SJVN LTD.sjvn.nic.in/writereaddata/Portal/Tender/1278_1/1... · including Swachh Bharat Cess &...

58
Registered & Corporate Office Himfed Building, New Shimla, Shimla (HP) PIN-171009, Tel: 0177-2670064,490,521,741 Fax: 0177-2670542 Liaison/Co- ordination Office SJVN, IRCON Building, Ground Floor, Saket New Delhi. PIN-110017, TELE: 011- 41659210/17 FAX: 011- 41659204/14 SJVN LTD. (A Joint Venture of Govt. of India and Govt. of Himachal Pradesh) (A Mini Ratna and Schedule A Company) (6X250MW Nathpa Jhakri Hydro Power Station) Procurement & Contract Department Jhakri. Dist. Shimla. H.P. 172201, INDIA Phone. +911782-275236,275459,275106, Fax No. +911782-275106,234049, http://www.sjvn.nic.in TIN No. 02011000291, CIN NO. : L40101HP1988GOI008409 NOTICE INVITING TENDER (Global Competitive Bidding) Open press tender enquiries under two part system through e-tendering are hereby invited from the bidders on behalf of SJVN Limited for Package(P)-NJHPS-158(O&M) /2016- Supply of Hard Coating Powder for HVOF Thermal Spray Process on development basis for enlistment by carrying out field trial at NJHPSfor the Nathpa Jhakri Hydro Power Station. Please visit websites www.eprocure.gov.in www.sjvn.nic.in or www.tenders.gov.in to know further details & bid submission procedure w.e.f. 19/08/2016. Bid closing date (Last date and time for uploading of filled in bids) is 09/09/2016 12:30 HRS (IST). The bid shall be uploaded on https://sjvn.abcprocure.com. Sr. Manager, Procurement & Contract Deptt. NJHPS, SJVN LTD., Jhakri-172201. For wider publicity and awareness among the bidders, it is intimated that all open tenders having estimated cost more than 20.0 lacs only are published in the print media. For regular updates on all other open tenders having estimated cost below 20.0 lacs, please visit websites www.eprocure.gov.in or www.sjvn.nic.in or www.tenders.gov.in. SAVE ENERGY FOR BENEFIT OF SELF & NATION Ref: SJVN /P&C /Package(P) NJHPS-158(O&M)/ 2016: Dated:

Transcript of SJVN LTD.sjvn.nic.in/writereaddata/Portal/Tender/1278_1/1... · including Swachh Bharat Cess &...

Page 1: SJVN LTD.sjvn.nic.in/writereaddata/Portal/Tender/1278_1/1... · including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder

Registered &

Corporate Office

Himfed Building, New Shimla, Shimla (HP)

PIN-171009, Tel: 0177-2670064,490,521,741 Fax: 0177-2670542

Liaison/Co-

ordination Office

SJVN, IRCON Building, Ground Floor, Saket New

Delhi. PIN-110017, TELE: 011- 41659210/17 FAX: 011- 41659204/14

SJVN LTD.

(A Joint Venture of Govt. of India and Govt. of Himachal Pradesh) (A Mini Ratna and Schedule A Company)

(6X250MW Nathpa Jhakri Hydro Power Station) Procurement & Contract Department Jhakri. Dist. Shimla. H.P. 172201, INDIA Phone. +911782-275236,275459,275106, Fax No. +911782-275106,234049,

http://www.sjvn.nic.in

TIN No. 02011000291, CIN NO. : L40101HP1988GOI008409

NOTICE INVITING TENDER (Global Competitive Bidding)

Open press tender enquiries under two part system through e-tendering are hereby invited from the bidders on behalf of SJVN Limited for Package(P)-NJHPS-158(O&M) /2016- “Supply of Hard Coating Powder for HVOF Thermal Spray Process on development basis for enlistment by carrying out field trial at NJHPS” for the Nathpa Jhakri Hydro Power Station. Please visit websites www.eprocure.gov.in www.sjvn.nic.in or www.tenders.gov.in to know further details & bid submission procedure w.e.f. 19/08/2016. Bid closing date (Last date and time for uploading of filled in bids) is 09/09/2016 12:30 HRS (IST). The bid shall be uploaded on https://sjvn.abcprocure.com.

