Post on 08-Oct-2019
1
NHPC LIMITED
(A Govt. of India Enterprise)
TENDER DOCUMENT
FOR
“Purchase of Ceiling Fan, Exhaust Fan and Wall Mounting Fan under Buy-
Back of old and used / Un-serviceable Ceiling Fan, Exhaust Fan and Wall
Mounting Fan for NHPC Residential Colony, Sector-41, Faridabad”
Tender Specification No. NH/EMS/CC-115/2016/
ESTATE MANAGEMENT SERVICES DIVISION
NHPC Office Complex, Sector–33, Faridabad – 121003
2
NOTICE INVITING TENDER
3
No. NH/EMS/CC-115/2016/ Date: 13/12/2016
ई-निविदा आमंत्रण सूचिा (NOTICE INVITING E-TENDER - NIT)
1. Online electronic bids (e-tender) are invited for and on behalf of NHPC Limited, Faridabad
through domestic competitive bidding from the eligible Company / Firm / Agency / Proprietor (except joint venture) in single stage two cover system ( Cover I: Techno Commercial bid and Cover II Price bid) for the following work:
“Purchase of Ceiling Fan, Exhaust Fan and Wall Mounting Fan under Buy-Back of old and used / Un-serviceable Ceiling Fan, Exhaust Fan and Wall Mounting Fan for NHPC Residential Colony, Sector-41, Faridabad”
The details of work are available in the tender document which can be downloaded from Central Public Procurement (CPP) Portal www.eprocure.gov.in/eprocure/app and the bid is to be submitted online only on www.eprocure.gov.in/eprocure/app upto last date and time of submission of tender. Sale of physical tender document is not applicable.
2. BRIEF DETAILS OF TENDER:
1 Tender Specification No. NH/EMS/CC-115/2016/
2 e-tender ID 2016_NHPC_134862_2
3 Mode of tendering
e-Procurement System (Open Tender)
Techno-Commercial Bid and Price Bid through
www.eprocure.gov.in/eprocure/app
4 Estimated Cost Rs. 4,41,886.00 (Rupees Four Lacs Forty one
Thousand Eight Hundred Eighty Six Only) (inclusive of
all taxes)
5 Duration of Work /
Completion Period 30 days from the date of Award
6 Earnest Money Deposit
/Bid security
Rs. 9,000/- (Rupees Nine Thousand Only)
7 Tender Document Fees
(non- refundable)
Rs. 500.00 (Rupees Five Hundred Only)
8 Required validity of Bid 120 days (reckoned from the date of opening of
Techno-commercial bid)
9 Language of bid English
10 Bid Currency Indian National Rupee (INR)
11
Tender Inviting Authority Manager (Mechanical),
Contract Cell,
Estate Management Services Division,
NHPC Office Complex, Sector-33, Faridabad (Haryana)
E/Mail ID: rajendraprasad@nhpc.nic.in
3.0 CRITICAL DATES OF TENDER:
(a) Tender View Date and time 13.12.2016 1700HRS
(b) Bid Document Download /Sale Start Date & Time 13.12.2016 1700HRS
(c) Bid Document Download / Sale End Date & Time 05.01.2017 1600HRS
4
(d) Bid Submission Start Date & Time (Online &
Offline)
13.12.2016 1700HRS
(e) Bid Submission End Date & Time (Online) 05.01.2017 1700HRS
(f) Deadline of offline Submission - Last date of
submission of Tender fee, EMD and other offline
supporting documents
09.01.2017 1700HRS
(g) Date & time of opening of Techno-Commercial
Bid (Cover –I)
10.01.2017 1500HRS
(h) Date & time of opening of Price Bid (Cover II). To be intimated later on
1. Eligible Bidders
1.1 Bids from those bidders who have not paid the Tender fee & EMD will not be considered except exemption mentioned at clause no. 3.2 & 9.1.1 of ITB.
2.2 The following minimum Qualifying criteria has been set forth for the work:-
2.2.1 The Bidder should have either of the following experience of having successfully
completed similar works during last 5 years (28 days prior to submission of bid):
Three (03) similar completed works, each costing not less than Rs. 1,76,754.00 OR
Two (02) similar completed works, each costing not less than Rs. 2,20,943.00 OR
One (01) similar completed work costing not less than Rs. 3,53,509.00
Note: - Similar work means “Supply of Ceiling Fan, Exhaust Fan and Wall Mounting Fan”
In support of work experience, bidder shall submit the notarized copy of Supply Orders / Work Orders/Letter of award with BOQ signed/issued by purchaser/owner and notarized copy of Tax Invoice/ Notarized copy of successful completion / delivery document.
Detail of such experience shall be furnished in Annexure-I format.
2.2.2 Achieved in any one year a minimum financial turnover at least equal to the estimated cost of work i.e. Rs. 4,41,886.00 during the last 3 years, ending 31st March 2016 (FY 2013-2014, FY 2014-2015, & FY 2015-2016).
(The bidder shall submit duly notarized copy of audited Balance sheet, profit
and loss statements Or Certificate from Chartered Accountant in Respect of
Annual Turnover along with ITR for the past three years ending 31st March
2016).
2.2.3 The bidder should have PAN, CST / VAT / TIN registration.
(In support of above, the bidder shall submit the notarized copies of respective
certificates)
2.2.4 The bidder shall be manufacturer / authorized dealer / authorized distributor/ authorized channel partner.
(In support the bidder shall submit the notarized copies of respective certificates).
5
(Only agencies submitting a general Dealership or Authorization Certificate issued by the manufacturers without reference of any specific tender and having a validity of such authorization for the considerable duration shall only be considered for determining the eligibility of the bidder for the particular
tender. Authorization issued with reference to the specific tender in favour of particular dealer / bidder will not be entertained.)
2.2.5 The bidder shall not have been banned/de-listed/black listed/debarred from business on the grounds mentioned in para 6 of guidelines on Banning of Business dealings Annexure-A to Integrity Pact. Self-Declaration in this regard is to be submitted as per the enclosed Proforma. (Forms-6 of Qualification Forms).
2.2.6 Bid shall be submitted strictly in accordance with technical specifications and terms and conditions of tender enquiry. Bidder has to submit no deviation certificate as per Annexure-VII.
2.3 Bids of only those Bidders who are meeting the Eligibility Criteria specified above will be considered for evaluation and award of the Contract. Bidders will submit duly notarized requisite supporting documents and testimonials with their Bids to prove their credentials and claim of meeting the Eligibility Criteria as above. Subcontractors' technical experience and financial resources shall not be taken into account in determining the Bidder's compliance with the qualifying criteria.
2.5 The details/ information regarding online tendering i.e. Registration on CPP portal, Preparation of Bid and Submission of bid are available in the tender document. NHPC reserves the right to reject any or all tenders and shall not be bound to assign
any reason for such rejection.
Note: Mere issuance/ downloading of Bid document to/by prospective Bidder shall not be construed that such a bidder automatically fulfils the prescribed eligibility Criteria. Whether the bidder meets the specific eligibility Criteria or not, shall be checked or ascertained, on opening their bids by scrutinizing documentary evidences furnished by them along with their Bid.
For and on behalf of NHPC Limited
Manager (Mechanical)
Contract Cell Estate Management Services Division,
NHPC Office Complex, Sector -33 Faridabad Phone: 0129-2250147,
Email ID: rajendraprasad@nhpc.nic.in
6
SECTION-0
INSTRUCTIONS TO BIDDERS
Page 7 of 58
INSTRUCTIONS TO BIDDERS (ITB)
A. INTRODUCTION
1.0 GENERAL:
Online electronic bids (e-tender) are invited for and on behalf of NHPC Limited, Faridabad through domestic competitive bidding from the eligible Company/Firm/Agency/Proprietor (except joint venture) in single stage two cover system (Cover –I Techno Commercial bid and Cover:-II Price bid) for the work “Purchase of Ceiling Fan, Exhaust Fan and Wall Mounting Fan under Buy-Back of old and used / Un-serviceable Ceiling Fan, Exhaust Fan and Wall Mounting Fan for NHPC Residential Colony, Sector-41, Faridabad”as set-forth in the Scope, specifications and schedules. The bids will be received and opened online in electronic form through NHPC’s E-tendering portal i.e.
www.eprocure.gov.in/eprocure/app (Link to reach at site is also available at NHPC website i.e., www.nhpcindia.com→e-Procurement→govt e procurement system of NIC (GePNIC) under CPP
portal). All bids shall be prepared and submitted in accordance with these instructions. 1.2 INSTRUCTIONS FOR ONLINE BID SUBMISSION:
The bidders are required to submit soft copies of their bids electronically on the Central Public Procurement (CPP) Portal, using valid Digital Signature Certificates. The instructions given below are meant to assist the bidders in registering on the CPP Portal, prepare their bids in accordance with the requirements and submitting their bids online on the CPP Portal.
1.2.1 REGISTRATION:
(i) Bidders are required to enroll on the e-Procurement module of the Central Public Procurement Portal by using the “Online Bidder Enrollment” option available on the home page. Enrolment on the CPP Portal is free of charge.
(ii) During enrolment / registration, the bidders should provide the correct / true information
including valid email-id & mobile no. All the correspondence shall be made directly with the contractors/bidders through email-id provided.
(iii) As part of the enrolment process, the bidders will be required to choose a unique username and assign a password for their accounts.
(iv) For e-tendering possession of valid Digital Signature Certificate (Class II or Class III Certificates with signing key usage) is mandatory which can be obtained from
SIFY/TCS/nCode/eMudra or any Certifying Authority recognized by CCA India on eToken/ SmartCard.
(v) Upon enrolment on CPP Portal for e-tendering, the bidders shall register their valid Digital Signature Certificate with their profile.
(vi) Only one valid DSC should be registered by a bidder. Bidders are responsible to ensure that they do not lend their DSCs to others which may lead to misuse and should ensure safety of
the same.
(vii) Bidders can than log into the site through the secured login by entering their user ID / password and the password of the DSC / e Token.
1.2.2 PREPARATION OF BIDS
(i) For preparation of bid, Bidders shall search the tender from published tender list available on
site and download the complete tender document and should take into account corrigendum if any published before submitting their bids.
After selecting the tender document same shall be moved to the ‘My Tender’ folder of bidders account from where bidder can view all the details of the tender document.
(ii) Bidder shall go through the tender document carefully to understand the documents required to be submitted as part of the bid. Bidder shall note the number of covers in which the bid
documents have to be submitted, the number of documents - including the names and content of each of the document that need to be submitted. Any deviations from these may lead to rejection of the bid.
Page 8 of 58
(iii) Any clarifications if required then same may be obtained through email to the tender inviting authority given in the NIT.
(iv) Bidders should get ready in advance the bid documents to be submitted as indicated in the tender document/schedule in PDF/xls/rar/zip/dwf formats. If there is more than one document, they can be clubbed together using zip format.
(v) Bidders can update well in advance, the documents such as experience certificates, annual report, PAN, TIN, other details etc., under “My Space” option, which can be submitted as per tender requirements. This will facilitate the bid submission process faster by reducing upload time of bids.
1.2.3 SUBMISSION OF BIDS
(i) Bidder should login into the site well in advance for bid submission so that he/ she upload the bid in time i.e. on or before the bid submission time.
(ii) Bidder should prepare the Tender Fee and EMD as per the instructions specified in the NIT/ tender document. The originals should be submitted to the Tender Inviting Authority, on or before the last date & time of offline bid submission. The details of the DD/BC/BG, physically sent, should tally with the details available in the scanned copy and the data entered during bid submission time. Otherwise the uploaded bid will be rejected.
(iii) While submitting the bids online, the bidder shall read the terms & conditions (of CPP portal) and accepts the same in order to proceed further to submit their bid.
(iv) Bidder shall select the payment option as offline to pay the Tender Fee/ EMD and enter details of the DD/BC/BG.
(v) Bidder shall digitally sign and upload the required bid documents one by one as indicated in
the tender document.
(vi) Bidders shall note that the very act of using DSC for downloading the tender document and uploading their offers is deemed to be a confirmation that they have read all sections and pages of the tender document without any exception and have understood the complete tender document and are clear about the requirements of the tender document.
(vii) Bidder shall note that each document to be uploaded for the tender should be less than 2 MB. If any document is more than 2MB, it can be reduced through zip/rar and the same can be
uploaded. For the file size of less than 1 MB, the transaction uploading time will be very fast.
(viii) Utmost care shall be taken for uploading Schedule of Quantity & Price and any change/ modification of the price schedule shall render it unfit for bidding.
Bidders shall download the Schedule of quantities & Prices i.e. Schedule-A of Section - III in XLS format and save it without changing the name of the file. Bidder shall quote their rates in figures in coloured background cells, thereafter save and upload
the file in financial bid cover (Price bid) only. If the Schedule of Quantity & Price file is found to be modified by the bidder, the bid will be rejected.
The bidders are cautioned that uploading of financial bid elsewhere i.e. other than in cover –2 will result in rejection of the tender.
