Office of the Executive Engineer Generation Division … · General Terms & Conditions and...

21
S. No Description Quantity Estimated cost (Lacs) Amount of EMD Cost of tender specification (Non refundable) Time of completion 1. Supply, installation testing and commissioning of 100 h.p. V.T. motor pump assembly for dewatering system USHP-II, Kangan. 3 Comp. job 39.15 lacs 2 % of the estimate cost i.e Rs 78,300/- Rs. 1000 30 Days Office of the Executive Engineer Generation Division USHP II Kangan Email: [email protected] E-NIT No: USHP-II/GD/01 of 2017 Dated:- 12/06/2017 For and on behalf of the Managing Director, J&K State Power Development Corporation, sealed bids (Part-A: Techno Commercial Bid ) & Part-B: (Price Bid) valid for 180 days, accompanied with earnest money in the shape of DD/ CDR/FDR from any Nationalized/Scheduled Bank @ 2% of the estimated cost pledged to the Chief Engineer, Generation Wing Kashmir , are invited from Registered firms /joint ventures/ SSI unit holders/ Self-help groups/Class-A Electrical contractors having sufficient experience in the relevant field. Supply, installation testing and commissioning of 100 h.p. V.T. motor pump assembly for dewatering system USHP-II, Kangan. The e-tender can be downloaded from jktenders.gov.in or jkspdc.nic.in. The tenders should be addressed to the Chief Engineer, Generation Wing Kashmir Bemina (JKPDD complex) Srinagar. However, the downloaded document at the time of submission should be accompanied with cost of tender document in the shape of Demand Draft pledged to Executive Engineer Generation Division USHP-II, Kangan

Transcript of Office of the Executive Engineer Generation Division … · General Terms & Conditions and...

S.

No

Description

Quantity

Estimated

cost (Lacs)

Amount of

EMD

Cost of tender

specification

(Non

refundable)

Time of

completion

1. Supply, installation testing and commissioning of 100 h.p. V.T. motor pump assembly for dewatering system USHP-II, Kangan.

3 Comp. job

39.15 lacs

2 % of the estimate cost i.e

Rs 78,300/-

Rs. 1000 30 Days

Office of the Executive Engineer Generation

Division USHP II Kangan

Email: [email protected]

E-NIT No: USHP-II/GD/01 of 2017

Dated:- 12/06/2017

For and on behalf of the Managing Director, J&K State Power Development

Corporation, sealed bids (Part-A: Techno Commercial Bid ) & Part-B: (Price Bid) valid for

180 days, accompanied with earnest money in the shape of DD/ CDR/FDR from any

Nationalized/Scheduled Bank @ 2% of the estimated cost pledged to the Chief Engineer,

Generation Wing Kashmir , are invited from Registered firms /joint ventures/ SSI unit

holders/ Self-help groups/Class-A Electrical contractors having sufficient experience in

the relevant field.

Supply, installation testing and commissioning of 100 h.p. V.T. motor pump assembly for dewatering system USHP-II, Kangan.

The e-tender can be downloaded from jktenders.gov.in or jkspdc.nic.in. The tenders

should be addressed to the Chief Engineer, Generation Wing Kashmir Bemina (JKPDD

complex) Srinagar. However, the downloaded document at the time of submission should be

accompanied with cost of tender document in the shape of Demand Draft pledged to

Executive Engineer Generation Division USHP-II, Kangan

CRITICAL DATES

1. Date of issue of tender notice 12/06/2017

2. Period of downloading of bidding documents. 16/06/2017 to 28/06/2017

3. Bid submission start date 19/06/2017 4. Bid submission end date 01/07/2017

5. Deadline for receiving the hard copies

(CDR & EMD).

03/07/2017

6. Date & time of opening of Online tenders

(techno commercial).

05/07/2017

No GD /USHP-II/516-30

Dated: 12/06/2017 Executive Engineer

Generation Division

USHP-II, Kangan

Copy to:-

1) Managing Director J&K SPDC, Srinagar for information.

2) Director Finance, J&K SPDC, Srinagar for information.

3) Chief Engineer, Generation Wing Kashmir, J&K SPDC, Sgr. for inf.

4) Chief Civil Investigation Design J&K SPDC, Srinagar for information.

5) Superintending Engineer, Generation Circle-II, J&K SPDC, Sgr for inf.

6) Company Secretary J&K SPDC, Srinagar for information. He is requested to kindly

get the Notice uploaded on the website of J&K SPDC.

7) Assistant Director, J&K Information Department Srinagar along-with 4 copies of

NIT, with the request that the NIT may kindly be got published in two National

leading dailies as well as two local leading dailies of valley at an earliest, under an

intimation to this division.