Sr. Manager, Procurement & Contract Deptt. NJHPS, SJVN LTD., Jhakri-172201.

For wider publicity and awareness among the bidders, it is intimated that all open tenders having estimated cost more than 20.0 lacs only are published in the print media. For regular updates on all other open tenders having estimated cost below 20.0 lacs, please visit websites www.eprocure.gov.in or www.sjvn.nic.in or www.tenders.gov.in.

SAVE ENERGY FOR BENEFIT OF SELF & NATION

Ref: SJVN /P&C /Package(P) –NJHPS-158(O&M)/ 2016: Dated:

Page 2: SJVN LTD.sjvn.nic.in/writereaddata/Portal/Tender/1278_1/1... · including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder
Page 3: SJVN LTD.sjvn.nic.in/writereaddata/Portal/Tender/1278_1/1... · including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder
Page 4: SJVN LTD.sjvn.nic.in/writereaddata/Portal/Tender/1278_1/1... · including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder
Page 5: SJVN LTD.sjvn.nic.in/writereaddata/Portal/Tender/1278_1/1... · including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder
Page 6: SJVN LTD.sjvn.nic.in/writereaddata/Portal/Tender/1278_1/1... · including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder

PQR for Package (P)-NJHPS-158 (O&M)/2016- Supply of Hard Coating Powder for HVOF Thermal Spray Process on development basis for enlistment by carrying out field trial at NJHPS

PRE QUALIFICATION CRITERIA Package(P)-NJHPS-158 (O&M)/2016

(A) Qualifying requirement for “Supply of Hard Coating Powder for HVOF Thermal

Spray Process on development basis for enlistment by carrying out field trial at NJHPS” of Nathpa Jhakri Hydro Power Station (6x250 MW), Jhakri, HP.

1.0 The bidder should be a Manufacturer (Indian or Foreign) or their Indian

authorised dealer/ distributor/ representative of the proposed manufacturer.

2.0 If the bidder is authorised dealer / distributor/ representative then they should submit the valid authorization certificate from the manufacturer specific to this tender.

3.0 The offered powder shall comply with the Technical Specifications.

(B) General Conditions of Prequalification:

1. Bidder must furnish photocopies for PAN and Sales tax/ VAT/TIN etc. as

applicable.

2. SJVN reserves the right to cancel / withdraw the invitation for bid without assigning any reason and shall bear no liability whatsoever consequent upon such a decision.

3. Notwithstanding anything stated above, SJVN reserves the right to assess the

Bidder’s capability and capacity to perform the contract satisfactorily, should the circumstances warrant such assessment in the overall interest of SJVN.

4. Price bid of only those bidders shall be opened who qualify based on the

specified qualifying requirements after Scrutiny of details / documents furnished by them and found to be techno- commercial responsive.

Page 7: SJVN LTD.sjvn.nic.in/writereaddata/Portal/Tender/1278_1/1... · including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder

ITB- {Package (P)-NJHPS-158 9O&M)/2016) - Supply of Hard Coating Powder on development basis for

field trials for enlistment

Page 1 of 19

INSTRUCTIONS TO BIDDERS (ITB)

The bids are invited using e-tendering mode, so please read the instructions carefully and upload the filled in bids as per requirement of bid documents. 1.0 General Instructions 1.1 The SJVN Limited, hereinafter called "SJVN" / "Owner" is a Joint Venture of

Govt. of India and Govt. of Himachal Pradesh having its registered office at Himfed Building, New Shimla - 171 009, have their Nathpa Jhakri Hydroelectric Power Plant with a capacity of 6x250 MW at Nathpa (Distt. Kinnaur) and Jhakri (Distt. Shimla) in the State of Himachal Pradesh, India.

1.2 SJVN has issued an invitation to bid as enclosed and will receive bids as set

forth in the accompanying Bid documents. 1.3 Bids cannot be uploaded after the time & date fixed for receipt of bids as set out

in the Invitation of Bid. 1.4 SJVN reserves the right to accept or reject any or all Bids without assigning any

reason for such a decision. 1.5 All the cost and expenses incidental to preparation of the proposals, discussions

and conferences, if any, including pre-award discussions with the Bidder, technical and other presentation including any demonstrations etc. shall be to the account of the Bidder and Owner shall bear no liability whatsoever on such costs and expenses.

