosures (Yes/No): (vi) Tender is valid for 90 days (Yes/No): The tenders received without above superscription will be rejected without opening of tender. 4. RATES: The estimated value of works is given in Schedule-A. In Schedule-B, the Tenderer has to quote his percentage less than / at par / excess over the total estimated cost [furnished in the schedule A] and the same will be uniformly applied on the estimated rates of TSTRANSCO to arrive at the cost of the individual items of the contract. The tenderer should also indicate the total amount quoted as his offer in the space provided in Schedule-B. The Percentage and total shall be quoted in figures and words. In item No. 2 of Schedule-B, it should be clearly indicated whether the percentage quoted is Less (Or) at par (Or) excess over the estimated rates (i.e., Schedule-A). Failure of indicating so will be liable for rejection and will be treated as non responsive tenders.

-2- Bids with abnormally high prices compared to the estimates in excess of 5 % may ordinarily be treated as non responsive and the competent authority will take this decision. The contract will be awarded to the lowest responsive bidder. Every Tenderer is expected before quoting his rates, to inspect the site of the proposed work. The Transmission Corporation of Telangana. Ltd., will not however pay any extra charges for any other reasons; in case the contractor is found later on to have misjudged the work/ materials to execute the work. The rates quoted by the Tenderers shall be firm for complete period of work. If tenderer withdraws his/her offer during validity period of the bid and he/she has been adjudged L1 bidder, his/her registration will be canceled besides forfeiting his bid security. Tenders without signatures of the Tenderers in the space provided will be rejected. 5. PERIOD OF CONTRACT: The period of contract is 2 months from the date of handing over of site. The TSTRANSCO has right to terminate the contract at any time during period of contract without assigning any reasons and no compensation will be paid for the balance period of contract. The bidder on award of work should contact Divisional Engineer/400KV/O&M/Mamidipally and start work immediately on handing over of site. 6. EARNEST MONEY DEPOSIT (Bid Security): EMD @ 2 % on estimated value for an amount of Rs.9,360/- (Rupees Nine Thousand Three Hundred and Sixty Only) by way of Demand Draft drawn in favour of Superintending Engineer/OMC/Metro-East /Hyderabad payable at Hyderabad should be enclosed to the tender. Tenders not accompanied by such D.D towards EMD and with insufficient EMD amount, will be rejected. The EMD will be refunded in the case of unsuccessful Tenderers after finalization of tenders. The EMD will be adjusted towards Performance Security in case of successful Tenderer. No interest will be paid on Bid Security. EMD is exempted for Tenderers belong to SC/ST Categories. They must enclose the attested copies of certificate of exemption by TSTRANSCO and Caste Certificate issued by Mandal Revenue Officer along with the specification without which the tender will be rejected. 7. A) SECURITY DEPOSIT (Performance Security): The successful Tenderer has to pay Security Deposit @ an amount equivalent to 5% of the value of the work for proper fulfillment of contract. The Performance Security will be released after Twelve months after satisfactory completion of work entrusted which will not carry any interest. The Performance Security shall be forfeited, if the contractors do not fulfill the terms and conditions of works contract. B) ADDITIONAL SECURITY DEPOSIT: The Successful tenderer has to pay additional security deposit as follows: For tendered percentage below 10% additional security deposit has to be collected for the less percentage below 10% Ex: if the bidder quotes 20% below ECV, then he has to pay ASD (Additional Security Deposit) of 10% of Estimated Contract value on receipt of detailed order, along with performance security with in prescribed time, failing which the order will be cancelled and Bid security forfeited. 8. Performance Guarantee The works executed should be guaranteed for satisfactory performance for period of 12 months from date of completion of work. If any defects are noticed during this period, it is your responsibility to rectify/repair the work free of cost to TSTRANSCO within reasonable time as directed by Engineer in charge.