8) Director Radio Kashmir Srinagar (Commercial service) for broadcasting the same in

two spots before the due date

9) Chief Pay & Accounts Officer, PDC unit-Kangan for information.

10) Executive Engineer, Civil Maintt. Division USHP-II Kangan for info.

11-14) Assistant Executive Engineer Gen. Sub Div/I/II/III & Mechanical for information.

15) Notice Board.

16) Master File

General Terms &

Conditions and

,

Instructions to

bidders.

General Terms & Conditions and Instructions to the bidders

1.1. Invitation Receipt and Opening of Tenders

1.1. Sealed tenders are invited from registered contractors for Supply, installation testing and commissioning of 100 h.p. V.T. motor pump assembly for dewatering system USHP-II, Kangan at Powerhouse Kangan Kashmir. The cost of the tender

document shall be Rs. 1000/= in the form of Demand Draft. The tenders should be

addressed to the Chief Engineer, Generation Wing Kashmir, Bemina (JKPDD

complex) Srinagar.

The e-tender can be downloaded from jktenders.gov.in. However, the downloaded

document at the time of submission should be accompanied with cost of tender

document in the shape of Demand Draft pledged to Executive Engineer Generation

Division USHP-II, Kangan .

1.2. The online tenders (Techno commercial) shall be opened on 05/07/2017 or any

subsequent day to the convenience of the Tender Opening Committee. The bidders

or their authorized representatives may, if so desire, be present at the time of opening

of tenders.

1.3. In case the due date of receipt of tenders falls on a holiday or the holiday being

declared subsequently the tenders will be received on next working day.

1.4. The Tender should be submitted in double cover Part-A: Techno Commercial Bid

& Part-B: Price Bid as described in tender notice.

1.5. The bidders shall submit bids in Three 2 separate sealed covers as under;

Part –I Techno Commercial .

Part-II Price bid

All the two parts of the bid should be enclosed in a single outer envelope Super scribed

as name of the bidder, e-NIT No. and due date of receipt shall be clearly written on

the cover. The detail of each cover shall contain as under:

1.5.1. The tender document shall contain Earnest Money in the shape of CDR or Bank

Guarantee to the tune of Rs. 78,300/- pledged to Chief Engineer, Generation Wing

Kashmir. In case of non- submission of earnest money and cost of tender

document, the tender shall be rejected right away. However in case of NSIC/SSI

unit registration in the relevant field any relaxation in cost of tender document or

EMD or any other relaxation shall be as per the Government policy

1.5.2. Techno Commercial Part:

a) Tender Proforma

b) Relevant documents for establishing the technical eligibility of the firm

c) Relevant documents for qualifying the financial criteria of the tender document

d) Documentary proof for similar/ parallel nature of works in hydro power house.

e) Proof for Annual turnover for the last two years duly certified.

f) Agreement of Joint Venture or consortium (if applicable)

g) Valid (up to date) Electrical License for conducting jobs of same Electrical Nature

h) Copy of income tax clearance certificate

i) Information regarding current litigation if any, in which the bidder is involved the

parties concerned and the disputed amount

j) No deviation certificate

1.5.3. Price Bid : Price Schedules as per BOQ of Biding Document

2.1 SCOPE The scope of the work “Supply, installation testing and commissioning of 100 h.p. V.T.

motor pump assembly for dewatering system USHP-II, Kangan” as per the following

description.

S.No. Particulars Quantity

1. Supply, installation testing and commissioning of 100 h.p. V.T. motor pump

assembly for dewatering system USHP-II, Kangan including the cost of

dismantling of already existing pumps.(As per the sample available in the power

house)

Kirloskar/Crompton Greaves/Mathur plates/Tushaco/Jyoti/Flowmore/JEE pumps

(Guj) make conforming to ISI specifications

Pump Type Vertical type

Stages 2 no’s

Pump Capacity 10,000ltrs/min

Head 30 m

Motor Capacity 100 h.p./75kW 3 phase 50hz

Speed 1465 rpm

Ampere 130 A

Insulation Class B class

3 no.

3.0 QUALIFICATION CRITERIA

3.1. Technical Criteria 3.1.1 Experience of having successfully completed similar/ parallel nature of works in

hydro power house during last 7 years ending last day of month previous to the one

in which applications are invited should be either of the following: -

a. Three similar completed jobs costing not less than the amount equal to 40% of the

estimated cost (15.66Lacs)

Or

b. Two similar completed jobs costing not less than the amount equal to 50% of the

estimated cost (19.575 Lacs).