1.6 The bid documents can be downloaded by bidders up to 08/09/2016 at 1200

hrs. The complete filled in bids and necessary scanned documents shall be uploaded at the mentioned address up to 09/09/2016 at 1230 hrs. The bids cannot be uploaded / submitted later than 09/09/2016 at 1230 hrs. The techno-commercial bid shall be opened on 09/09/2016 at 1400 hrs. However, Price bid part of qualified & techno-commercial responsive bidders shall be opened on subsequent date, for which the qualified bidders shall be informed separately.

1.7 Please note that bids in physical form shall not be entertained under any circumstances and are only to be submitted through e-tendering at https://sjvn.abcprocure.com. This tender is being processed through e-tendering/e-procurement system. The bid documents are to be downloaded, filled in and submitted through e-tendering system of SJVN Ltd. at https://sjvn.abcprocure.com.

1.8 The bids are to be filled and submitted online. To participate in e-tendering/e-procurement, it is requested to register with our website https:// sjvn.abcprocure.com. Annual Vendor / contract Registration charges in e-tendering portal is ₹ 2600/- plus S.T. plus Swachh Bharat Cess & Krishi Kalyan Cess). The bidder should also have the Digital Signatures for security purpose. The detailed procedure for the registration is as under:-

Page 8: SJVN LTD.sjvn.nic.in/writereaddata/Portal/Tender/1278_1/1... · including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder

ITB- {Package (P)-NJHPS-158 9O&M)/2016) - Supply of Hard Coating Powder on development basis for

field trials for enlistment

Page 2 of 19

a. Go to the url:- https://sjvn.abcprocure.com In the home page click on vender Registration.

b. Click on “New Bidder’s Registration” link available on home page. c. You need to furnish individual details as well as of company details in

registration form. d. After filling all mandatory fields, you need to click on “submit” button to

complete the registration process. e. On successful completion of registration you will prompted a message

saying that “ You have successfully registered on (SJVN Limited)’s e-Procurement Portal”

For Registration enquiry and to activate User ID please call abcprocure Help Desk Centre +91-79-40016865 / 37 / 02 / 85 / 79 / 91 / 23 / 52 e-Mail ID [email protected] and [email protected] .

1.9 All the bidders are requested to get themselves registered well in advance to

facilitate timely submission of the bid. In case bidders wait till last moment for uploading the bids and if any technical problem is encountered at that time, the bid closing date & time may elapse.

1.10 DIGITAL SIGNATURES: The bidder should also have the Digital Signatures

(Class IIA or higher, signing Plus Encryption both) which are mandatory for security purpose. The digital signatures can be obtained from any of the authorized agencies in India as per IT Act.2000. Valid Digital Certificate must be installed in a computer system from where you want to login on website. Perform the below steps to confirm whether valid digital certificate is available on your computer system or not. Steps:

Open Internet Explorer.

Select Tools menu from menu bar. OR (Press Alt + T on your keyboard).

Click on Internet Options >>Content >>Certificate button. The bidder should view your digital certificate under “Personal” heading Requirement of Digital Signature Certificate

Please enable ActiveX Controls & Plug-ins. (Tools->Internet Options-> Security- >Custom Level)

Active-X controls need to be enabled in your Internet browser. In order to ensure this, please do the following:

a. In Menu Bar ---Click on Tools - Internet Options – Security – Click on Trusted Sites Icon – Click on Sites button. Add 2 Website in Trusted Sites……

1. https://sjvn.abcprocure.com &

2. https://www.tpsl-india.in After that, click on

Page 9: SJVN LTD.sjvn.nic.in/writereaddata/Portal/Tender/1278_1/1... · including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder

ITB- {Package (P)-NJHPS-158 9O&M)/2016) - Supply of Hard Coating Powder on development basis for

field trials for enlistment

Page 3 of 19

Tools menu of Internet explorer - Internet Options – Security – Click on Internet Icon. After Click on Custom Level button – From below ActiveX controls and plug-ins ---- Select below 5 Items to be enabled 1) Download signed ActiveX controls –select Prompt or Enable 2) Download unsigned ActiveX controls – select Prompt or Enable 3) Initialize and script ActiveX controls not marked as safe for scripting – select

Prompt or Enable 4) Run ActiveX controls and plug-ins-select Enable 5) Script ActiveX controls marked safe for scripting – select Enable After completed this above selection----Below option has available---Reset custom settings---Reset To: Select low or medium ---Click on OK. Also, please check your system Date & Time it should be set as current date & time.