9. DECLARATION OF RELATIONSHIP: -3- A) The Tenderer shall declare their relationship, if any, with the Officers/ Directors of TSTRANSCO along with the bids/tenders. The bids not accompanying the above certificate will be rejected. The declaration must be furnished in the format given in Annexure-II. Any false information furnished in the declaration/disclosure, if found later the contract is liable for termination as well as recovery of damages. The list of relatives is mentioned in Annexure-III. 10. VALIDITY: The quotation shall be valid for 90 days from date of opening. 11. AGREEMENT: The successful Tenderer will be required to furnish performance security of 5% of the value of the contract for proper execution of the contract. If the bidder fails to furnish the performance security as specified within fifteen days of the award of contract is liable for cancellation of the contract and forfeiture of the Bid Security. A formal agreement will be entered into with TSTRANSCO within 15 days of acceptance of the performance security. If the contractor does not sign the agreement within 15 days of acceptance, the contract awarded will be cancelled. 12. PAYMENT: a) 95% payment of the work done will be made at reasonable intervals for the work executed 5% of payment will be deducted towards retention amount. No claims are entertained for any delay in payments due to unforeseen circumstances. Payments will be subject to standard deductions as per rules in force as on day of payment. Paying Officer is Superintending Engineer/OMC/Metro-East/ Hyderabad. b) Income Tax will be deducted as per income tax rules in vogue on the day of payment. c) Labour cess @ 10% will be deducted from running bills. d) The Contractor should prepare his own bills in triplicate (in standard TSTRANSCO Forms) accompanied by copies of T Notes if any, duly acknowledged by the officer incharge and send the same to the Assistant Engineer and Assistant Divisional Engineer concerned for check and thus for payment to the paying authority. e) All statutory deductions towards income tax and other taxes if any will be deducted in 95% bills. The Transmission Corporation of Telangana. Ltd., will not however pay any extra charges for any other reasons, in case the tenderer is found later on to have misjudged the work/material to execute the work. f) Whenever it is found that the Tenderer has received any excess payment by mistake or if any amounts are due to TSTRANSCO due to any reason and when it is not possible to recover such amounts, TSTRANSCO reserves the right to collect the same from any other amounts and Bank Guarantee/Bid Security/performance Security given by the tenderer due to or with the TSTRANSCO. g) TSTRANSCO is not liable for tax on works contract over and above the mentioned rates in the schedule. Any further liability regarding WCT will be borne by the contracting agency itself. 13. Performance Security: The performance security i.e 5% security deposit, 5 % retention amount will be released on receipt of certificate from DE/O&M concerned that there are no recovery to be made in respect of performance guarantee. Performance security will be forfeited if contractor fails to adhere to following conditions if firm a) fails to complete the work within stipulated time. b) fails to execute the work as per Specification of work entrusted c) fails to execute the work to satisfaction of TSTRANSCO engineers.

-4-14. PENALTY: The completion period committed shall be deemed to be the essence of the contract. In case of delay in completion of work, whatever be the reasons, the TSTRANSCO may at its option demand and recover from the Tenderer an amount equivalent to ½% of the value of the works not completed within the prescribed time limit for every week of delay or part thereof, subject to a maximum of 5% of the total value of the contract. This right of TSTRANSCO shall be without prejudice to the rights under the law, including the right to cancel the contract, forfeit the deposit and recover damages for breach of contract. (for details see Technical specification). 15. Deviation quantities & Supplemental items: The rates accepted for individual items of work covered under. a) Schedule Shall hold good upto 10% over agreement quantities. For quantities exceeding 10% over and above the agreement quantities, the rate payable will be TSTRANSCO estimate rate (or) accepted rate, whichever is less. b) The contractor is bound to execute all the supplemental/new items that are found essential incidental and inevitable during execution of main work. The rates for supplemental items shall be derived as per current SSR rates during period of execution. c) However the deviation/supplemental quantities shall have prior approval of tender calling authority. 16. List of Approved Brands / makes for procurement of materials: Sl. Description of Approved brands No. Material 1 Cement (1) ACC Limited, (2) Kesoram Cements, (3) Orient Cements, (4) Zuari Cements, (5) CCI Limited, (6) Andhra Cements, (7) Coramandel Cement, (8) Raasi Cement, (9) Sri Vishnu Cements, (10) Madras Cements, (11) Ultra Tech Cement Limited APCW, (12) KCP Limited, (13) Penna Cements, (14) Panayam Cement, (15) Grasim, (16) Rajashree Cement, (17) Mysore Cement, (18) Century Cement, (19) Ambhuja Cement, (20) Priya Cement, (21) Duncan cement, (22) Parashakthi cement and (23) Maha cement. 2 Reinforcement and structural steel 3. Earth Flats- MS &GI 4. Primer/NitoBond EP/WB coating (1) VSP (2) SAIL and (3) TISCO (4) ISCO TSTRANSCO approved re-rollers. Reputed Brands (Should be procured after approval of SE/OMC or authorized representative) 17. SEIGNORAGE CHARGES: Seignorage charges has to be paid by the bidder to the Assistant Director Mines & Geology Department otherwise it will be deducted from the bills as per rules in vogue. 18. STATUTORY RULES, ACT & REGULATIONS: The Tenderer shall indemnify TSTRANSCO Ltd., against all claims which may be made under the Workmen s Compensation Act or any statutory modification thereof or rules there under or otherwise for in respect of any damage or compensation payable in consequence of any accident or injury sustained by any workmen engaged in the performance of the business relating to this work contract. In all cases of personal injury to workmen employed by a Tenderer on the work for which the Tenderer is liable to pay compensation under the Workmen s Compensation Act, the Tenderers shall pay the prescribed medical fee to Medical officer for issue of C D forms as prescribed. 19. The Tenderer shall indemnify TSTRANSCO against all claims which may be made under the Minimum Wages Act and Child Labour Act or any statutory modification thereof on rules there under or otherwise for in respect of any damage or compensation arising in consequence of any dispute under these Acts. 20. The contractor shall indemnify the TSTRANSCO against all claims which may be made in respect of any person employed by the Tenderer on these works towards insurance charges or claims what so ever.