Or

c. One similar completed jobs costing not less than the amount equal to 80% of the

estimated cost (31.32 Lacs).

3.2 Financial Criteria

Average annual financial turnover during the last 2 years, ending 31st

March of the previous financial year, should be at least 30% of the

estimated cost (Rs. 11.745 lacs) individually by a sole applicant or

collectively by a Joint venture .

3.2.1 Bids may be submitted by individual firms or joint ventures as one of the

following:

3.2.1.1 A single firm that meets all qualification requirements set forth.

3.2.1.2 Joint venture Companies meeting all qualification requirements

set forth in relevant clauses & fulfilling all requisite conditions.

4.0. EARNEST MONEY

4.1. Earnest Money amounting to Rs. 78,300/- in the shape of Bank Guarantee/

CDR/FDR pledged to the Chief Engineer, Generation Wing Kashmir, must be

furnished along with the offer of the tender.

4.2 No bidder, unless otherwise specified in the specification, terms and conditions

shall be exempted from depositing earnest money.

4.3 Tenders not accompanied with required amount of earnest money will be rejected

and their price bid shall not be opened.

4.4 The earnest money of the bidder(s) shall be forfeited if he (they) withdraws his

(their) tender or revises the prices of his (their) offer within the validity period or

violates any terms and conditions contained therein. The contract shall be

deemed to have been entered into from the date of issue of letter of intent/LOA

whichever is earlier.

5.0. HANDLING OF DEVIATIONS

Offer must be complete in all respect and must contain

confirmation/compliance to all Technical & Commercial points without any

deviations i.e. ZERO DEVIATION OFFER, failing which the bids shall be liable

for rejection. Pre-bid clarifications, if required may be sought from us immediately

on floating of tender. The bidders should enclose NO DEVAITION CERTIFICATE

along with the bid.

6.0 Modification prior to date of Tender opening:

The Executive Engineer Division USHP-II, Kangan JKSPDC may revise or

amend the specifications and other conditions prior to the date notified for receiving the

tenders. Such revision or amendments, if any, will be communicated to all prospective

bidders as an addendum to this invitation for tenders through the media used for original

NIT. In such case, if considered necessary, the date of receiving the tenders may also

be extended at the discretion of the Executive Engineer.

7.0. Validity: The tenders should be valid for a period of 180 days from the date of opening

of the price bid

8.0. Prices:

The quoted rates shall be FIRM and FOR destination basis, inclusive of all taxes

and duties, freight, insurance etc. as the work is a turnkey job. The rates shall include

costs attracted towards mandatory inspection/testing by JKSPDC.

9 Price Variation:

9.1 No price variation will be allowed. The quoted rates shall be valid for a period

of six months from the date of opening of the tender. The order placing authority

shall have discretion to allocate the full or part of the advertised quantity to the

qualifying bidder without assigning any reason. The authority also reserves the

right to cancel the tenders. The order placing authority reserves the right to vary

the quantities of items or groups of items to be ordered as specified in the

accompanying technical specifications, as may be necessary during the execution

of the contract.

9.2 No alterations, amendment, omission or variations of the works shall be made

by the contractor except with the written orders of the order placing

authority. With the alteration, if any variation in the works results in

reduction/ increase in the contract price final rates shall be evolved as mutually

agreed to by both the parities. In the event of the disagreement, the decision of

the arbitrator shall prevail. However it shall be mandatory on part of firm to

visit the site so that supplied pump motor assembly fits in the base. Any

modification if any required for the fitting of pump shall be borne by the firm

after necessary approval from the division.

10.0. Taxes & Duties:.

The Income Tax, surcharge on Income Tax and other corporate taxes shall

be responsibility of the Contractor payable to the concerned authorities. Tax

clearance certificates shall be furnished with the tender. All custom duties, excise

duties, VAT, sales taxes and other t a xes payable by the bidders or their vendors/sub-

suppliers while procuring any components, sub-assemblies and raw-materials shall be

included in the bid price and no claim on this behalf will be entertained by the

JKSPDC.

11 BID EVALUATION CRITERIA 11.1 General

a. During bid evaluation, the Owner (JKSPDC) may request for clarification and the

response shall be in writing and no change in substance of Bid is permitted.

b. The Owner will examine the Bids to determine whether they are complete,

whether any computational errors have been made, whether required sureties have

been furnished, whether the documents have been properly signed, and whether

the bids are generally in order.

c. The Owner may waive any minor informality, non-conformity or irregularity in

a Bid that does not constitute a material deviation, whether or not identified by

the Bidder in 'Technical Deviations', and ‘Commercial Deviations', to his Bid,

and does not prejudice or affect the relative ranking of any Bidder, as a result of

the technical and commercial evaluation.

d. Prior to detailed evaluation, the Owner will determine 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, conditionality or reservations.