In case of Digital Certificate based Login, user need to download & install "Signer" file available under Download Section at https://sjvn.abcprocure.com.

Download & Install "Intermediary Certificate" available under Download Section at https://sjvn.abcprocure.com.

Please disable or uninstall Third Party Toolbar / Add-ons from Browser.

1.11 The contract & procurement process through e-tendering/e-procurement system is in process at NJHPS, SJVN Jhakri and hence this tender is to be processed through e-tendering/e-procurement system. The bids are to be filled and submitted online. To participate in e-tendering/e-procurement, it is requested to register with our website https//:sjvn.abcprocure.com. The one year cost of registration on web site is Rs 2990/- (Rs 2600/- plus service tax @ 15 % including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder should also have the Digital Signatures for security purpose. The detailed procedure for the registration is as under:-

a. Go to the url: - https://sjvn.abcprocure.com In the home page click on vender Registration.

b. Click on “New Bidder’s Registration” link available on home page. c. You need to furnish individual details as well as of company details in

registration form. d. After filling all mandatory fields, you need to click on “submit” button to

complete the registration process. e. After submission of the form, the user id and password are generated in

the form of Acknowledgement. f. The payment of annual registration fee amounting to Rs.2990/- is to be

made through DD. g. The User ID will be activated after DD is received. Send the

Acknowledgement copy and uploaded document to below mentioned e-Mail ID.

Page 10: SJVN LTD.sjvn.nic.in/writereaddata/Portal/Tender/1278_1/1... · including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder

ITB- {Package (P)-NJHPS-158 9O&M)/2016) - Supply of Hard Coating Powder on development basis for

field trials for enlistment

Page 4 of 19

For Registration enquiry and to activate User ID please call abcprocure Help Desk Centre +91-79-40016865 / 37 / 02 / 85 / 79 / 91 / 23 / 52 e-Mail ID [email protected] and [email protected].

1.12 All the bidders are requested to get themselves registered well in advance to

facilitate timely submission of the bid. In case bidders wait till last moment for uploading the bids and if any technical problem is encountered at that time, the bid closing date & time may elapse.

1.13 Downloading Bid Documents: Bidder to access e-Tender portal of SJVN (http://sjvn.abcprocure.com) to access NIT document, after completing registration formality and successful login vendor need to process for Tender Fee / Document Fee (if any) and after that bidder can download detailed tender document. “Download Document” link is available at the end of every tender notice along with access to “Corrigendum”.

1.14 Bid Submission:

(i) Bidder needs to login first on the tendering portal of SJVN (i.e. https://sjvn.abcprocure.com).

(ii) Search tender by filling necessary searching criteria after Login. (iii) After finding the tender on the screen, click on the “Dashboard”. (iv) Click on “Declaration” and then click on “I Agree”. (v) Click on the “Tender Fees” (if any) & Pay the tender fees online. (vi) Click on the “EMD” & Pay the EMD online. (vii) Click on “Prepare Bid” and fill necessary Forms (Schedules). (viii) After filling Price Bid Form click on “Final Encrypt”. (ix) After filling all Forms & final Encryption of Price Bid click on “Final

Submission”. (x) After Final Submission bidder will get receipt of Final Submission of their

Bid.

1.15 The link “help manual” and “vendor help” for submission of bids is also available on the website. For any assistance/ clarification for e–tendering registration, submission of bid through e-tendering/ procurement , bidder may contact the following persons/ representatives of M/s abcProcure:- (i) Mr. Safal Pandya, M- 91-909 900 7386, Phone: +91-79-40016816, e-

mail: [email protected]. (ii) Mr. Satya narayan Behera | Sr. Executive, M- 09558167782.