(ix) Bidders shall submit their bids through online e-tendering system to the Tender Inviting Authority (TIA) well before the bid submission end date & time (as per Server System Clock).
The TIA will not be held responsible for any sort of delay or the difficulties faced during the submission of bids online by the bidders at the eleventh hour.
(x) After the bid submission (i.e. after Clicking “Freeze Bid Submission” in the portal), the bidders shall take print out of system generated acknowledgement number, and keep it as a record of evidence for online submission of bid, which will also act as an entry pass to participate in the bid opening.
(xi) Bidder should follow the server time being displayed on bidder’s dashboard at the top of the tender site, which shall be considered valid for all actions of requesting, bid submission, bid
Page 9 of 58
opening etc., in the e-tender system.
(xii) All the documents being submitted by the bidders would be encrypted using PKI (Public Key Infrastructure) encryption techniques to ensure the secrecy of the data. The data entered cannot be viewed by unauthorized persons until the time of bid opening. The confidentiality of the bids is maintained using the secured Socket Layer 128 bit encryption technology. Two-
Part Bid procedure shall be adopted for submission and evaluation of the bids. The Bidder shall accordingly prepare and submit the bids containing the required documents up to the date and time given in NIT.
1.2.4 ASSISTANCE TO BIDDERS
(i) Any queries relating to the tender document and the terms and conditions contained therein should be addressed to the Tender Inviting Authority for a tender or the relevant contact
person indicated in the tender.
(ii) Any queries relating to the process of online bid submission or queries relating to CPP Portal in general may be directed to the 24x7 CPP Portal Helpdesk.
Toll Free Number 1800-3070-2232. Mobile Nos 91-7878007972 and 91-7878007973
2.0 ELIGIBLE BIDDERS:
2.1 Bids from those bidders who have not paid the Tender fee & EMD will not be considered except exemption mentioned at clause no. 3.2 & 9.1.1 of ITB.
2.2 The following minimum Qualifying criteria has been set forth for the work:-
2.2.1 The Bidder should have either of the following experience of having successfully completed similar works during last 5 years (28 days prior to submission of bid):
Three (03) similar completed works, each costing not less than Rs. 1,76,754.00 ` OR
Two (02) similar completed works, each costing not less than Rs. 2,20,943.00 OR
One (01) similar completed work costing not less than Rs. 3,53,509.00
Note: - Similar work means “Supply of Ceiling Fan, Exhaust Fan and Wall Mounting
Fan”
In support of work experience, bidder shall submit the notarized copy of Supply Orders / Work Orders/Letter of award with BOQ signed/issued by purchaser/owner and notarized copy of Tax Invoice/ Notarized copy of successful completion / delivery document.
Detail of such experience shall be furnished in Annexure-I format.
2.2.2 Achieved in any one year a minimum financial turnover at least equal to the estimated cost of work
i.e. Rs. 4,41,886.00 during the last 3 years, ending 31st March 2016 (FY 2013-2014, FY 2014-2015,&
FY 2015-2016).
(The bidder shall submit duly notarized copy of audited Balance sheet, profit and loss statements Or Certificate from Chartered Accountant in Respect of Annual Turnover along with ITR for the past three years ending 31st March 2016).
2.2.3 The bidder should have PAN, CST/VAT/TIN registration.
(In support of above, the bidder shall submit the notarized copies of respective
certificates)
2.2.4 The bidder shall be manufacturer / authorized dealer / authorized distributor / channel partner.
(In support the bidder shall submit the notarized copies of respective certificates)
(Only agencies submitting a general Dealership or Authorization Certificate issued by the manufacturers without reference of any specific tender and having a validity of such
Page 10 of 58
authorization for the considerable duration shall only be considered for determining the eligibility of the bidder for the particular tender. Authorization issued with reference to the specific tender in favour of particular dealer / bidder will not be entertained.)
2.2.5 The bidder shall not have been banned/de-listed/black listed/debarred from business on the grounds mentioned in para 6 of guidelines on Banning of Business dealings Annexure-A to Integrity Pact. Self-
Declaration in this regard is to be submitted as per the enclosed Proforma. (Forms-6 of Qualification Forms).
2.2.6 Bid shall be submitted strictly in accordance with technical specifications and terms and conditions of tender enquiry. Bidder has to submit no deviation certificate as per Annexure-VII.
2.3 Bids of only those Bidders who are meeting the Eligibility Criteria specified above will be considered for evaluation and award of the Contract. Bidders will submit duly notarized requisite supporting
documents and testimonials with their Bids to prove their credentials and claim of meeting the Eligibility Criteria as above. Subcontractors' technical experience and financial resources shall not be taken into account in determining the Bidder's compliance with the qualifying criteria.
3.0 COST OF BIDDING:
3.1 Complete bid document can be viewed and downloaded from website www.eprocure.gov.in/eprocure/app. The tenderer will be required to submit a non-refundable
fee of amount mentioned in NIT in the form of Crossed Demand Draft in favour of “NHPC Limited” payable at Faridabad towards the cost of Tender fee. The bidder shall fill the tender fee details online and submit DD to “Manager (Mechanical), Contract Cell, EMS Division, NHPC Office Complex, Sector-33, Faridabad-121003 (Haryana), on or before the date as specified in NIT.
3.2 Micro and Small enterprises (MSEs) under their Single Point Registration Scheme for the goods/services at NSIC or District Industries centre (DIC) or Khadi and village Industries Commission
(KVIC) or Khadi village and Industries Board (KVIB) or coir board or Directorate of Handicrafts and handlooms or any other body specified by Ministry of MSME or MESs having Udyog Aadhar Memorandum are exempted from furnishing the cost of tender document fees. They should furnish a Notarized copy of the valid registration certificate / Entrepreneurs memorandum (EM-II) details /other relevant documents issued by above board / body in their favour, for the goods / services covered under this tender document. No other bidder is exempted from furnishing cost of tender fee as mentioned above.
3.3 The bidder shall bear all costs associated with the preparation and submission of his bid, and the Purchaser will in no case be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process.
4.0 CONTENTS OF TENDER DOCUMENT:
The facilities required, bidding procedures, contract terms and technical requirements are prescribed in the Tender documents. The Tender documents include the following sections as listed
below:
1. NIT
2. Instructions to Bidders (ITB) Section-0
3. Terms & Conditions of Contract Section-I
4. Price Bid Format (Schedule Of Quantities & Prices) Section-II
B. PREPARATION OF BIDS
5.0 CLARIFICATION OF BIDDING DOCUMENTS:
5.1 If the prospective Bidder finds discrepancies or omissions, in specifications and document or is in doubt as to the true meaning of any part, he shall at once make a request for an interpretation /
Page 11 of 58
clarification through email to the Tender inviting Authority indicated in NIT, not later than 7 (Seven) days prior to the deadline for submission of bids prescribed herein.
The Purchaser / Employer, then will issue interpretation(s) and clarification(s), the bidder may submit his bid but within the time and date as specified in the Notice Inviting Tender of these instruction to bidders. If deemed fit, Purchaser’s/ Employer’s response will be posted on the e-procurement portal
of CPP and NHPC website through corrigendum / amendments.
5.2 Verbal clarification and information given by NHPC or his employee(s) or his representative(s) shall not in any way be binding on purchaser.
6.0 AMENDMENT OF BIDDING DOCUMENTS:
6.1 At any time prior to the deadline for submission of bids, the Purchaser may, for any reason, whether
at its own initiative, or in response to a clarification requested by a prospective Bidder (as above), amend the bidding documents. Such amendments shall be posted on the E-procurement portal of CPP and NHPC website.
6.2 Bidders are required to acknowledge the receipt of any such amendment from the CPP portal/ NHPC website. It will be presumed that the amendment has been accepted and the information contained therein has been taken into account by the Bidder in its bid.
The bidders are requested to see the web site once again before the due date of tender opening to ensure that they have not missed any corrigendum/ addendum uploaded against the said tender after downloading the tender document. The responsibility of downloading the related corrigendum/ addendum, if any, will be that of the downloading parties.
6.3 No separate intimation in respect of corrigendum/ addendum to this tender (if any) will be sent to
tenderer (s) who have downloaded the documents from web site.
6.4 In order to afford prospective Bidders reasonable time in which to take the amendment into account in preparing their bid, the Purchaser may, at its discretion, suitably extend the deadline for the submission of bids.
7.0 LANGUAGE OF BID:
The bid prepared by the Bidder and all correspondence and documents related to the bid exchanged by the Bidder and the Purchaser shall be written in English language, provided that any printed
literature furnished by the Bidder may be written in another language, as long as such literature is accompanied by a translation of its pertinent passages in English language, in which case, for purposes of interpretation of the bid, the translation in English shall govern.
8.0 BID CURRENCY:
All figures mentioned under the commercial bid should be in Indian National Rupee (INR). Commercial proposals in any currency other than INR would be considered non-responsive and hence rejected.
9.0 BID SECURITY (EMD):
9.1 Bidder shall submit along with the bids, the requisite Bid Security for an amount as mentioned in NIT appended hereto. Bid security may be deposited either in the form of a Crossed Bank Draft in favour of NHPC Ltd., Sector-33, Faridabad, Haryana-121003, payable at Faridabad. Failure to do so may prevent a tender from being considered.
9.1.1 Micro and Small enterprises (MSEs) Units registered with NSIC under their Single Point Registration Scheme or District Industries centre (DIC) or Khadi and village Industries Commission (KVIC) or Khadi village and Industries Board (KVIB) or coir board or Directorate of Handicrafts and handlooms or any other body specified by Ministry of MSME or MESs having Udyog Aadhar Memorandum for the goods/services are exempted from furnishing the Bid Security deposit/ EMD.
They should furnish with the Bid a Notarized copy of the valid registration certificate /
Entrepreneurs memorandum (EM-II) details /other relevant documents issued by above board / body in their favours, for the goods/services covered under this Tender document. No other bidders are exempted from furnishing Bid Security/ EMD as mentioned above.
Page 12 of 58
9.2 Bids received unaccompanied by either an acceptable Bid Security or a notarized photocopy of valid certificate of registration stated as above shall be rejected as being non-responsive and returned unopened to the bidders.
9.3 The bidders shall not be entitled, during the period of validity of their offers without the consent in writing of the Purchaser, to revoke or withdraw their bids or vary in any respect their offer or any
terms and conditions thereof. In case of a bidder revoking or withdrawing his Bid or varying any terms and conditions in regard thereto without the consent of the Purchaser in writing during the period of validity of his offer, the Purchaser may, at his discretion, forfeit the Bid Security furnished by the bidder along with his offer.
In addition to this the bidder may at the discretion of the Purchaser, be debarred from bidding for a period as may be considered fit by the Purchaser, against any Bid that might be invited by the
Purchaser in future. The Purchaser will also be within its rights to circulate the information, at its discretion to other prospective purchasers about the bidder having withdrawn his offer within the validity period.
9.4 Bid Security of the successful bidder will be returned when the bidder has furnished requisite Performance Guarantee as stipulated in Conditions of Contract/ Special Conditions of Contract. The bid security / earnest money of bidders who are not qualified for opening of price bid shall be returned within 30 days after such notification. The Bid Security / earnest money of all the
unsuccessful Bidders whose price bid has been opened will be returned as promptly as possible within 30 days of Notification of award of contract to the successful bidder in terms of this ITB.
9.5 The bid security may be forfeited:
a) If the Bidder withdraws its Bid or varies any terms & conditions in regard thereto during the period of bid validity specified by the Bidder, or
b) The bidder is found to have indulged in Corrupt, Fraudulent, Collusive or Coercive practice(s) covered under clause 20 of ITB or defaults commitments under Integrity Pact or
c) The successful bidder fails or refuses to accept / execute the Letter of Award / Supply Order when required or to sign the Contract Agreement or
d) In the case of a successful bidder, if the bidder fails or refuses to furnish the required performance security within the specified time limit in accordance with Conditions of Contract /
SCC or
e) The bidder refuses to accept the arithmetical corrections made in accordance with the bidding documents (if any).
9.6 All the bidders are required to submit duly filled in ECS form as per ‘Annexure-V’ for release of Bid Security/ payments.
10.0 PERIOD OF VALIDITY OF BID:
The bids should remain valid for a period of at least 120 days from the date of opening of the Techno-commercial bids. In case the validity given is for a lesser period, the Bid shall be treated as non-responsive.
In exceptional circumstances, the Purchaser may solicit the Bidders’ consent to an extension of the bid validity period. The request and responses thereto shall be made in writing. If a Bidder accepts to
prolong the period of validity, the bid security shall also be suitably extended. A Bidder may refuse the request without forfeiting its bid security. A Bidder granting the request will not be required nor permitted to modify its bid.