A material deviation, objection, conditionality or reservation is one (a) that affects

in the scope, quality or performance of the contract; (b) that limits in any substantial

way, inconsistent with the bidding documents, the Owner's rights or the successful

Bidder's obligations under the Contract; or (c) whose rectification would unfairly

affect the competitive position of other Bidders who are presenting substantially

responsive bids.

e. The Owner'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 Owner, and may not subsequently be made

responsive by the Bidder by correction of the non­ conformity.

f. Owner reserves the right to reject or accept any Bid without being responsible to

the Bidder in any manner whatsoever. The Bidder shall quote for all the

equipment and services as called for. The Owner reserves the right to place the

order for all or part of the equipment and services .

11.2 Technical Evaluation

a. The Owner/Owner's Engineer will carry out a detailed evaluation of the Bids which

are substantially responsive in order to determine whether the technical aspects are

in accordance with the requirements set forth in the bidding documents. In order to

reach such a determination, the Owner will examine and compare tile technical

aspects of the Bids on the basis of the information supplied by the Bidders, taking

into account the following factors:

i. Overall completeness and compliance with the Technical Specifications

ii. Suitability of the equipment offered in relation to the environmental and

climatic conditions prevailing at the site; and quality, function and

operation of any process control concept included in the Bid. The bid that

does not meet minimum acceptable standards of completeness, consistency

and detail will be rejected for non-responsiveness.

b. Cost compensation will be worked out for any variation, declared or undeclared

deviation acceptable to Owner, from specified scope and I or technical variation

from tender specification of the Owner, as can be evaluated and assessed in the

interest of the Owner. In determining the rupee value of the deviations, the

Owner will use parameters consistent with those specified in the specifications

and available to the Owner or worst parameters considered by any other Bidder.

c. In the event of an contradiction in Bid, Owner reserves the right to cost-

compensate for evaluation based on worst parameters that can be interpreted for

non-compliance to specifications. In the event Bidder has not explicitly furnished

any of the technical data, scope, scheme or details required for unambiguous

assessment, the Owner may cost compensate based on worst possibility or worst

parameters considered by any other Bidder for evaluation of Bid.

11.3 Commercial Evaluation

11.3.1 Bidders who have not completely furnished the details as per format in

'Schedule of Prices' are liable to be rejected.

11.3.2 Comparison shall be of the Total Lump sum final evaluation price which

shall be inclusive of all installation and other services required under the

contract, plus the taxes and duties viz., Sales Tax, Local Tax, Entry Tax and Octroi

as applicable on the Ex-works price of equipment. The rates of Taxes and

Duties a applicable as on 15 days prior to the submission of price bid shall be

considered for purpose of evaluation. The cost of all quantifiable deviations

and omissions from the contractual and commercial conditions would also be

considered for purpose of evaluation.

11.3.3 Unless specifically indicated, all prices shall be FIRM. No enhancement of

rate for whatever cause unless and until asked by JKSPDC will be allowed.

12.0. Contract and Agreement:

It will be obligatory on part of the successful bidder to execute a legal agreement

with the Executive Engineer within 7(seven) days of placement of formal

contract order. Sufficient copies of the Contract Agreement and specifications

shall be supplied by the successful bidder to the order placing authority, the cost

thereof shall be deemed to have been included in the prices offered.

13 Schedule of Works

13.1. The Bidder is required to organize his services in a systematic manner to ensure

smooth execution and completion of the job as per schedule.

13.2. English Language and Metric Units shall be used in all documents, drawings

reports, correspondences etc.

13.3. Bidder shall prepare a detailed schedule for preparation and submission of

drawings at the beginning of the contract which shall be approved by JKSPDC.

The approval shall be used for engineering · activities.

14.0 COMPOSITE BANK GUARANTEE:-

Successful bidder must submit Composite Bank guarantee in form of a Bank Guarantee from

any Nationalized bank for 10% (Ten Percent) of the contract value of the work order /

purchase order, executed in a non-judicial stamp paper of Rs 100/- (Rupees Hundred) only or

any amount as per Stamp Duty act strictly as per PROFORMA ENCLOSED, towards security,

payment and performance guarantee purpose.

The confirmation letter of the concerned bank should be sent along with Bank Guarantee.

The Bank Guarantee shall be furnished within 15 days from the date of issue of the purchase /

work order and shall remain valid for a period of guarantee covered under the contract.