-5-21. The form of contract will be lumpsum. 22. The rates and prices quoted by the Tenderer while submitting the tender shall be firm till the work is completed. The quoted rates shall be binding on the tenderer even for the award of part work. 23. The Tenderer has to enclose to his tender: Attested copy of valid Solvency Certificate issued by Bank/Revenue authority or Sales Tax Clearance Certificate. ii) If the tenderer is a partnership concern, an attested copy of partnership deed and Form C certificate or certified copy of Form A showing all the names of partners obtained from the Registrar of Firms; iii) Attested copies of Credentials of similar nature of work undertaken previously in TSTRANSCO or any other Departments like PGCIL or State Electricity Board etc. vi) Latest Postal Addresses and Telephone numbers. The name/s postal address shall exactly match with the name of address as mentioned in the License Certificate and Registration Certificate. 24. The Tenderer is responsible for any accidents caused to the personnel/labour and damage to the TSTRANSCO property during the period of contract. The tenderer is responsible for the loss sustained by TSTRANSCO due to damage to the equipment/lines / towers or personnel or any other agency in TSTRANSCO premises arising out of carelessness/ negligence on part of tenderer or his representative. 25. The Tenderer should follow all Statutory Rules, Acts and Regulations that are relevant and necessary for carrying out the work. 26. The contract will be liable for termination if the work is not being carried satisfactorily in accordance with the specified work or if the terms and conditions of the agreement are breached. 27. The Tenderer shall note that in case of carrying out the work in the vicinity of equipments/live parts in service; care must be taken to avoid any accidents. If any work is to be done on any of the equipment/line/tower, the Tenderer/his representative shall ensure that such works will be carried out only after obtaining proper line clear /shut down. It may clearly be noted that in no case the TSTRANSCO Ltd., will be responsible for any accidents that may occur and for any compensation to be paid arising out of the accidents. The Contractor shall take care of providing insurance to the labour deployed by him. 28. No child labour should be employed. 29 The tenderers shall be responsible for recruiting employees at his choice. Under no circumstances the employees of the Tenderer shall be regarded as TSTRANSCO employees. 30. The tenderer may engage persons, who are skilled and capable as required by him for the said work and they may be instructed to exclusively attend the work specified. 31. TSTRANSCO has got full powers to decide the tenders and is not bound to accept the lowest tender.due preference will be given to tenderers with experience in similar works. TSTRANSCO also reserves the right to cancel or reject all or any Tender(s) without assigning any reason and without being liable to refund the cost of Tender document there upon.

-6-32. Any other terms and conditions as per TSTRANSCO Rules and Regulations, not covered herein will be binding on the tendered. 33. The labour engaged by the Tenderer shall be courteous, obedient and sincere to the TSTRANSCO Engineers while discharging the duties entrusted to them. In case of any misbehavior by any of the labour engaged, the tenderer shall take full responsibility in replacing the concerned with a suitable trained person. 34. The tenderer must enclose the certificate duly signed by him accepting the Terms and Conditions of this specification as per the Annexure. 35. All disputes arising out of this contract should be decided in the Courts situated in the twin cities of Hyderabad and Secunderabad only. SIGNATURE OF THE TENDERER NAME (IN BLOCK LETTERS) SEAL: DATE:

ANNEXURE I TENDER SPECIFICATION NO. SE/OMC/METRO-EAST/W- 03/2018-19 CERTIFICATE I/We have gone through all the Terms and Conditions of the Specification mentioned above and submit our tender herewith duly accepting all the Terms and Conditions laid down therein. -7- SIGNATURE OF THE TENDERER NAME (IN BLOCK LETTERS) SEAL: DATE: ENCLOSURES TO THE SCHEDULE: i. Terms & Conditions(General & Technical) duly signed by the Tenderer: YES/NO ii. Whether solvency certificate issued by Bank/Revenue : YES/NO authority or Sales Tax Clearance Certificate is enclosed iii. In case of partnership firm, whether attested copy of : YES/NO Partnership deed and Form C showing all the names of Partners obtained from the Registrar of firm is enclosed. iv. Whether credentials of similar nature of works preferably with Govt agencies with period of : YES/NO contract undertaken previously are enclosed. v. Whether latest postal address and telephone Nos. : YES/NO furnished. vi. Details of (Bid Security) remitted : YES/NO vii. Whether required documents as per clause 3 of terms and : YES/No conditions in respect of qualification requirements enclosed (PEMD Holders should enclose attested copy of TSTRANSCO proceedings) SIGNATURE OF THE TENDERER NAME (IN BLOCK LETTERS) SEAL: DATE:

-8- ANNEXURE II Undertaking to be given by the Company/Partnership Firm/Contractor along with the Tender I, representing the Company/Partnership Firm/Contractor responding to the bid invitation by the TSTRANSCO vide Specification No. hereby sincerely and solemnly affirm and state as follows: (b). (a). (Strike out which is not applicable) That myself or any of the representative of my Company/Firm do not have any relatives as defined in appended Annexure-III in the TSTRANSCO/ OR That the following officers/employees of the TSTRANSCO are related to me and to my representatives of my Company/Firm and their status in the TSTRANSCO is as under: Sl No. Name of the Officer/Employee Designation and Place of working TSTRANSCO Relationship It is certified that the information furnished above is true to the best of my knowledge and belief. It is hereby undertaken that in the event of any of the above information found to be false or incorrect at a later date, the TSTRANSCO/ is entitled to terminate the contract/agreement entered into besides recovering damages as may be found necessary, with due notice. SIGNATURE OF THE TENDERER NAME (IN BLOCK LETTERS) SEAL: DATE:

-9- ANNEXURE - III LIST OF RELATIVES 1. Father 14. Daughter s Husband 2. Mother (including Step mother) 15. Daughter s Son 3. Son (including Step Son) 16. Daughter s Sons s Wife 4. Son s Wife 17. Daughter s Daughter 5. Daughter (including Step Daughter) 18. Daughter s Daughter s Husband 6. Father s Father 19. Brother (including Step Brother) 7. Father s Mother 20. Brother s Wife 8. Mother s Mother 21. Sister (including Step Sister) 9. Mother s Father 22. Sister s Husband 10. Son s Son 23. Son s Wife s Father} (and their } siblings) 11. Son s Son s Wife 24. Son s Wife s Mother} 12. Son s Daughter 25. Daughter s Husband s} (and their Father } siblings) 13. Son s Daughter s Husband 26. Daughter s Husband s} Mother

-10- Name of the work: Raising of 52 Nos. Chimneys at various location of 400KV Mamidipally- Ghanapur. Sl. No. Description of Material Quantity Rate Per Amount Rs. 1 Raising of 52 Nos. Chimneys at various locations of 400KV Mamidipally - Ghanapur duly breaking the concrete and 52 7620.51 Chimney 3,96,266.52 concreting with 1:1.5:3 mix with 20 mm HBG metal. Sub-Total 3,96,266.52 Corpus fund towards NAC@ 0.1 % on Total (in Rs) 396.27 Add GST@ 18% on total Sub-Total (in Rs) 71,327.97 Grand Total (Labour and Material) (in Rs.) 4,67,990.76 Grand Total 4,67,991.00 (Rupees Four Lakhs Sixty Seven Thousand Nine Hundred and Ninety One Only) (Labour Cess @ 1% will be recovered from work bill) Sd/- SUPERINTENDING ENGINEER OMC/Metro-East

-11-

-12- TRANSMISSION CORPORATION OF TELANGANA LIMITED SCHEDULE B SUMMARY OF PRICES SPECIFICATION No.: W- 03/2018-19 1. NAME OF THE WORK : Raising of 52 Nos Chimneys at various locations of 400KV SS Mamidipally-Ghanapur S.C line. -------------------------------------------------------------------------------------------------------- Sl.No. Item Total Price -------------------------------------------------------------------------------------------------------- 1. Total value of scheduled items Rs. 4,67,991/- (Quantities and Prices are as per the (Rupees Four Lakhs Sixty Seven Schedule A appended to the specification) Thousand Nine Hundred and Ninety One Only) (Total Estimated Value) ----------------------------------------------------------------------------------------------------------- 2. Percentage Rate quoted below / at par / excess over the total value vide item 1 above i) In figures % ii) In words ------------------------------------------------------------------------------------------------------------- 3. Total value of schedule after loading the percentage rate quoted against S.No.2 above i) In figures Rs... ii) In words (Rupees.. Only) ---------------------------------------------------------------------------------------------------------------- NOTE: 1) Percentage is to be rounded off up to two decimals 2) Amounts are to be rounded off to nearest rupee 3) Please avoid any corrections etc. SIGNATURE OF THE BIDDER WITH DATE & SEAL Sd/- SUPERINTENDING ENGINEER, OMC/Metro-East