11.0 PREPARATION, RECEIPT AND SIGNING OF BID
The bidder shall prepare the bid and submitted the bid online in two cover system duly scanned and digitally signed by the Authorized Representative of the bidder as follows:
11.1 COVER-I: TECHNO-COMMERCIAL BID:
11.1.1 ON-LINE SUBMISSION:
Page 13 of 58
Online bids should be submitted containing scanned copy of following document in Cover-1:
i) DD/valid registration certificate / Entrepreneurs memorandum (EM-II) details /other relevant documents issued by above board/ body towards Tender document fee as per clause 3.0 of ITB.
ii) DD/valid registration certificate / Entrepreneurs memorandum (EM-II) details /other relevant documents issued by above board/ body towards Bid Security (EMD) as per Clause 9.0 of ITB.
iii) The bidders or his authorized representative shall sign and upload all the documents, owning responsibility for their correctness / authenticity and submit Declaration in respect of acceptance of terms and conditions of tender document as per Annexure-VI.
iv) Experience and Financial details as per Annexure-I and Annexure-II along with supporting documents establishing qualifying requirement as per Clause No. 2.0 of ITB.
v) PAN, CST/VAT/TIN registration, Manufacturer / Auth. Dealer / distributor or channel partner certificate.
vi) Annexure-III (Bid Proforma), Annexure-IV (Declaration regarding MSMED Act), Annexure-V (ECS Form) Annexure-VII (No Deviation Certificate), Annexure-VIII (Price Bid Undertaking)
and Annexure-IX (Tender Acceptance Letter).
vii) Authorization /Power of Attorney in respect of person for signing of documents & for online submission of bid as per clause no. 11.2 of ITB
viii) Check list as per Clause No. 23 of ITB.
ix) Scanned copy of offline supporting documents
11.1.2 OFFLINE BID / HARD COPY/ SUPPORTING DOCUMENTS:
Bidders shall submit the following documents (Hard copy) offline (i.e. physically) in separate sealed envelope by the due date and time of receipt of bid as mentioned in NIT. The envelope received late or after the prescribed due date and time of receipt as mentioned in NIT will not be entertained. NHPC will not be responsible for any postal delay. The envelope shall be super scribed as “Bid Security / EMD, Tender Fees, Notarized copy of Documentary evidences in support of the qualification criteria for Tender Specification No. NH/EMS/CC-115/2016/____ for the work “Purchase of Ceiling Fan, Exhaust Fan and Wall Mounting Fan under Buy-Back of old and used / Un-serviceable Ceiling Fan, Exhaust Fan and Wall Mounting Fan for NHPC Residential Colony, Sector-41, Faridabad” and sent to Manager (Mechanical), Contract Cell, Estate Management Services Division, NHPC Office Complex, Sector-33, Faridabad (Haryana) E/Mail ID: rajendraprasad@nhpc.nic.in
1. DD/valid registration certificate / Entrepreneurs memorandum (EM-II) details /other relevant documents issued by above board/ body towards tender document fees as mentioned in Clause No.3 of ITB.
2. DD/valid registration certificate / Entrepreneurs memorandum (EM-II) details /other relevant documents issued by above board/ body towards Bid Security as mentioned in Clause No. 9 of ITB.
3. Documentary evidences duly notarized in support of the qualification criteria as per Clause No 2.2 of ITB.
4. Authorization /Power of Attorney in respect of person for signing of documents & for online submission of bid as per clause no. 11.2 of ITB.
5. Partnership deed in case of partnership firm or Memorandum and Articles of Association and certificate of incorporation in case of Company.
Page 14 of 58
Scanned copy of offline supporting documents shall be uploaded along with the online
tender.
These envelopes (s) shall not contain anything else.
11.1.3 COVER-II: PRICE BID:
The Cover-2 i.e. Schedule of price bid (placed at Schedule-A of Section –III) in the form of BOQ_XXXX .xls should be filled and uploaded to E-Portal in conformity with the tender specification on the portal only. Unit of Measurement (UOM) is indicated in the e-tender form. Rate to be quoted should be in Indian Rupee as per UOM indicated in the e-tender form/tender document.
Bidders shall download the Schedule of quantities & Prices i.e. Schedule-A of Section - III in XLS format and save it without changing the name of the file. Bidder shall quote their rates in figures in
coloured background cells, thereafter save and upload the file in financial bid cover (Price bid) only. If the Schedule of Quantity & Price file is found to be modified by the bidder, the bid will be rejected.
The bidders are cautioned that uploading of financial bid elsewhere i.e. other than in cover –II will result in rejection of the tender.
Bidder should duly signed, scanned and uploaded the price bid undertaking form (mandatorily with price bid).
Submission of Soft Copy of any documents by any other means shall not be accepted by the Purchaser in any circumstances.
11.2 The bid must be signed by the bidder with his usual signature. Satisfactory evidence (Power of Attorney/Authorization letter) of authority of the person signing on behalf of the bidder shall be furnished with the bid.
11.3 Any interlineations, erasures or overwriting shall only be valid if they are initialed by the signatory (ies) to the bid.
11.4 The bidders are advised to submit their bids complete in all respect. Clarification(s) on the bids may be sought by the Purchaser from time to time, if so desired by the Purchaser, at its sole discretion.
11.5 Bidders will not be allowed to revise the quoted prices on their own, once “Bids” have been opened by the Purchaser.
11.6 If the due date of opening of bids, as aforesaid falls on non-working day(s)/ holiday(s), bids would be opened at the same time as specified in the NIT but on the next working day or days, as the case may be.
The Purchaser reserves the right to itself to postpone and/or extend the date of receipt or to withdraw the Bid notice, without assigning any reason thereof, entirely at its discretion. In such an event, bidders shall not be entitled to any compensation, in any form whatsoever.
11.7 Bidders are advised to fill in the Annexures, Appendices and Prices in respect of each and every item by strictly following the instructions, foot notes etc., to facilitate the Purchaser in speedy evaluation of bids. Failure to do so may prevent the Bid from being considered by the Purchaser.
11.8 Vague and ambiguous replies and replies such as “Refer covering letter, conditions of Bid etc.” shall be avoided. Such replies shall be deemed to be incomplete and may prevent the Bid from being considered by the Purchaser.
11.9 The bidders in their own interest are advised to be very careful while mentioning their rates in price bid in electronic form.
11.10 Bidders are required to quote item wise competitive rates for the all the items in the Price bid. The bidder shall quote their prices on firm basis including all applicable taxes / duties in all respects as applicable on twenty eight (28) days prior to deadline for submission of bids.
11.11 The supplies/ work covered by this Bid specification shall be executed strictly in accordance with the
conditions specified in the “Terms & Conditions of Contract” and other conditions specified in various sections of this Bid document. If any of the aforesaid condition is not clear to the bidder, clarification
Page 15 of 58
may be sought from the Purchaser before submission of bids. Bidders are advised to accept all the conditions specified in the Bid document, to facilitate early finalization of bids. Separate set of commercial conditions (such as bidders’ standard printed conditions) enclosed with the offer and any reference thereto may render the Bid liable to summarily rejection.
11.12 The bidder shall submit rate analysis of quoted price if so desired by the Purchaser.
11.13 Price bid of bidders, whose techno-commercial bids are not considered acceptable to the Purchaser, will not be opened and their bid security shall be returned to them. The decision of the Purchaser is final and binding in this regard.
11.14 Bidders are requested to submit their offer strictly in line with terms and conditions of tender specification, otherwise bid may be rejected. Bids will be received in electronic form only. Bids submitted manually shall not be accepted.
11.15 Any addition, deletion or substitution in the bid document is not permitted. Failure to do so may render the bid liable for summarily rejection.
11.16 The bidder shall submit “No Deviation Certificate” as per “Annexure-VII”
12.0 PAST EXPERIENCE:
The Bidder should fill the details of his past experience in the works covered under these specifications in the Performa appended as “Annexure-I” and submit the same online and same is required to be submitted in offline. If the bidder fails to do so, his tender may be rejected at the discretion of the Purchaser.
13.0 BID PERFORMA:
The bidder should fill in the Bid Performa appended as “Annexure-III” herewith and submit
the same online.
14.0 MODIFICATIONS PRIOR TO THE DATE OF BID OPENING:
The Purchaser may revise or amend the specifications and other conditions prior to the date notified for receiving the bids. Such revision and amendments, if any, will be uploaded / available on CPP portal website. In such a case, if considered necessary the last date and time
of receiving and opening of the bids may also be extended at the discretion of the Purchaser.
C. SUBMISSION OF BIDS
15.0 SUBMISSION of BID:
15.1 ON-LINE SUBMISSION:
The bid-submission would be online through the E-procurement portal
www.eprocure.gov.in/eprocure/app on or before the submission time and date as stipulated in the bidding document. The Server Date & Time as appearing on the website http://eprocure.gov.in/eprocure/app shall only be considered for the cut-off date and time for submission of bids. Offers sent through post, telegram, fax, telex, e-mail, and courier or by any other mode will not be considered. In case of date of opening is declared as holiday tender will be opened on next working day at same time.
The Corporation may, in the exceptional circumstances and at its discretion, extend the deadline for submission of bids by issuing an amendment, in which case all rights and obligations of the Corporation and the bidders previously subject to the original deadline will then be subject to the new deadline.
All documents specified in Clause. No. 11.1.1 hereinabove should be scanned, uploaded and attached with the tender before schedule close of Bid Submission time.
15.2 OFFLINE SUBMISSIONS:
Hard copy of supporting documents in accordance with ITB clause 11.1.2 or relevant clause of ITB
Page 16 of 58
forming part of techno-commercial bids shall be submitted offline (i.e. physically) in separate sealed envelope bearing on the top the reference of the Tender specification to “Manager (Mechanical), Contract Cell, EMS Division, NHPC Office Complex, Sector-33, Faridabad-121003 (Haryana)” on or before the due date & time of submission as per NIT.
If any discrepancy is found between Hard Copies of the offline document viz. DD towards cost of bid
document & DD, Power Attorney and scanned copy of same uploaded online then the online bid shall be liable for rejection.
15.3 SPECIAL NOTE ON SECURITY OF BIDS:
The bid submitted by a Bidder is encrypted by a Symmetric Key which is again encrypted by the public key of the tender opening officers. All such encryptions take place at the Bidder’s end.
15.4 Bidders will not be able to submit their bids after the due date and time has elapsed.
15.5 MODIFICATION, SUBSTITUTION AND WITHDRAWAL OF BID:
15.5.1 After submission of the bid the bidder can re-submit revised bid any number of times but
before stipulated deadline for submission of bid. The bidders are advised not to withdraw
their bids, as once the bid is withdrawn they cannot participate in same tender again.
15.5.2 In case Employer desired through amendment/corrigendum to submit revised financial bid
then it shall be mandatory to submit revised financial bid. In such case the bid submitted
before amendment/corrigendum shall become invalid.
15.5.3 The server time (which is displayed on the bidders' dashboard) will be considered as the
standard time for referencing the deadlines for submission of the bids by the bidders,
opening of bids etc. The bidders should follow this time during bid submission.
15.5.4 No Bid shall be withdrawn or modified/revised in the interval between the Bid submission
deadline and the expiration of the Bid validity period specified in Bid Document.
Withdrawal or modification of a Bid during this interval will result in the Bidder's forfeiture
of its Bid security and further their Bid shall be considered non-responsive.
15.6 DEADLINE FOR SUBMISSION OF BIDS:
15.6.1 Bids must be received by the Purchaser at the address specified in the Invitation for Bids (Notice Inviting e-Tender) not later than the time and date stated in the Invitation for Bids. In the event of the specified date for submission of bids being declared a holiday for the Purchaser, the bids will be received upto the appointed time on next working day.
15.6.2 The Purchaser may, at its discretion, extend this deadline for submission of bids by amending the bidding documents in accordance with ITB Sub-clause no. 6, in which case all rights and obligations of Purchaser and Bidders will thereafter be subject to the deadline as extended.
15.7 Late Bids:
Online submission of the bid will not be permitted on the portal after expiry of submission time and the bidder shall not be permitted to submit the same by any other mode.
Similarly hard copies of the Offline documents, if received by the Purchaser after the deadline for submission of Bids prescribed in Invitation for Bids (Notice Inviting e-Tender), then it will be
considered as ‘Late Bid’ notwithstanding the fact that the bidder has uploaded the bid online within the stipulated deadline. In such a case, the uploaded online bid on the portal shall be considered as non-responsive and shall not be processed further.
D. BID OPENING AND EVALUATION
16.0 ONLINE OPENING OF BIDS BY PURCHASER:
16.1 The Purchaser will open the Bids online on the date as specified in NIT.
16.2 Initially, the ‘Techno-Commercial Bid’ shall be opened consisting of online and offline submissions and
Page 17 of 58
the ‘Price Bid’ of only those bidders whose techno-commercial bid is acceptable to the Purchaser shall be opened online subsequently.
17.0 EVALUATION OF BIDS:
17.1 The Purchaser will examine the bids to determine whether they are complete, whether any
computational errors have been made, whether the documents have been properly signed and whether the bids are generally in order and conforms to all the terms, conditions and specifications of the Tender documents without any deviations.