No interest is payable on the Composite Bank Guarantee.

15. JOB EXECUTION:

15.1 TRANSIT INSURANCE: Transit Insurance of materials should be done by the

supplier at their own cost. The responsibility of delivery of the material at destination good

condition rests with the supplier. Any claim with the insurance company or transport

agency arising due to loss or damage in transit has to be settled by the supplier. The

supplier shall undertake for replacement of materials settled by the supplier, on receipt of

such from Consignee regarding damage or loss, without waiting for their claims with their

carriers and underwriters.

15.2 All measures required for safe construction including safety norms are to be taken

and the schemes are to be approved by JKSPDC before commencement of works.

Besides, all personnel employed on the job are to follow safety requirement of

JKSPDC and State Regulations as applicable form time to time.

16.0 Inspection

a) Inspection call shall be given by the Repair agency to the Engineer in-charge/

JKSPDC after satisfactory completion of all the repair jobs.

17.0 Retention of scrap:

All the scraps resulting from repair-work/ installation will be the property of the

JKSPDC.

18.0 COMPLETION PERIOD:

The complete works Supply, installation testing and commissioning of 100 h.p. V.T. motor pump assembly for dewatering system USHP-II, Kangan. shall be completed in all respects within 30 days from the date of issue of work

order or LOI whichever is earlier. The Executing agency shall note that time of

completion is the essence of contract & work must be completed within stipulated

period to avoid generation loss. A penalty shall be imposed in this regard

equivalent to the generation loss caused due to such nature of delay which does

not fall under the ambit of force majeure.

19.0 Time Extension

19.1In case the delay is attributable to the contractor, timely extension can be granted

with imposition of adequate penalties.

19.2In case the delay is attributable to third party the time extension can be granted to

the affected contractor with financial compensation and the additional financial

implication charged to the third party in case third party is bound by an

agreement with the owner.

19.3In case the delay is attributable to the owner, the time extension shall be granted

with financial compensation.

19.4Delay due to natural events which occasion extension of time will not carry any

financial entitlement/compensation to the contractor.

20.0 PAYMENT:

a) 90 % payments towards cost of materials along with full taxes and duties will

be made after completion of the work against duly verified bills of Asst.

Executive Engineer concerned. Remaining 10 % payment shall be made after

completion of defect liability i.e twelve (12) months

b) All payments shall be made through Cheque / Demand Draft on a nationalized

bank only. In case of payments through draft, the bank commission charges

will be borne by the supplier.

c) Income tax, if so applicable, will be deducted from the bills at the prevailing

rate. TDS certificate to that effect shall however be issued

.

25.0 LIQUIDATED DAMAGES FOR DELAY (NOT AS PENALTY)

If the Contractor fails to complete the Work as specified in Clause 21.0 hereof, the

owner shall, without prejudice to its other remedies under the Contract, deduct the

amount from running bills and also from deposits of the contractor due or which may

become due to the Contractor, as liquidated damages (which is a genuine pre-estimate

agreed by the parties hereto of the loss or damage which the purchaser would have

suffered on account of delay without giving any proof of the loss or damages) a sum

equivalent to 0.5% of the Contract price per week of delay or part thereof subject to a

maximum of 10% of the Contract price. The payment or deduction of such damages

shall not relieve the Contractor from his obligations to complete the works or from any

of his obligations and liabilities under the Contract.

26.0 PENALTY.

Penalty shall be levied on the firm proportionate to discharge available and average

generation from any machine in operation as per prevailing sale rate per unit on day to

day basis for the delay period beyond 30 days from the date of handing over of

transformer to the firm.

27.0 Force Majeure:

The contractor shall not be liable for any liquidated damages for delay or any failure to

perform the contract arising out of force majeure conditions beyond his control

including acts of God or the enemy of the Government viz. fires, floods, epidemic,

quarantine related strikes, freight embargoes and defaults of such contracts due to any

such cause, provided that the supplier shall within ten days from the beginning of such

delay notify to the department in writing the cause of delay along with convincing

substantial evidence. The department once convinced shall extend the supply

completion period by a suitable/reasonable duration.

28.0. Arbitration:

In case the disputes are not 'resolved mutually, the matter shall be referred for

arbitration. The arbitrator shall be appointed by Managing Director JKSPDC whose

decision shall be final binding on both parties

"The arbitral tribunal shall not have any right/jurisdiction to award any

interest on claim which is determined by it in the arbitration proceedings

conducted by the tribunal"

29.0. General:

(a) The price of tender documents shall not be refunded under any circumstances

whatsoever.

(b) The bidder shall be deemed to have carefully examined various stipulations in this

NIT and also to have fully informed himself with all conditions local and otherwise

affecting the execution of the contract. Failure to do so shall be at his risk and cost.

(c) Ambiguity in rates, if any shall be interpreted in favour of the Department.

(d) All other terms and condition as laid down in PWD Form 25 shall form part of this

tender document.

(e) The tender document shall be returned to the department along with the technical bid

with a certificate that all the conditions in the document acceptable to the bidder. A

'No deviation certificate' appended with this document shall be duly signed and

stamped by the bidder. Deviations, if any, from technical and/or commercial

conditions laid down in this document must explicitly be mentioned with the offer.

Executive Engineer

Generation Division

USHP-II, Kangan.

ANNEXURE-I TENDER SPECIFICATION No GD/USHP-II

DECLARATION FORM To, Executive Engineer

Generation Division

USHP-II Kangan

Sir, Having examined the above specification together with terms and conditions referred to therein, I/We the undersigned hereby agree to undertake the work if allotted to us in all respects as per the specification and general conditions, at the rates offered by us. Our offer is valid upto 180 days from the date of tender opening. 1. I/ We hereby undertake the materials to be delivered in complete shape within the time specified in this tender. 2. I / We hereby guarantee the technical particulars given in the tender will be executed skillfully for which guarantee for successful operation for a period of 12 (Twelve) months. 3. I / We hereby certify that the amount have been deposited towards the cost of the specification by remitting Cash / Bank Draft No. ------------------------------------ 4. In the event of supply order is being decided in my/our favour, I / We agree to furnish the Composite Bank Guarantee in the manner acceptable to JKSPDC for a sum as applicable, within 15 (Fifteen) days of issue of letter of indent/ detail purchase order failing which I / We clearly understand that the said Letter of Indent / the work order will be liable to be withdrawn by J & K State Power Development Corporation Ltd. Signed this day of 2017 yours faithfully

Signature with Seal

(This Form should be duly filled up by the bidder and submitted along with the original copy of the offer)

ANNEXURE-II TENDER SPECIFICATION No. GD/USHP-II/ ACCEPTANCE OF TERMS & CONDITIONS

(This Performa should be duly filled in with all the information and should be furnished

with tender)

1 i) Name and address of the firm

ii) EMD Details (except the amount) like Bank Draft No & Date, Address of the bank issuing the draft.

2 Proof of Purchase of tender specifications

3 Validity

4 Price Basis- FIRM F.O.R Destination

5 Terms of payment : Whether agreeable to JKSPDC terms

Yes / No

6 Completion period Withindays from the date of issuance of

7 Whether agreed to furnish 10 % Composite Bank Guarantee

Yes / No

8 Whether agreed to JKSPDC Liquidated damage terms

Yes / No

9 Whether material to be used bear ISI mark

Yes / No

10 Whetherguaranteed technical particulars submitted

Yes / No

11 Whether agreed to all the terms & conditions of the specification.

Yes / No

Place : Signature of Bidder Date : Name :

Designation (Seal) :

Annex-III DEVIATION FROM SPECIFICATION (TECHNICAL)

Bidder shall enter below particulars of his alternative proposals for deviation from the technical specifications if any ;

Sr N o

Clause No of Specification

Deviations from Specification

Justification for deviation

Place : Signature of Bidder Date : Name :

Designation (Seal) :

Annex-IV LIST OF ORDERS EXECUTED FOR SIMILAR SUPPLY/Works DURING

LAST THREE YEARS

Sr No

Quantity

Place of Installation and complete

postal address

Year of completion

Place: Signature of Bidder Date : Name :

Designation (Seal) :

ANNEXURE- V TENDER SPECIFICATION DATA ON EXPERIENCE

a) Name of the Firm

b) Standing of Firm as manufacturer of Equipment quoted.

c) Description of equipment similar to that quoted supplied and installed with name to the party to whom supply was made as per annexure-V

d) Detail of where installed etc

e) Testing facilities at manufacturers work.

f) If the firm is having collaboration with another firm / manufacturer, details regarding the same.

g) A list of similar material store equipment of design, manufacturer tested and supply which are in successful operation in last three year with user certificate.

Place : Signature of Bidder Date : Name :

Designation (Seal) :

ANNEXURE – VI TENDER SPECIFICATION No GD/LJHP

COMPOSITE BANK GUARANTEE This Guarantee bond is executed this ________________________day, dated ___________________________ by us the___________________________________________________________________________________ (Bank) at_________________________ P.O____________________________P.S_________________________ Dist__________________________________State________________________________________________

1. WHEREAS the Jammu & Kashmir State Power Development Corporation Limited a company

incorporated under the Companies Act. 1956 (herein after called the Company) has placed

Order No.