The Purchaser’s determination of a Bid’s responsiveness is to be based on the contents of the Bid itself without recourse to extrinsic evidence. If a Bid is not substantially responsive, it will be rejected by the Purchaser and may not subsequently be made responsive by the Bidder by correction of the non-conformity.
17.2 Prior to the detailed evaluation, the Purchaser will determine whether each bid is of acceptable quality, is generally complete and is substantially responsive to the bidding documents. For purposes of this determination, a substantially responsive bid is one that conforms to all the terms, conditions and specifications of the bidding documents without material deviations, objections, conditionalities or reservations.
17.3 During bid evaluation, the Purchaser may ask the bidder for clarification for minor non-
conformities observed in its bid. The request for clarification and the response shall be in writing, and no change in the price or substance of the bid shall be sought, offered or permitted.
17.4 The evaluation of the bids shall be done based on item wise price quoted by the bidder in their price bid submitted online.
17.5 The bidder is not allowed to offer rebate / discount. Offering discount/rebate will lead to rejection of
bid. However, in case of exceptional circumstances, the rebate / discount offered by the Bidder should be only in the Price-bid itself and not in a separate envelope. The Bidder should offer such a rebate on a percentage basis applied uniformly to all the Unit rate of Price Schedule (s) except those which have been stipulated by the Purchaser. Conditional discount / rebate, if any, offered by the bidder shall not be taken into consideration for evaluation. However it may be considered in case of award.
17.6 In case the cost as quoted by the bidders in their Price bid are tied among the bidders, Corporation may go for Snap bid or other alternative method to decide the lowest successful bidder at its sole discretion.
17.7 Snap bid will be executed as follows:
In case the lowest tendered amount of two or more bidders is same, such lowest bidders will be asked to submit sealed revised offer in the form of letter mentioning percentage above/ below on estimated cost of the tender, but the revised percentage quoted above/ below on tendered cost should not be higher than the percentage quoted at the time of submission of the tender. The lowest tender shall be decided on the basis of revised offers.
In case any of such bidders refuses to submit revised offer then it shall be treated as withdrawal of his tender before acceptance and 50% of the earnest money deposit shall be forfeited.
If the revised tendered amount two or more bidders received in revised offer is again found to be equal, the lowest tender, among such bidders, shall be decided by draw of lots in presence of authorized representatives of NHPC Limited and the lowest bidders those have quoted equal amount of tender.
In case all the lowest bidders those have quoted same tendered amount, refuse to submit revised offer then tender is to be recalled after forfeiting 50% EMD of each bidder.
Bidder(s), whose Earnest Money is forfeited because of non-submission of revised offer cannot be allowed to participate in the retendering process of the work.
18.0 PURCHASE PREFERENCE IN FAVOUR OF MSEs:
Page 18 of 58
18.1 Micro and Small enterprises (MSEs) units registered with NSIC under their Single Point Registration Scheme or District Industries centre (DIC) or Khadi and village Industries Commission (KVIC) or Khadi village and Industries Board (KVIB) or coir board or Directorate of Handicrafts and handlooms or any other body specified by Ministry of MSME or MESs having Udyog Aadhar Memorandum for the goods / services, covered in this Tender Document shall alos be eligible for the Purchase Preference.
18.2 Participating Micro and Small enterprises (MSEs) quoting price within price band of L1+15% shall also be allowed to supply a portion of the requirement by bringing down their price to L1 price is from someone other than an MSE and such MSEs shall be allowed to supply at least 20% of the total tendered value. In case more than one such MSEs, the supply shall be shared proportionally (to tendered quantity).
In case of tender item is non-splitable or non-dividable, etc. MSE quoting price within price band
L1+15% may be awarded for full / complete supply of total tendered value to MSE, considering spirit of Public Procurement Policy, 2012 for enhancing the Govt. Procurement from MSE.
18.3 Out of 20% target of annual procurement from MSEs, a sub target of 4% (i.e. 20% out of 20%) will be earmarked for procurement from MSEs owned by SC/ST entrepreneurs. However, in the event of failure of such MSEs to participate in the tender process or meet the tender requirement and the L1 price, the 4% sub-target for procurement earmarked for MSEs owned by SC / ST entrepreneurs will be met from other MSEs.
E. AWARD OF CONTRACT
19.0 AWARD CRITERIA & PURCHASER’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS:
19.1 The Purchaser reserves to itself the right to accept or reject any bid, or cancel / withdraw invitation to
Bid for any reason including National Defence and security conditions, and to annul the bidding
process and reject all bids at any time prior to award of contract, without thereby incurring any
liability to the affected Bidder(s).
19.2 The Purchaser shall not be bound to accept the lowest or any bid and reserves to itself the right of
accepting whole or a portion of any of the bid as it may deem fit without assigning any reason
thereof. However, the Bidder(s), who wish to seek reason for such decision of cancellation/rejection,
shall be informed of the same by the Purchaser unless its disclosure reasonably could be expected to
affect the sovereignty and integrity of India, the security, strategic, scientific or economic interest of
the State, relation with foreign State or lead to incitement of an offence.
19.3 Canvassing in any form or any approach, official or otherwise, by the bidder to influence the
consideration of his bid shall render the bid liable to summarily rejection.
19.4 Subject to ITB Clause 19.2, the Purchaser will award the contract to the successful Bidder whose bid
has been determined to be substantially responsive and to be the lowest evaluated bid, further
provided that the Bidder is determined to be qualified to perform the contract satisfactorily.
19.5 The Evaluated price arrived at in terms of clause 17 shall be considered for the comparison and
evaluation of the bids. However, for the purpose of award of Contract the lesser of the total price
quoted by the bidder as per ‘price bid’ or the evaluated price as per clause 17 of ITB shall be
considered.
19.6 The unsuccessful bidders shall be informed simultaneously about their status of Bids.
20.0 CORRUPT, FRAUDULENT, COLLUSIVE OR COERCIVE PRACTICES:
It is expected from the Bidders/ suppliers/ contractors that they will observe the highest standard of
ethics during the procurement and execution of such contracts. In pursuance of this policy:
a) for the purposes of this provision, the terms set forth below shall mean as under:
(i) "Corrupt practice" means the offering, giving, receiving or soliciting, directly or indirectly, of
anything of value to influence the action of a public official in the procurement process or in contract execution; and
Page 19 of 58
(ii) "Fraudulent practice" means a misrepresentation/ omission of facts in order to influence a procurement process or the execution of a contract.
(iii) “Collusive practice” means a scheme or arrangement between two or more bidders, with or without the knowledge of the Purchaser, designed to establish bid prices at artificial, noncompetitive levels; and
(iv) “Coercive practice” means harming or threatening to harm, directly or indirectly, person or their property to influence their participation in a procurement process, or affect the execution of a contract.
(v) An agreement called “Integrity Pact” between the prospective Bidders and the Purchaser shall be signed committing the person/officials of both the parties, not to exercise any corrupt influence on any aspect of the Tender/ Contract.
b) A Bid may be rejected by the Purchaser if it is determined at any stage that the respective Bidder has engaged in corrupt, fraudulent, collusive and coercive practices or default commitment under Integrity Pact as mentioned above in competing for the contract in question.
c) The Purchaser may declare a firm ineligible, either indefinitely or for a stated period of time, if it at any time determines that the firm has engaged in corrupt or fraudulent practices, Collusive and Coercive practices or default commitment under Integrity Pact in competing for, or in executing, a contract.
d) Guidelines on Banning of Business Dealings
1.0 Introduction
1.1 NHPC Limited (NHPC) deals with Agencies viz. parties/ contractors/ suppliers/ bidders,
who are expected to adopt ethics of highest standards and a very high degree of integrity,
commitments and sincerity towards the work undertaken. It is not in the interest of NHPC
to deal with Agencies who commit deception, fraud or other misconduct in the tendering
process and/or during execution of work undertaken. NHPC is committed for timely
completion of the Projects within the awarded value without compromising on quality.
1.2 Since suspension/ banning of business dealings involves civil consequences for an
Agency concerned, it is incumbent that adequate opportunity of hearing is provided and
the explanation, if tendered, is considered before passing any order in this regard keeping
in view the facts and circumstances of the case.
2.0 Scope
2. 1 NHPC reserves its rights to remove from list of approved suppliers / contractors (if such
list exists) or to Suspend/Ban Business Dealings if any Agency has been found to be non
/ poor performing or have committed misconduct or fraud or anything unethical or any of
its action(s) which falls into any such grounds as laid down in this policy.
2.2 The procedure of (i) Removal of Agency from the List of approved suppliers /
contractors; (ii) Suspension and (iii) Banning of Business Dealing with Agencies, has
been laid down in these guidelines.
2.3 These guidelines shall apply to all the units of NHPC.
2.4 These guidelines shall not be applicable in Joint Venture, Subsidiary Companies of
NHPC unless they are assignees, successors or executor.
Page 20 of 58
2.5 The suspension/banning except suspension/banning under Integrity Pact shall be with
prospective effect, i.e. future business dealings.
3.0 Definitions
In these Guidelines, unless the context otherwise requires:
i) “Agency /Party / Contractor / Supplier / Bidders/Vendors” shall mean and include
a public limited company or a private limited company, a joint Venture,
Consortium, HUF, a firm whether registered or not, an individual, cooperative
society or an association or a group of persons engaged in any commerce, trade,
industry, etc. “Party / Contractor/ Supplier / Bidder/Vendor” in the context of these
guidelines is indicated as ‘Agency’.
ii) “Unit” shall mean the Corporate Office, Project/ Power Station/ Regional Office/
Liaison Office or any other office of NHPC.
iii) “Competent Authority” and ‘Appellate Authority’ shall mean the following:
a. For works awarded/under Tendering from corporate office (falling in the
competency of CMD /Board of Directors)
Competent Authority: CMD
Appellate Authority : Board of Directors
b. For works awarded/under Tendering from Corporate Office/Projects/ Power
Stations/ Regional Offices/Liaison Offices (falling in the competency of
Director /Executive Director )
Competent Authority: Concerned Director/Executive Director as the
case may be
Appellate Authority: CMD /Concerned Director as the case may be
c. For works awarded/under Tendering from Regional Offices / Projects/ Power
Stations/ Liaison Offices ( falling in the competency of GM and below)
Competent Authority: Head of the Unit not below the rank of Chief
Engineer/Chief
Appellate Authority: Next higher authority
iv) “Investigating Committee” shall mean a Committee appointed by Competent
Authority to conduct investigation.
4.0 Initiation of Suspension /Banning
Action for Suspension / Banning Business Dealings with any Agency shall be initiated by
the department responsible for invitation of Bids/Engineer-in-charge after noticing the
irregularities or misconduct on the part of Agency concerned. Besides the concerned
Page 21 of 58
department, Vigilance Department of each Unit/ Corporate Vigilance may also be
competent to initiate such action.
5.0 Suspension of Business Dealings.
5.1 If the conduct of any Agency dealing with NHPC is under investigation, the Competent
Authority may consider whether the allegations (under investigation) are of a serious
nature and whether pending investigation, it would be advisable to continue business
dealing with the Agency. If the Competent Authority, decides that it would not be in the
interest to continue business dealings pending investigation, it may suspend business
dealings with the Agency. The order of suspension would operate for a period not more
than six months and may be communicated to the Agency as also to the Investigating
Committee. The Investigating Committee may ensure that their investigation is
completed and whole process of final order is over within such period. However if the
investigations are not completed within six months ,the investigation committee shall put
up the proposal to the competent authority for approval of extension of time maximum up
to further three months with in which the committee shall conclude the proceedings .
5.2 The order of suspension shall be effective throughout NHPC in case of work falling in
the Competency of CMD/ Board of Directors/Directors, in case of falling in the
competency of Executive Director throughout Region and in case of falling in the
competency of HOP and below throughout the Project/Power Station and attached liaison
offices/units. During the period of suspension, no business dealing shall be held with the
Agency.
5.3 If the Agency concerned asks for detailed reasons of suspension, the Agency may be
informed that its conduct is under investigation. It is not necessary to enter into
correspondence or argument with the Agency at this stage.
5.4 It is not necessary to give any show-cause notice or personal hearing to the Agency
before issuing the order of suspension.
5.5 The format for intimation of suspension of business dealing is placed at Appendix– I
6.0 Ground on which Banning of Business Dealings can be initiated
6.1 If the security consideration, including questions of loyalty of the Agency to NHPC so
warrants;
6.2 If the director /owner of the Agency, proprietor or partner of the firm, is convicted by a
Court of Law for offences involving moral turpitude in relation to its business dealings
with the Government or any other public sector enterprises, during the last five years;
6.3 If the Agency has resorted to Corrupt, Fraudulent, Collusive, Coercive practices
including misrepresentation of facts and violation of the any provisions of the Integrity
Pact provided in the Contract.