_____________________Dt._____________________(herein after called “the contractor” for

carrying the said agreement AND

2. WHEREAS the contractor has agreement to carry out the work to the company in terms of

the said agreement , AND

3. WHEREAS the company has agreed (1) to exempt the contractor from making payment of

security(2) to release 90 % payment of the cost of materials as per the said agreement and (3)

to exempt from performance guarantee on furnishing by the contractor to the company a

Composite Bank Guarantee of the value of 10 % (ten Percent) of the said agreement.

NOW THERFORE 1. In consideration of the company having agreed (1) to exempt the contractor from making payment of security (2) releasing 95 % payment to the contractor (3) to exempt from furnishing performance guarantee in terms of the said agreement as aforesaid, we, the ______________________________________________ Bank (herein after referred to as the bank) do hereby undertake to pay to the company an amount not exceeding Rs. (Rupees____________________________________________________________________________________) against any loss or damage caused to or suffered by or would be caused to or suffered by the company by reason of any breach by the said contractor (s) of any of the terms or conditions contained in the said agreement. 2. We the _____________________________________________________________ do hereby undertake to pay the amounts due and payable under this guarantee without any demur, merely on a demand from the company stating that the amount claimed is due by way of loss or damage caused to or suffered by the company by reason of any breach by the said contractor(s) of any of the terms and conditions contained in the said agreement or by reason of the contractor(s) failure to perform the said agreement. Any such demand made on the bank shall be conclusive as regards the amount due and payable by the bank under this guarantee. However, our liability under this guarantee shall be restricted to an amount not exceedingRs_______________ (Rupees____________________________________________________________________________________) 3.We the ____________________________________________________Bank also undertake to pay the company and money so demanded not withstanding any depute or disputes raised by the contractor(s) in any of suit or proceeding instituted / pending before any Court or Tribunal related thereto our liability under this present being absolute and unequivocal. The payment so made by us under this Bond shall be a valid discharge of our liability for payment there under and the contractor (s) shall have no claim against us for making such payment. 4. We, the ________________________________________________________further agree that the guarantee herein contained shall remain in full force and affect during the period that would be taken for the performance of the said agreement and that it shall continue to be so un-forceable till all the dues of the company under or by virtue of the said agreement have been fully paid and its claims

satisfied or discharged or till authorized officer of Jammu & Kashmir Power development corporation Ltd. Srinagar certifies that the terms and conditions of the said agreement have been fully and properly carried out by the said contractor (s) and accordingly discharges this guarantee. Unless a demand or claim under this guarantee is made on us in writing on or before the (__________________________________) we shall be discharged from all liability under this guarantee thereafter. 5. We, (________________________________________________________) further agree that the company shall have the fullest liberty without our consent and without effecting in any manner our obligations here under to vary any of the terms and conditions of the said agreement or to extend time of performance but the aid contractor (s) and shall not relieved from our liability by reason of any such variations or extension being granted to the said contractor (s) or for any for balance, act or omission on the part of the company or any indulgence by the company to the said contractor(s) or by any such matter or thing what so ever which under the law relating to sure ties would but for this provisions have effect of so relieving us. 6. This guarantee will not be discharged due to the change in the name, style and constitution of the bank or the contractor(s). 7. We, (________________________________________________________) lastly undertake not to revoke this guarantee during its currency except with the previous consent of the company in writing. Dated at_____________________ the ___________________________day of 20____ For . (Indicate the name of the bank) WITNESS : 1. 2. N.B : 1. Name of the supplier 2. No & date of order / agreement 3. Name of the Bank 4. Validity period or date upto which the guarantee is valid 5. Signature of the constituent Authority of the bank with Seal

ANNEXURE –VII TENDER SPECIFICATION

On Rs 100/- Non Judicial Stamp Paper BANK GUARANTEE / SECURITY AGAINEST HANDING OVER FORMAT