6.4 If the Agency uses intimidation / threatening or brings undue outside pressure on NHPC
or its official for acceptance / performances of the job under the contract;
Page 22 of 58
6.5 If the Agency misuses the premises or facilities of NHPC, forcefully occupies or damages
the NHPC’s properties including land, water resources, forests / trees or tampers with
documents/records etc.
6.6 If the Agency does not fulfill the obligations as required under the Contract and Violates
terms & conditions of the contract which has serious affect for continuation of the
Contract.
6.7 If the work awarded to the agency has been terminated by NHPC due to poor
performance of the contract in the preceding 5 years.
6.8 If the Central Vigilance Commission, Central Bureau of Investigation or any other
Central Government investigation Agency recommends such a course in respect of
a case under investigation or improper conduct on agency’s part in matters relating to
the Company (NHPC) or even otherwise;
6.9 On any other ground upon which business dealings with the Agency is not in the public
interest.
6.10 If business dealings with the Agency have been banned by the Ministry of Power,
Government of India OR any PSU/ any other authority under the MOP if intimated to
NHPC or available on MOP Website, the business dealing with such agencies shall be
banned with immediate effect for future business dealing except banning under Integrity
Pact without any further investigation.
(Note: The examples given above are only illustrative and not exhaustive. The Competent
Authority may decide to ban business dealing for any good and sufficient reason).
7.0 Procedure for Banning of Business Dealings
7. 1 An Investigating Committee shall be constituted by the authority competent to Ban the
dealing comprising members from Engineering/Indenting department (convener),
Finance, Law and Cont ract . The level of the committee members shall be GM and
above for works falling in the competency of CMD/Board of Directors, Chief
Engineer/Chief and above for the works falling in the competency of Director/ Executive
Director and SM/M with at least one member of the level of Chief Engineer/Chief for
works falling in the competency of GM and below.
7.2 The order of Banning of Business Dealings shall be effective throughout NHPC in case
of work falling in the Competency of CMD/Board of Directors/Directors, in case of
falling in the competency of Executive Director throughout Region and in case of falling
in the competency of HOP and below throughout the Project/Power Station and attached
liaison office/units. During the period of Banning of Business Dealings, no Business
Dealing shall be held with the Agency. In situation where based upon the gravity of the
default, it is decided by the competent authority and the Project/Region to extend the
banning to Region/wide NHPC approval of regional ED/Concerned Director as the case
may be, shall be obtained.
Page 23 of 58
7.3 The functions of Investigating Committee in each Unit to be appointed by the competent
authority in line with para 3 (iii) shall, inter-alia include:
a) To study the report of the department responsible for invitation of bids and decide
if a prima-facie case for banning exists, if not, send back the case to the Competent
Authority.
b) To recommend for issue of show-cause notice (after vetting by legal deptt.) to the
Agency by the concerned department as per clause 7.4 “Show Cause Notice”.
c) To examine the reply to show-cause notice and call the Agency for personal
hearing, if required.
d) To submit final recommendations to the Competent Authority for banning or
otherwise.
7.4 Show Cause Notice
Once the proposal for issuance of Show Cause Notice is approved by the Competent
Authority, a ‘Show Cause Notice’ (as per format at Appendix-II of these guidelines)
s ha l l be issued to the delinquent Agency by the Competent Authority o r by a person
authorized b y t h e Competent Authority for the said purpose. The Agency shall be
asked to submit the reply to the Show Cause Notice within 15 days of its issuance.
Further, the Agency shall be given an opportunity for Oral hearing to present its case in
person, if it so desires, and the date for Oral Hearing shall necessarily be indicated in the
Show Cause Notice.
The purpose of issuing the Show Cause Notice is only that the Agency concerned shall
be given an opportunity to explain their stand before any action is taken. T he grounds on
which action is proposed to be taken shall be disclosed to the Agency inviting
representation and after considering that representation, orders may be passed. Such
orders require only the satisfaction of the authority that passed the final orders.
If the Agency requests for inspection of any relevant document in possession of NHPC,
necessary facility for inspection of documents may be provided.
During the conductance of oral hearing, only the regular duly authorized employees of
Agency will be permitted to represent the Agency and no outsider shall be allowed to
represent the Agency on its behalf.
Reply to the Show Cause Notice given by the Agency and their submissions in oral
hearing, if any, will be processed by the Committee for obtaining final decision of the
Competent Authority in the matter.
In case, no reply to Show Cause Notice is received from the Agency within stipulated
time, further reminder shall be given with further period of 10 days thereafter if no reply is
received action for processing ex-parte against the concerned Agency shall be initiated.
Page 24 of 58
7.5 Speaking Order
The speaking order (reasoned order) for banning the business dealing with the Agency
shall be issued by the Competent Authority or by a person authorized for the said
purpose.
The decision regarding banning of business dealings taken after the issue of a Show
Cause Notice and consideration of representation, if any, in reply thereto, shall be
communicated to the Agency concerned along with a reasoned order. The fact that the
representation has been considered shall invariably be mentioned in the communication.
Also the fact that if no reply was received to the Show Cause Notice shall invariably
be indicated in the final communication to the Agency. The format for intimation of
banning of business dealing is placed at Appendix– III
7.6 Period of banning
In case banning is processed for violation of provisions of Integrity pact, the banning
would be operative for a period of 3 years and in case termination of contract due to poor
performance the period of banning shall be for 5 years. For contracts awarded to
JV/Consortium, normally all the members of JV/Consortium shall be banned except in
case it is established by competent authority that violation/default is only due to specific
partner of the JV. In that case only violating/defaulting Partner shall be banned. a
constituent of the JV shall be permitted to participate in the bidding process if it has not
been banned on grounds of its role and responsibility in the tendering process for which
the Joint Venture has been banned in Past. In case if the Joint Venture which has been
banned does not indicate the roles and responsibility of individual Partner(s) then, the
partner of the banned Joint Venture shall only be allowed to participate in the bidding
process if its participation share is less than 35%.
In case the information/documents submitted by Agency in competing for the tender
found to be false/forged then NHPC, without prejudice to any other rights or remedies
it may possess, shall recover from Agency the cost incurred in carrying out physical
assessment for establishing veracity of such information/documents. In case Agency
refuses to reimburse such cost to NHPC then banning period of Agency shall be extended
by another one year.
7.7 Effect of Banning
As far as possible, the existing ongoing contract(s) with the Agency may continue unless
the Competent Authority, having regard to the circumstances of the case, decides
otherwise, keeping in view contractual and legal issues which may arise thereof. In case
the existing Contracts are allowed to continue, the suspension/Banning of Business
Dealing along with default of the Contractor shall be recorded in the experience
certificate issued for the work.
The Agency, ( after issue of the order of banning of business dealings) would not be
allowed to participate in any future tender enquiry and if the Agency has already
participated in tender process as stand-alone OR constituent of joint venture and the
price bids are not opened, his techno-commercial bid will be rejected and price bid will
Page 25 of 58
be returned unopened. However, where the price bids of Agency have been opened
prior to order of banning, bids of Agency shall not be rejected and tendering
process shall be continued unless Competent Authority having regard to the
circumstances of the case decides otherwise keeping in view the Contractual, Legal
issues which may arise thereafter. However, in case the suspension /Banning is due to
default of an Agency for the provisions under Integrity Pact and the Agency happens to
be Lowest Bidder (L1), the tendering process shall be annulled and fresh tenders shall be
invited.
During the Suspension/ Banning period, if it is found at any stage that Agency has
participated in tender enquiry under a different name then such Agency would
immediately be debarred from the tender/contract and its Bid Security/Performance
Security would be forfeited. Payment, if any, made shall also be recovered.
After Suspension/ Banning order, the Suspended/ Banned Agency shall not be allowed
to participate as Sub-Vendor/Sub-Contractor in the tenders.
Further, if the Suspended/ Banned agency is an approved Sub-Vendor under any
Contract for such equipment/component/service, the Main Contractor shall not be
permitted to place work order/Purchase order/Contract on the Suspended/ Banned
agency as a Sub-Vendor /Sub-Contractor after the date of Suspension/ Banning even
though the name of the party has been approved as a Sub-Vendor /Sub-Contractor
earlier.
There would be no bar on procuring the spares and awarding Contracts towards Annual
Maintenance (AMC)/ O&M/ Repair works on Agencies pertaining to the packages for
which they have been banned provided the Equipment has been supplied by such
Agency.
Banning of business dealing shall not be applicable to the Subsidiary Company of the
Banned agency provided subsidiary company has not participated on the strength of the
Banned agency. However, in case of a default by a Sub-Contractor, the banning shall be
applicable to the Sub-Contractor as well as the Lead Partner of the concerned JV or the
Sole bidder as the case may be. 7.8 Hosting at NHPC website
The concerned unit shall forward the name and details of the Agency (ies) banned along
with period and area of banning to IT&C Division of Corporate Office for displaying the
same on the NHPC website.
8.0 Appeal against the Decision of the Competent Authority.
The Agency may file an appeal against the order of the Competent Authority
banning of business dealing before Appellate Authority. Such an appeal shall be
preferred within 30 (Thirty) Days from the date of receipt of the order of banning of
business dealing. Appellate Authority would consider the appeal if convinced may
constitute another committee for further investigation. Based on the recommendation of
the committee Appellate Authority shall pass appropriate order which shall be
communicated to the Agency as well as the Competent Authority (as per format enclosed
as Appendix-IV with these guidelines).
Page 26 of 58
9.0 Circulation of the names of Agencies with whom Business Dealings have been
banned
The name of the concerned banned agency shall also be shared with MOP and other PSU
in the sector and all the units of NHPC.
The provisions of this policy supersede and will have overriding effect on all earlier
guidelines, procedures & system issued for the similar purpose.
_________________
Appendix –I
(Format for Intimation of Suspension of business dealing)
BY REGD. POST/SPEED POST/COURIER
No………. Date………
To
M/s ………………………
Attn.: Shri ………………..
Sub: Intimation of Suspension of Business Dealings
Dear Sir,
Whereas the work of …………. was awarded to your firm vide letter of award no …dt…..
amounting to Rs. …………. OR In response to NHPC NIT ( e-tender / physical tender ) no
………dt. you have submitted your bid . (strike out whichever is not applicable )
Whereas the conduct of your firm in respect of the following is under investigation:
Brief of the default
“Whereas the Competent Authority prima facie considered the allegations (under investigation) are
of a serious nature and decided pending investigation, it is not in the interest of the corporation to
continue business dealing with your firm
Page 27 of 58
This order shall have the following effects:
i) Further business dealings with your firm is Suspended within
Region/Project/Unit/wide NHPC. The order of Suspension is effective with immediate
effect and would operate for a period of six months or till the investigation is
completed and whole process of final order is over within such period. However, if
investigations are not completed in six months’ time, the Competent Authority may
extend the period of Suspension
ii) During the period of Suspension, no business dealing shall be held with your firm. No
enquiry / bid / tender shall be issued to your firm nor will the bids submitted by your
firm be entertained.
iii) In cases where tenders have already been issued to you and price bids are yet to be
opened, the Price Bid submitted by you shall not be opened and BG/EMD, if any,
submitted by you shall be returned.
iv) In cases where tenders have already been issued to you and Price Bids have already
been opened , the tendering process shall be continued
v) In case of ongoing contracts between you & NHPC, (including cases were contract has
already been awarded before the issue of Suspension order) you will be required to
continue with the execution and perform as per terms of the contract.
a) In case the Firm is in Joint Venture the following would also be applicable:
i) Participation of Agency in Joint Venture Tenders in which your firm has been proposed as Joint Venture Partner by any of
the bidders and price bids have been opened prior to Suspension of your firm in
such cases the tendering process shall not be annulled on this ground and the
Agency shall be permitted to continue as Partner in the Joint Venture for such
bidding. However where event of Price Bid opening has not taken place prior to
Suspension/Banning of Agency then in such case Agency shall not be permitted to
participate as Partner in the Joint Venture.
ii) Banning of joint Venture:
As the Joint Venture is Banned, your firm intends to bid as Partner(s) of Joint
Venture in bidding process then it shall be permitted to participate in the bidding
process if it has not been Banned on grounds of its role and responsibility in the
tendering process for which the Joint Venture has been Banned in Past. In case if
the Joint Venture which has been Banned does not indicate the roles and
responsibility of individual Partner(s) then, the partner of the Banned Joint Venture
shall only be allowed to participate in the bidding process if its participation share
is less than 35%.
b) Your firm shall not be allowed to participate as Sub-Vendor/Sub-Contractor in the
tenders.
Further if your firm is an approved Sub-vendor under any Contract for such
equipment/component/service, the Main Contractor shall not be permitted to place work
order/Purchase order/Contract on your agency as a Sub-Vendor/Sub-Contractor after the
date of Suspension/ Banning even though the name of the party has been approved as a
Sub-Vendor/Sub-Contractor earlier.
c) There would be no bar on procuring the spares and awarding Contracts towards Annual
Page 28 of 58
Maintenance (AMC)/ O&M/ Repair works on Agencies pertaining to the packages for
which they have been Banned provided the Equipment has been supplied by such
Agency.
d) Banning of business dealing shall not be applicable to the Subsidiary company of the
Banned agency provided subsidiary company has not participated on the strength of the
Banned agency.
On expiry of the above period of Suspension/Banning, you may approach…… (Indicate the
concerned procurement department), with request for revocation of the order mentioning
inter-alia the steps taken by you to avoid recurrence of misconduct which has led to
Suspension.
Yours faithfully,
For & On behalf of NHPC.
Note: Strike out whichever is not applicable
Page 29 of 58
Appendix –II
(Format of Show Cause Notice)
BY REGD. POST/SPEED POST/COURIER
No………….
Date………….
To
M/s ……………………………
……………………………..………
Attn.: Shri ………………..
Sub: Show Cause Notice
Ref :
Dear Sir,
You are hereby required to Show Cause in writing within 15 days from the date hereof why
Business Dealing with your firm should not be banned / your firm is placed in the Banning
List (as the case may be) and be debarred from entering into any contracts with NHPC for
the following reasons:
(Give Reasons)
Your reply (if any) should be supported by documents and documentary evidence which
you wish to rely in support of your reply. Should you fail to reply to this Show Cause Notice
within the time and manner aforesaid, it will be presumed that you have nothing to say and
we shall proceed accordingly.
Your reply, if any, and the documents / documentary evidence given in support shall be
taken into consideration prior to arriving at a decision.
Yours faithfully,
For & On behalf of NHPC.
Page 30 of 58
Appendix –III
(Format for Intimation of Banning of Business Dealing)
BY REGD. POST/SPEED POST/COURIER
No………. Date………
To
M/s ………………………
Attn.: Shri ………………..
Sub: Intimation of Suspension of Business Dealings
Dear Sir,
Whereas the work of …………. was awarded to your firm vide letter of award no …dtd…..
amounting to Rs. …………. OR In response to NHPC NIT (e-tender / physical tender) no
………dt. you have submitted your bid .(strike whichever is not applicable)
Whereas the Competent Authority had prima facie considered the allegations as detailed
below are of a serious nature and decided to conduct investigation.
Whereas show cause notice vide no … dtd…..was served upon you. (whereas in spite of the
opportunity given to you, you failed to submit the reply to the show cause notice within the
time period mentioned there upon or further extended period, if any). Whereas you submitted
the reply along with documents vide your letter no. ______dt. __________. After
considering the allegations made in the show cause notice, your reply to the show cause
notice documents/documentary evidence in support thereof, it has been decided to Ban the
Business Dealing with you and you are hereby debarred from entering into contracts with
NHPC within jurisdiction of Region/Project/Unit.
This order shall have the following effects:
i) Further business dealings with your firm is banned with immediate effect . The order of
Banning would operate for a period of …….years/month Competent Authority may
extend the period of Banning.
ii) During the period of Banning, no Business Dealing shall be held with your firm. No
Enquiry / Bid / Tender shall be issued to your firm nor will the bids submitted by your
firm be entertained.
iii) In cases where tenders have already been issued to you and Price Bids are yet to be
opened, the Price Bid submitted by you shall not be opened and BG/EMD, if any,
submitted by you shall be returned.
iv) In cases where tenders have already been issued to you and price bids have already been
opened, the Tendering Process shall be continued.
a) In case of ongoing contracts between you & NHPC, (including cases where contract
has already been awarded before the issue of Banning order) you will be required to
continue with the execution and perform as per terms of the contract.
b) In case the Firm is in Joint Venture the following would also be applicable:
i) Participation of Agency in Joint Venture
Tenders in which your firm has been proposed as Joint Venture Partner by any of
the bidders and price bids have been opened prior to Banning of your firm in
such cases the tendering process shall not be annulled on this ground and the
Agency shall be permitted to continue as Partner in the Joint Venture for such
Page 31 of 58
bidding. However where event of price bid opening has not taken place prior to
Banning of Agency then in such case Agency shall not be permitted to participate
as Partner in the Joint Venture.
ii) Banning of joint Venture:
As the Joint Venture is banned, your firm intends to bid as Partner(s) of Joint
Venture in bidding process then it shall be permitted to participate in the bidding
process if it has not been banned on grounds of its role and responsibility in the
tendering process for which the Joint Venture has been banned in Past. In case if
the Joint Venture which has been banned does not indicate the roles and
responsibility of individual Partner(s) then, the partner of the banned Joint Venture
shall only be allowed to participate in the bidding process if its participation share
is less than 35%.
c) Your firm shall not be allowed to participate as Sub-Vendor/Sub-Contractor in the
tenders.
Further if your firm is an approved Sub-vendor under any Contract for such
equipment/component/service, the Main Contractor shall not be permitted to place
work Order/Purchase Order/Contract on your agency as a Sub-Vendor/Sub-
Contractor after the date of Banning even though the name of the party has been
approved as a Sub-Vendor/Sub-Contractor earlier.
d) There would be no bar on procuring the spares and awarding Contracts towards
Annual Maintenance (AMC)/ O&M/ Repair works on Agencies pertaining to the
packages for which they have been banned provided the Equipment has been
supplied by such Agency.
e) Banning of Business Dealing shall not be applicable to the Subsidiary company of
the Banned Agency provided subsidiary company has not participated on the strength
of the Banned Agency. However, in case of a default by a Sub-Contractor, the
banning shall be applicable to the Sub-Contractor as well as the Lead Partner of the
concerned JV or the Sole bidder as the case may be.
On expiry of the above period of Banning, you may approach…… (Indicate the
concerned procurement department), with request for revocation of the order mentioning
inter-alia the steps taken by you to avoid recurrence of misconduct which has led to
Banning.
Further if you desire to appeal against this order you may do so within 30 days from the
date of issue of this order to the appellate authority as here under:
Appellate Authority : ……
Designation:
Address:…..
Ph . no.
e-mail :
Yours faithfully,
For & On behalf of NHPC.
Note: Strikeout whichever is not applicable
ISO-9001, 14001 & IS 18001 Certified Company SECTION-0
Page 32 of 58
Appendix –IV
(Format for communication of Appellate Decision on Suspension/Banning Order)
BY REGD. POST/SPEED POST/COURIER
No……….
Date………
To
M/s ………………………
Attn.: Shri ………………..
Sub: Suspension Banning of Business Dealings - Intimation of decision of Appellate Authority
Ref: 1. Order dated ………….. Placing M/s ……… on Suspension/Banning List by NHPC;
2. Your Appeal reference ………. Dt…….
Dear Sir,
This has reference to the order dt……… placing you on Suspension/Banning List and your appeal
petition reference ….. dt…. on the same.
After considering the findings of the Original Authority in order and submissions made by you in your
appeal , and the documents/documentary evidences available on record, it has been decided finally that :
There is no infirmity in the order of the Original Authority, and the allegations stand substantiated
and the Suspension/Banning for the period of …… years/month from the date of order, as ordered
by the original Authority is upheld,
Considering your submissions, the order of Suspension/Banning passed by the original authority
is upheld , but with a reduction in period of Suspension/Banning for ……… years/months from
the date of order of original authority;
Considering your submissions and the evidence available on record, there is enough justification to
annul the order of the original authority.
(*** Incorporate any one of the above as applicable)
Yours faithfully,
For & On behalf of NHPC.
e)
21.0 INFORMATION W.R.T. MSME DEVELOPMENT ACT 2006:
ISO-9001, 14001 & IS 18001 Certified Company SECTION-0
Page 33 of 58
‘MSME Development Act 2006’ is applicable to all contractors/service providers.
Therefore information as per format appended as Annexure-IV is required to be
submitted by the bidder along with bid.
23.0 Check List:
The Check List attached herein under shall be uploaded duly Tick Marked by Bidders
online.
Except the documents as mentioned in the Check List, bidders shall not submit any other
document.
Note: Electronic procurement system will not allow any bidder to place their bids after the expiry of scheduled date & time. NHPC or NIC shall not be responsible for any delays / problems related to bandwidth, connectivity etc., which are beyond the control of the NHPC or NIC.
ISO-9001, 14001 & IS 18001 Certified Company SECTION-0
Page 34 of 58
CHECK LIST
(To be uploaded online)
Sr.
No.
Document Required Clause
Reference
Action
required
Submitted
(Yes / No)
Please tick
(√ )
1. Notarized copy of registration of
PAN,
CST/VAT/TIN
Manufacturer / Authorized dealer /
Authorized distributor / Channel partner
ITB Clause
2.2.3
Scan copy to
be uploaded
& copy of
same to be
submitted in
offline
(a) □ / □
(b) □ / □
(c) □ / □
2. Notarized copies of Documentary
evidences in support of the qualification
criteria:
Scan copy
to be
uploaded &
copy of
same to be
submitted in
offline
(i) Purchase order/ Supply order with BOQ/ Work order
a) …… b) ……. c) …….
ITB Clause
2.2.1
(a) □ / □ (b) □ / □ (c) □ / □
(ii) (A) Tax invoice of respective Purchase Orders/ Work Orders
a) …… b) ……. c) ……. (B) Notarized copy of successful
completion / delivery certificate a) …… b) ……. c) …….
(a) □ / □ (b) □ / □ (c) □ / □
(a) □ / □ (b) □ / □
(c) □ / □
3. Documentary evidences in support of the
qualification criteria:
Scan copy to
be uploaded
& copy of
same to be
submitted in
offline
Notarized copy of Annual Report/ Audited
Balance sheet & Profit & loss account for
ITB Clause
2.2.2
(i) 2013-14 (i) □ / □
(ii) 2014-15 (ii) □ / □
(iii) 2015-16 (iii) □ / □
Or Or
Notarized copy of Certificate from Chartered
Account in respect of annual Turnover along
with ITR for:
(i) 2013-14 (i) □ / □
ISO-9001, 14001 & IS 18001 Certified Company SECTION-0
Page 35 of 58
(ii) 2014-15 (ii) □ / □
(iii) 2015-16 (iii) □ / □
4. Tender Document Fee ITB Clause
3.0
Scan copy
to be
uploaded &
copy of
same to be
submitted in
offline
(i) DD amounting to Rs. 500/- (i) □ / □
Or Or
(ii) Notarized copy of Valid registration
certificate / Entrepreneurs memorandum
(EM-II) details /other relevant documents
issued by board / body in their favour
(ii) □ / □
5. EMD
ITB Clause
9.1
Scan copy to
be uploaded
& copy of
same to be
submitted in
offline
(i) DD Amounting to Rs. 9000.00 (i) □ / □
Or Or
(ii) Notarized copy of Valid registration
certificate / Entrepreneurs memorandum
(EM-II) details /other relevant documents
issued by board / body in their favour
(ii) □ / □
6. Authorization /Power of Attorney in respect of
person for signing of documents & for online
submission of bid.
ITB clause
11.2
Scan copy to
be uploaded &
copy of same
to be
submitted in
offline
(i) □ / □
7. MSMED declaration as per Performa. ITB Clause
21,
Annexure-IV
To be
uploaded duly
filled in
(i) □ / □
8. Details of Past Experience Annexure –I To be
uploaded duly
filled in
(i) □ / □
9. Financial data Annexure –II To be
uploaded duly
filled in
(i) □ / □
10. Bid Performa Annexure –
III
To be
uploaded duly
filled in
(i) □ / □
11. ECS Form Annexure-V To be
uploaded duly
filled in
(i) □ / □
12. No Deviation Certificate as per format on
Company’s Letterhead
Annexure-
VII
To be
uploaded
duly filled
in
(i) □ / □
13. Declarations: Annexure-VI To be
ISO-9001, 14001 & IS 18001 Certified Company SECTION-0
Page 36 of 58
Declaration for De- Listing Declarations
accepted/
uploaded
online
(i) □ / □
Undertaking (ii) □ / □
Declaration regarding taxes & duties (iii) □ / □
Corrupt, Fraudulent, Collusive or
Coercive Practices
(iv) □ / □
Correctness of bid (v) □ / □
14. Price Bid Undertaking
Annexure-
VIII
To be
signed &
uploaded
duly filled
in
(i) □ / □
15. Tender Acceptance Letter as per format
on Company’s Letterhead
Annexure-
IX
To be
signed &
uploaded
duly filled
in
(i) □ / □
16. Partnership deed in case of partnership
firm or Memorandum and Articles of
Association and certificate of
incorporation in case of Company.