To Executive Engineer Generation Division USHP-II, Kangan 1. Pursuant to the contract / work order (hereinafter referred as the contract) which _____________________ _______________________________________________________________________(Parties name and address) (hereinafter referred to as the contractor which expression shall include its successors, administrators, representatives and assignees) have concluded with Executive Engineer, Generation Division, USHP-II, Kangan (address) (hereinafter referred to as the client which expression shall include its successors, administrators, representatives and assignees) vide Contract / Work Order No. _________________dated_________________ the contractor have undertaken toeffectively complete the capital overhauling of Unit II 2. According to the said Contract / Work Order, the contractor has undertaken to provide an irrevocable B.G for Rs________________________as security deposit (towards indemnification against loss or damage) for due fulfillment by the said contractor of the terms and conditions contained in the contract / Work Order. 3. We, ___________________________________________ (Bank),_________________________________ ________________ (address) (hereinafter referred to as Bank which expression shall include its successors, administrators, representatives and assignees) at the request of the said contractor do hereby to pay to JKSPDC an amount not exceeding Rs.________________________ (in words),________________________________ ________________against any loss or damage caused to or suffer or would be caused to or suffered by JKSPDC by reason of any breach by the said contractor of any of the terms and conditions contained in the said Contract / Work Order. 4. We, ___________________________________________ Bank, do hereby undertake to pay the amount due and payable under this Guarantee without demur, merely on a demand from JKSPDC stating that the amount claimed is due by way of loss or damage caused to or would be cause to or suffered by JKSPDC by reason of any breach of the said contractor if any of the terms and conditions contained in the said contract / work order or by reason of the said contractor failure to perform the said contract. Any such demand made on the bank shall be conclusive as regards the amount due and payable by the bank under this guarantee. 5. We, ___________________________________________ Bank,undertake to pay JKSPDC any money demanded notwithstanding any disputes raised by the said contractor in any suit or proceeding pending before any court or tribunal relating thereto, our liability under this present being absolute and unequivocal. The payment so made by us under this guarantee shall be a valid discharge of our liability for payment there under and the said contractor shall have no claim against us for making such payment. 6. We,___________________________________________ Bank, further agrees that the guarantee herein contained shall remain in full force and affect during the period that would be taken for the performance of the said contract and that it shall continue to be valid till take-over of the Unit II by JKSPDC , as specified in the said contract or till JKSPDC certified out by the said contractor and accordingly discharges and return this guarantee to us.This guarantee will not be discharged due to change in the constitution of the bank of the contractor. 7. We ___________________________________________ Bank,under take not to revoke this guarantee during its currency except with the previous consent of JKSPDC in wrirting. Notwithstanding anything contained herein above our liability under this guarantee I restricted to Rs___________________ (in words____________ ____________________________________. This guarantee will expire on ___________________ (date). Any claims under this guarantee must be received by us in writing on or before ___________________ (date) and if no such claims has been received by us by that date all your rights under this guarantee till cease to exist.

For___________________________________________ Bank

Authorized Signatories Witness

Seal of the Bank

ANNEXURE –VIII PROFORMA FOR BANK GUARANTEE FOR BID SECURITY

To

The Accounts Officer

With Chief Engineer, Generation Wing Kashmir,

JKSPDC, PDD Complex, Bemina, Srinagar (J&K)

WHEREAS, (Name of the Bidder)___________________________ (hereinafter called "the

BIDDER") has submitted his bid dated _____________________for (Name of Contract)

_____________________ (hereinafter called "the Bid").

KNOW ALL men by these presents we (Name of Bank)______________ of (Name of

Country) ________________ having our registered office at ____________(hereinafter called

"the Bank") are bound unto the Accounts Officer, With Chief Engineer, Generation Wing

Kashmir, PDD Complex, Bemina, Srinagar (J&K) in the sum of ______________ for which

payment well and truly to be made to the JKSPDC, the Bank binds himself, his successors and

assigns by these presents.

SEALED with the Common Seal of the said Bank this day of 20_____

THE CONDITIONS of this obligation are;

i) If the Bidder withdraws his Bid during the period of bid validity specified in the Proforma

of Bid; or

ii) If the Bidder having been notified of the acceptance of his Bid by the JKSPDC during the

period of bid validity;

a) Fails or refuses to execute the Proforma of Agreement in accordance with the Instructions to

Bidders, if required; or

b) Fails or refuses to furnish the Performance Security, in accordance with the Instructions to

Bidders.

We undertake to pay to the Accounts Officer, with Chief Engineer, Generation Wing Kashmir

up to the above amount upon receipt of its first written demand, provided that in its demand

the Accounts Officer, with Chief Engineer, Generation Wing Kashmir will note that amount

claimed by it is due to it owing to the occurrence of one or both conditions, specifying the

occurred condition or conditions.

This Guarantee will remain in force up to and including the date 210 days after the closing

date of submission of bids as stated in the Information and Instructions and any demand in

respect thereof should reach the Bank not later than the above date.

DATE……………. AUTHORISED SIGNATORY OF THE BANK

WITNESS……….. SEAL……………. (Signature, Name and Address)