Scan copy to
be uploaded
& copy of
same to be
submitted in
offline
i) □ / □
17. Price Bid i.e. Schedule of Quantities and
prices
CPP Portal
(GePNIC)
To be filled online only
(i) □ / □
Station :________
Date: __________ For & on behalf of ______________________
Signature : __________________________
Name : __________________________
Designation: __________________________
(of the authorized representative of the bidder)
Official Seal of the Company:
Page 37 of 58
SECTION-I
TERMS AND CONDITIONS OF CONTRACT
Page 38 of 58
ISO-9001, 14001 & IS 18001 Certified Company SECTION-I
Page 39 of 58
TERMS AND CONDITIONS OF CONTRACT
1.0 SCOPE OF SUPPLY:
The scope of “Supply of Ceiling Fan, Exhaust Fan and Wall Mounted Fan under Buy-
Back of Old & Used/Unserviceable/Scrap Ceiling Fan, Exhaust Fan and Wall Mounted
Fan at NHPC Residential Colony, Sector-41, Surajkund Road, Faridabad-121010
(Haryana)” is as under:
a) Supply of Ceiling Fan, Exhaust Fan and Wall Mounted Fan at NHPC Residential Colony, Sec-41, Faridabad as per Schedule of Quantities and Technical Specifications.
b) Buy-Back of Old & Used/Unserviceable/Scrap Ceiling Fan, Exhaust Fan and Wall Mounted Fan lying at NHPC Residential Colony, Sec-41, Faridabad as per Schedule of Quantities on “As is where is basis”.
2.0 PRICES AND TAXES & DUTIES:
2.1 Prices shall be firm and on FOR destination basis i.e. NHPC Limited, NHPC Office Complex, Sector-33, Faridabad inclusive of charges for packing, handling, forwarding, freight, transportation, Insurance and all applicable taxes & duties. The items offered under Buy-Back are on “As is where is basis”. The transportation has to be arranged by the supplier at his own cost.
2.2 Taxes, duties and levies as applicable twenty eight (28) days prior to deadline for submission of bids, shall be mentioned in the price / rates mentioned in Price Bid i.e. schedule of quantities and prices (Section-II). Concessional form C/D shall not be issued by NHPC.
2.3 All taxes & duties mentioned in the price bid as per clause 2.2 above shall be paid/ reimbursed against proper invoice as per rules/documentary evidence and restricted to the total amount of taxes & Duties in Price Bid subject to clause 2.4 below. No other taxes and duties shall be payable/ reimbursable by NHPC.
2.4 Statutory variation, in taxes and duties or levy of any new tax after 28 (Twenty Eight) days prior to deadline for submission of bid will be adjusted/ reimbursed against production of documentary evidence.
3.0 TRANSIT INSURANCE:
Transit insurance shall be borne by the supplier.
4.0 TERMS OF PAYMENT:
100% payment of material cost shall be released after receipt of material at NHPC Limited, NHPC Office Complex, Sector-33, Faridabad in full and good condition and upon production of Invoice/Bill, Warrantee Certificate etc. and submission of PBG subject to confirmation of issuing bank and its acceptance thereof @10% of the contract value, otherwise 10% amount from total contract value from the bill will be deducted as Security Deposit which will be returned after successful completion of Guarantee/Warrantee Period.
5.0 DELIVERY PERIOD:
a) The delivery of items shall be completed within 30 days from the date of issue of the
Letter of Award/Supply Order. b) In the event of placement of an order, if the firm does not comply with accepted terms
and conditions of Letter of Award/Supply Order, the corporation reserves the right to forfeit the EMD submitted by the firm.
c) Re-sale of buy-back items by the supplier to another purchaser in the Corporation premises shall not be allowed/ permitted.
6.0 LIQUIDATED DAMAGES:
ISO-9001, 14001 & IS 18001 Certified Company SECTION-I
Page 40 of 58
If the Supplier fails to attain completion of the supply of the material or any part
thereof within the prescribed time for completion under clause 5.0 or any extension
thereof (due to delays not attributable to the Supplier), the Supplier shall pay to the
Purchaser liquidated damages equal to the amount computed @ ½ (half) percent per
week or part thereof of Contract Price. The aggregate amount of such Liquidated
damages shall in no case exceed 10% of the Contract Price. However cost
compensation for any time extension shall not be paid.
7.0 PERFORMANCE GUARANTEE:
Within 28 days of receipt of Supply Order, the Supplier/Contractor shall furnish to the
Engineer-in-Charge a Performance Guarantee in the form of Bank Guarantee from an
Indian Nationalized Bank or any Scheduled Bank in India as per the format appended as
Annexure-X herewith for an amount equal to (10) ten percent of the contract price by
way of guarantee valid till three (03) months beyond the warrantee period as
mentioned in the supply order for the due and faithful performance of the contract
along with the other terms and conditions agreed to.
The Performance Guarantee shall be released after successful completion of the
warrantee period. The Performance Guarantee amount will not earn any interest for the
whatsoever period detained by NHPC.
In case PBG is not submitted by the firm within 20 days from the date of issue of supply
order, security money amounting to 10% (Ten) of the total supply order value shall be
deducted from the bill and shall be released after successful completion of warranty
period.
8.0 WARRANTEE:
The items shall be warranted against poor quality or workmanship of material or
manufacturing defects for a minimum period of 12 (Twelve) months or manufacturer’s
standard warranty whichever is more, commencing from the date of completion of
supply at NHPC Office Complex.
During the Warrantee period, the manufacturer shall replace the defected items free of
cost and no conveyance or any other charges shall be paid.
If any defect is not remedied within a reasonable time, the Purchaser may proceed to
do the work at the Supplier’s risk and expense, but without prejudice to other rights,
which the Purchaser may have against the Supplier in respect of such defects.
9.0 INSPECTION:
Inspection shall be carried out by the authorized representative of the purchaser i.e.
Manager (Elec.)-Residential Colony, Estate Management Services Division or his
authorized representative at the central store, NHPC Limited, Sector-33, Faridabad after
receipt of material.
10.0 ENGINEER-IN-CHARGE:
Manager (Electrical) Residential Colony, Estate Management Services Division, NHPC
Ltd. Sector-41, Faridabad (Haryana) shall be Engineer-In-Charge of the aforesaid
contract.
11.0 CONSIGNEE:
Senior Manager (Mech.) Stores Section, Estate Management Services Division, NHPC
Ltd. Sector-33, Faridabad–121003 (Haryana), shall be the Consignee.
12.0 PAYING AUTHORITY:
ISO-9001, 14001 & IS 18001 Certified Company SECTION-I
Page 41 of 58
Sr. Manager / Manager (Finance), Misc. Bills, corporate finance Wing, NHPC Ltd.,
Sector-33, Faridabad.
13.0 COURT OF COMPETENT JURISDICTION
Any action taken or proceedings initiated on any of the terms of this Agreement shall be
only in the court of competent jurisdiction under the High Court of Haryana at
Chandigarh
ISO-9001, 14001 & IS 18001 Certified Company SECTION-I
Page 42 of 58
TECHNICAL SPECIFICATIONS:
CEILING FAN-1200MM
Standard Applicable ISI Mark(CG/Bajaj/ Havells/ Orient )
Sweep 1200 mm
Operating Voltage 200-250 Volts, Single Phase
Reference Frequency 50 Hz ± 5%
Wattage 60-80 W
Air Delivery (Minimum) 230 Cum/min
Speed (Minimum) 350 rpm
Bearing Ball Bearing at both ends
Colour Creamy White
No. of Blades 3
CEILING FAN-1400MM
Standard Applicable ISI Mark(CG/Bajaj/ Havells/ Orient )
Sweep 1400 mm
Operating Voltage 200-250 Volts, Single Phase
Reference Frequency 50 Hz ± 5%
Wattage 60-80 W
Air Delivery (Minimum) 270 Cum/min
Speed (Minimum) 280 rpm
Bearing Ball Bearing at both ends
Colour Creamy White
No. of Blades 3
EXHAUST FAN-380MM
Standard Applicable ISI Mark(CG/Bajaj/ Havells/ Orient )
Sweep 380 mm
Operating Voltage 200-250 Volts, Single Phase
Reference Frequency 50 Hz ± 5%
Wattage 160-180 W
Air Delivery (Minimum) 3300-4000 Cum/Hr
Speed (Minimum) 1400 rpm
ISO-9001, 14001 & IS 18001 Certified Company SECTION-I
Page 43 of 58
Bearing Double Ball Bearing
Colour Grey/Black
Impeller Propeller Type
Body Metallic
EXHAUST FAN-305MM
Standard Applicable ISI Mark(CG/Bajaj/ Havells/ Orient )
Sweep 300 mm
Operating Voltage 200-250 Volts, Single Phase
Reference Frequency 50 Hz ± 5%
Wattage 80-90 W
Air Delivery (Minimum) 1900-2000 Cum/Hr
Speed (Minimum) 1400 rpm
Bearing Double Ball Bearing
Colour Grey/Black
Impeller Propeller Type
Body Metallic
WALL MOUNTED FAN-400MM
Standard Applicable ISI Mark(CG/Bajaj/ Havells/ Orient )
Sweep 400 mm
Operating Voltage 200-250 Volts, Single Phase
Reference Frequency 50 Hz ± 5%
Wattage 50-55 W
Air Delivery (Minimum) 5000-5100 Cum/Hr
Speed (Minimum) 1300 rpm
Blade Material Plastic/Resin
Colour Creamy White
Guard Yes
Oscillation & Speed Control Pull Cord Mechanism
ISO-9001, 14001 & IS 18001 Certified Company SECTION-I
Page 44 of 58
ANNEXURE-I
(To be uploaded duly filled in)
DETAILS OF PAST EXPERIENCE
Details of
similar works
Completed
No.
and date
of order
Value of
Contract
Contractual
date of
completion
(Month &
Year)
Actual date
of
completion
(Month &
Year)
Name and
complete address
of the customer
Note: - If space found insufficient, above information may be submitted separately as per the above Performa.
Place: ________ For & on behalf of M/s ___________________
Date: __________ Signature : __________________________
Name : __________________________
Designation: __________________________
(of the authorized representative of the bidder)
Official Seal of the Company
ISO-9001, 14001 & IS 18001 Certified Company SECTION-I
Page 45 of 58
ANNEXURE-II
(To be uploaded duly filled in)
FINANCIAL DATA
Annual Turnover The information supplied should be the annual turnover of the Bidder, in terms of the amounts billed to clients for each year in the last three (3) years.
Fiscal Year Turnover (In Lac)
1. 2013-14
2. 2014-15
3. 2015-16
Note:
The necessary documents viz. Annual Report/ Audited Balance Sheet and Profit & loss account
or Certificate from Chartered Accountant in respect of Annual Turnover for last three Financial
years(s) along with ITR for calculation of the above should be submitted.
Place :________ For & on behalf of M/s ___________________
Date: __________ Signature : __________________________
Name : __________________________
Designation: __________________________
(of the authorized representative of the bidder)
Official Seal of the Company
ISO-9001, 14001 & IS 18001 Certified Company SECTION-I
Page 46 of 58
ANNEXURE-III
(To be uploaded duly filled in)
BID PROFORMA
Sl. No. Description of information Replies by the bidder
1. Name of the Firm/Company
2.
Complete address of Regd./Head Office
(i) Postal
(ii) Telephone/Fax
(iii) E-mail
3. Former name of the Firm/Company (if any)
4.
Type of the Firm/Company
(i) Proprietary
(ii) Partnership
(iii) Private Ltd. Co.
(iv) Public Ltd. Co.)
5. Year and place established
6.
Are you registered with any Government/Public
Sector Undertaking/ DGS&D/ NSIC (if yes, give
Details) for supply of similar Items/Equipments
covered under the specifications
7. Have your Company ever been declared
Bankrupt? (if yes, give details)
8. Validity period of tender, reckoned from the
due date of opening tenders. 120 days
9. Whether furnished & filled all schedules / Annexure appended to the tender documents.
10.
Rates of Central Sales Tax, Excise Duty etc. : applicable on finished products (if concessional rates of C.S.T./E.D. etc., are applicable, specify the same and attach documentary evidence
in support thereof)
11. CST/VAT/TIN Registration
12. PAN
Place :________ For & on behalf of M/s ___________________
Date: __________ Signature : __________________________
Name : __________________________
Designation: __________________________
(of the authorized representative of the bidder)
Official Seal of the Company
ISO-9001, 14001 & IS 18001 Certified Company SECTION-I
Page 47 of 58
ANNEXURE-IV
(To be uploaded duly filled in)
Format for obtaining declaration regarding applicability of Micro, Small & Medium
Enterprise under MSMED Act, 2006
Declaration/Undertaking
A) I/We confirm that the provisions of Micro, Small & Medium Enterprise are applicable/not
applicable to us and our organization falls under the definition of:
(i) [ ]- Micro Enterprise
(ii) [ ]- Small Enterprise
(iii) [ ]- Medium Enterprise
Please tick in the appropriate option box [ ] and attach documents/certificate, if any.
B) I/We also confirm that we are MSEs owned by SC/ST Entrepreneurs (Strike out if not
applicable)
C) I/We also undertake to inform the change in this status as aforesaid during the
currency of the contract, if any.
(Authorized Representative of Firm)
ISO-9001, 14001 & IS 18001 Certified Company SECTION-I
Page 48 of 58
ANNEXURE-V
(To be uploaded dully filled in)
ECS - Form
NHPC Limited ELECTRONIC CLEARING SERVICE (CREDIT CLEARING)
(PAYMENT TO PARTIES THROUGH CREDIT CLEARING MECHANISM)
1. BIDDER’S NAME : ___________________________________
a) Address : ___________________________________
____________________________________
b) Phone/ Mobile No. : ____________________________________
2. PARTICULARS OF BANK ACCOUNT
a) BANK NAME : ____________________________________
b) BRANCH NAME : ____________________________________
____________________________________
c) ADDRESS : ____________________________________
Telephone No. : ____________________________________
d) IFSC CODE OF THE BANK : ____________________________________
(For payment through RTGS)
e) ACCOUNT TYPE : ____________________________________
(S.B. Account/ Current Account or/
Cash Credit with code 10/11/13)
f) ACCOUNT NUMBER : ____________________________________
(As appearing on the Cheque Book)
I hereby declared that the particulars given above are correct and complete. If the transaction
is delayed or not effected at all for reasons of incomplete of incorrect Information, I would not
hold the user Company responsible.
(------------------------------)
Date: Signature of the Bidder
Certified that the particulars furnished above are correct as per our records.
(Bank’s Stamp)
(---------------------------)
Date: Signature of the Authorized
Official from the Bank
ISO-9001, 14001 & IS 18001 Certified Company SECTION-I
Page 49 of 58
ANNEXURE-VI
(To be uploaded duly filled in)
DECLARATIONS
I/ We, M/s ………………………………… (Name of bidder) hereby declare the following:
Sl. No.
Declaration Type Declaration Acceptance
1 Declaration for De- Listing
We, hereby declare that I/we have not been banned/de-listed/black listed/debarred from business on the grounds mentioned in para 6 of guidelines on Banning of Business
dealings.
Agree Only
2 Undertaking We hereby undertake that we have studied and understood all the terms and conditions as mentioned in tender document (including ITB, Conditions of Contract and Technical Specification of work) and we agree to abide
by same unconditionally.
Agree Only
3
Declaration regarding taxes & duties
1. Prices shall be firm and on FOR destination basis inclusive of charges for packing, handling, forwarding, freight, transportation, Insurance and all applicable taxes & duties.
2. The taxes and duties shall be dealt as per clause no. 2.0 of Conditions of Contract (Section-I).
Agree Only
4 Corrupt, Fraudulent, Collusive or Coercive Practices
We hereby declare that we are not engaged in any corrupt or fraudulent practices, Collusive and Coercive practices or default commitment under Integrity Pact in competing for, or in executing, a contract as mentioned in Clause No. 20 of ITB.
Agree Only
5 Correctness of bid We hereby declare that information furnished with Bid is correct in all respect
Agree Only
We hereby accept the declarations stated above.
Signature & seal of Bidder
ISO-9001, 14001 & IS 18001 Certified Company SECTION-I
Page 50 of 58
ANNEXURE-VII
(To be uploaded dully filled in)
NO DEVIATION CERTIFICATE (To be given on Company Letter Head)
This is to certify that our offer is exactly in line with your tender specification document no.
NH/EMS/CC-115/2016/________ dated ____. This is to expressly certify that our offer
contains no deviation either Technical or Commercial in either direct or indirect form.
Signed By:
Name: ____________________________________________________
Designation: _______________________________________________
Organization: _____________________________________________
Date & Place: _____________________________________________
Phone/ Fax/Mobile/ Email: _________________________________
Stamp & Seal: ____________________________________________
ISO-9001, 14001 & IS 18001 Certified Company SECTION-I
Page 51 of 58
Annexure-VIII
PRICE BID UNDERTAKING
(Firm part of Price Bid)
From: (Full name and address of the Bidder) : -------------------------------------------
-------------------------------------------
-------------------------------------------
-------------------------------------------
To,
Dear Sir/Madam,
1. I submit the Price Bid for__________________________________________ and
related activities as envisaged in the Bid document.
2. I have thoroughly examined and understood all the terms and conditions as contained
in the Bid document, and agree to abide by them.
3. I offer to work at the rates as indicated in the Price Bid inclusive of all applicable
taxes.
Yours Faithfully,
Signature of authorized Representative:
Schedule of price bid in the form of BOQ_XXXX .xls The below mentioned Financial Proposal/Commercial bid
format is provided as BoQ_XXXX.xls along with this tender document at https://eprocure.gov.in/eprocure/app . Bidders are advised to download this BoQ_XXXX.xls as it is and quote their offer/rates in the permitted column and upload the same in the commercial bid. Bidder shall not tamper/modify downloaded price bid template in any
manner. In case if the same is found to be tempered/modified in any manner, tender will be completely rejected and EMD would be forfeited and tenderer is liable to be banned from doing business with NHPC.
ISO-9001, 14001 & IS 18001 Certified Company SECTION-I
Page 52 of 58
Annexure-IX (To be uploaded dully filled in)
TENDER ACCEPTANCE LETTER
(To be given on Company Letter Head)
Date: ___________________
To,
Manager (Mechanical),
Estate Management Services Division, NHPC Office Complex, Sector -33 Faridabad
Sub: Acceptance of Terms & Conditions of Tender for the work “Purchase of Ceiling Fan, Exhaust Fan and Wall Mounting Fan under Buy-Back of old and used / Un-serviceable Ceiling Fan, Exhaust Fan and Wall Mounting Fan for NHPC Residential Colony, Sector-41, Faridabad”
Tender Reference No: NH/EMS/CC-115/2016
1. I/We have downloaded/ obtained the tender document(s) for the above mentioned ‘Tender/Work’ from the web site http://eprocure.gov.in/eprocure/app.
2. I/We hereby certify that I/we have read all the terms and conditions of tender
document (including all annexure(s), schedule(s), drawing(s), etc.) and I/we shall abide hereby by all the terms & conditions contained therein.
3. The corrigendum(s) issued from time to time by your department/ organization too has also been taken into consideration, while submitting this acceptance letter.
4. I/ We hereby unconditionally accept all the terms and conditions of above mentioned tender document and corrigendum(s) as applicable.
5. In case any provisions of this tender are found violated, then your department/ organization shall without prejudice to any other right or remedy be at liberty to reject my bid including the forfeiture of earnest money deposit.
6. I/ We confirm that before submitting this Bid, I/ We have visited the Project site and fully acquainted ourselves with the site conditions and local situation regarding
materials, required for inspection and rectification, labour and all other factors pertaining to the work under this Bid.
7. I/ We confirm that our bid shall be valid upto 120 days from the date of opening of Cover-1, Techno-commercial Bid.
8. I/ We hereby certify that all the statements made and information supplied in the enclosed Annexures and Forms and additional data etc. furnished herewith are true
and correct.
9. I/ We have furnished all information and details necessary for demonstrating our qualification and have no further prominent information to supply.
10. Until a formal contract is prepared and executed, this bid, together with your notification of award, will constitute a binding contract between us.
11. I/ We understand that you are not bound to accept the lowest or any bid you may receive.
12. I/ We certify / confirm that we comply with the eligibility requirements as per Bid documents.
Seal and Sign of Bidder Name
ISO-9001, 14001 & IS 18001 Certified Company SECTION-I
Page 53 of 58
ANNEXURE – X
PERFORMANCE GUARANTEE FORM
BANK GUARANTEE
(To be stamped in accordance with Stamp Act if any, of the Country of the issuing Bank) Bank Guarantee No. .............. Date ...............................……. To, [Purchaser’s Name & Address]
Dear Sir’s,
In consideration of the.... [Purchaser’s Name]........ (Hereinafter referred to as the ‘Purchaser’ which expression shall unless repugnant to the context or meaning thereof, include its successors, administrators and assigns) having awarded to M/s..... [Supplier’s Name] ................ 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 by issue of Purchaser’s Letter of Acceptance No. ................ Dated .................. and the same having been acknowledged by the supplier, for …………… [Contract sum in figures and words] for ………. [Name of the Supply] and the Supplier having agreed to provide a Contract Performance Guarantee for the faithful performance of the entire Contract equivalent to …… (*)……….. Of the said value of the aforesaid supply under the Contract to the Purchaser.
We............... [Name & Address of the Bank]...…........ Having its Head Office at................... (hereinafter referred to as the ‘Bank’, which expression shall, unless repugnant to the context of meaning thereof, include its successors, administrators, executors and assigns) do hereby guarantee and undertake to pay the Purchaser, on demand any and all monies payable by the Supplier to the extent of .............. (*) ............... as aforesaid at any time upto................ (@) ........... [days/month/year] without any demur, reservation, contest, recourse or protest and/or without any reference to the Supplier. Any such demand made by the Purchaser on the Bank shall be conclusive and binding notwithstanding any difference between the Purchaser and the Supplier or any dispute pending before any Court, Tribunal, Arbitrator or any other authority. The Bank undertakes not to revoke this guarantee during its currency without previous consent of the Purchaser and further agrees that the guarantees herein contained shall continue to be enforceable till the Purchaser discharges this guarantee or till ……………[days/month/year] whichever is earlier.
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 the Supplier. The Purchaser shall have the fullest liberty, without affecting 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 between the Purchaser and the Supplier 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 or by any other matter or thing whatsoever which under law would, but for this provision have the effect of relieving the Bank.
ISO-9001, 14001 & IS 18001 Certified Company SECTION-I
Page 54 of 58
The Bank also agrees that the Purchaser at 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 the Purchaser may have in relation to the Supplier’s liabilities.
i) Our liability under this Bank Guarantee shall not exceed …………………..
ii) This Bank Guarantee shall be valid up to ………………………
iii) We are liable to pay the guaranteed amount or any part thereof under this Bank Guarantee only and only if Purchaser serve upon Bank a written claim or demand on or before ……………..@…………..
Dated this.................... Day of ..................... 201…......... at................................. WITNESS Signed for and on behalf of the Bank
1. ................................................
(Signature) ...............................
(Signature) ................................................
(Name) .....................................
(Name) ................................................
(Official Address)
.................................................
(Designation with Bank Stamp) Staff No. Full Address of Bank with Tel., Fax. No.
2. ................................................ (Signature)
................................................ (Name)
................................................ (Official Address)
Communication address of the Bank Name of the contact person Tel. No. Fax No. Email: Notes: 1. (*) This sum shall be ten percent (10%) of the Contract Price denominated in the
types and proportions of currencies.
(@) This date will be Ninety (90) days beyond the Defects liability period as specified
in the Contract.
2. The stamp papers of appropriate value shall be purchased in the name of guarantee issuing Bank.
3. Vendor’s stamp with full details i.e. name of the purchaser in whose favour & purpose
for which this stamp paper has been purchased, should be invariable mentioned on the back side of the stamp paper.
4. Bank Guarantee is required to be submitted directly to the Purchaser by the issuing bank (on Behalf of the Supplier) under the registered post (A.D.). The Supplier can submit an advance copy of Bank Guarantee to the Purchaser. However, in case of exceptional circumstances where efficient postal services are not in force, the Bank
ISO-9001, 14001 & IS 18001 Certified Company SECTION-I
Page 55 of 58
Guarantee may be submitted by the Supplier directly to the Purchaser and the issuing Bank shall submit an unstamped duplicate copy of Bank Guarantee directly under the registered post (A.D.) to the Purchaser, with a forwarding letter.
Page 56 of 58
SECTION-II
SCHEDULE OF QUANTITIES AND PRICES
ISO-9001, 14001 & IS 18001 Certified Company SECTION-III
______________________________________________________________________________________________________________________
Page 57 of 58
SCHEDULE-A SCHEDULE OF QUANTITIES & PRICES
Name of Work: - “Purchase of Ceiling Fan, Exhaust Fan and Wall Mounting Fan under Buy-Back of old and used / Un-serviceable
12369Ceiling Fan, Exhaust Fan and Wall Mounting Fan for NHPC Residential Colony, Sector-41, Faridabad” Tender Reference No: NH/EMS/CC-115/2016
TO BE FILLED ONLINE
ISO-9001, 14001 & IS 18001 Certified Company SECTION-III
______________________________________________________________________________________________________________________
Page 58 of 58
Note:
*Quantities in buy back may vary from the actual nos.
Bidder may refer Clause No. 2 of Terms & Conditions of Contract before quoting/ offering rates. All applicable taxes & duties shall be mentioned in this schedule. The
reimbursement of total taxes & duties shall be restricted to the total amount mentioned in BOQ of this schedule subject to clause 2.4 of Terms & Conditions of Contract.
It is hereby confirm that except as otherwise stipulated in the Tender Specification and the statuary variations permitted as per Contract, the above unit rates and other
charges as mentioned in the schedule will remain firm till the subject supplies are completed. Further it is confirmed tha t no other charges would be payable by NHPC in
connection with execution of the resultant purchase order. The bidder shall provide the technical literature of the offered make and model.
(Rupees_______________________________________________________________________________________________)
Signature of Tenderer or his authorized Representative along with seal