Phone: +91-79-40016 802 | 879 | 800. E-mail: [email protected], [email protected]

(iii) Mr. Rakesh Panwar-M- 80913-81583, e-Mail: [email protected]

(iv) - Mr. Vismay Jagad -Ph- 07940016867, e-Mail: [email protected]

(v) - Mr. Pankesh Kumar-Ph- 079-4001 6837, e-Mail: [email protected]

(vi) - Mr. Pradip Parmar-Ph-079-4001 6865 e-Mail:

[email protected] (vii) Link”Contact us” available on the home page of

https://sjvn.abcprocure.com

Page 11: SJVN LTD.sjvn.nic.in/writereaddata/Portal/Tender/1278_1/1... · including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder

ITB- {Package (P)-NJHPS-158 9O&M)/2016) - Supply of Hard Coating Powder on development basis for

field trials for enlistment

Page 5 of 19

The above persons are to be contacted for help/ assistance related to e–tendering registration, submission of bid through e-tendering only.

1.16 For any other clarifications regarding the tender bidder may contact the

following persons/ representatives of M/s SJVN:- (i) Sh. Rajeev Kapoor: Telephone No. 01782-275459 (E-mail ID :

[email protected]) (ii) Sh. Ajay Kumar: Mobile No. 09418014928 (E-mail ID :

[email protected]) (iii) Sh. Rajesh Negi: Mobile No. 09418475411 (E-mail ID :

[email protected])

2.0 Plant Information

The 1500 MW Nathpa Jhakri Hydroelectric Power Plant is located between Nathpa (Distt. Kinnaur) and Jhakri (Distt. Shimla) in the State of Himachal Pradesh.

3.0 Communication and Transport Limitation

The Plant Site is located in the interior of Himachal Pradesh. The dam is located on the Sutlej River near village Nathpa in District Kinnaur. The underground power house is located near village Jhakri in District Shimla. Jhakri is ahead of Shimla, the capital of the State of Himachal Pradesh about 150Km on NH-21. The rail head (broad gauge) is at Kalka (NR). Kalka is about 235 Km (Approx.) from Jhakri.

Approximate Distance from Kalka

To Mumbai

To Kolkata

To Chennai

(i) By Rail 1906 1809 2558

(ii) By Road 1753 1791 2482

The distance from Kalka to Delhi by road is 285 Km (approx.). From the Kalka rail head, the Project is approachable by the following roads/routes :-

(i) Kalka - Dharampur - Solan - Shimla - Narkanda - Rampur - Jhakri (NH -22).

: 235 Km (Approx.)

(ii) Kalka - Dharampur - Solan - Shimla - Dhalli - Basantpur - Rampur – Jhakri.

: 252 Km (Approx.)

(iii) Kalka - Dharampur - Sabathu - Arki - Shalaghat - Dhami - Basantpur - Rampur - Jhakri.

: 337 Km (Approx.)

Transport Limitation The transport limitation by road from Kalka to the Plant Site at Jhakri would be the governing factor in respect of the permissible package size and weight. Bidder should consider all factors as can be envisaged for transportation of

Page 12: SJVN LTD.sjvn.nic.in/writereaddata/Portal/Tender/1278_1/1... · including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder

ITB- {Package (P)-NJHPS-158 9O&M)/2016) - Supply of Hard Coating Powder on development basis for

field trials for enlistment

Page 6 of 19

equipment to avoid and overcome the hindrances/ limitations on existing road on account of weather conditions and any other reasons without affecting the schedule .

4.0 Minimum Qualifying Requirement

As per PQR of the bidding document

5.0 Scope of Proposal

5.1 Supply of Hard Coating Powder for HVOF Thermal Spray Coating for carrying out the field trials at NJHPS in line with Technical Specifications.

5.2 The Indian bidder shall be required to offer their FIRM rates & prices for quantity of the powder as mentioned below at sr. no. 5.7 for delivery FOR Jhakri basis by road transport to be quoted and should be inclusive of P&F charges. The Freight & Insurance Charges, taxes & duties etc. are to be mentioned separately. The applicable rates of taxes and duties are to be quoted separately.

5.3 The Foreign bidder (manufacturer) shall be required to offer their rates & prices for entire supply for complete scope of supply. FIRM prices for FOR O&M Stores Jhakri (HP, INDIA) basis inclusive of all taxes & duties is to be quoted considering the charges towards P&F, Air Freight & Air Insurance , port handling, custom clearance, custom duty , Inland transportation and Inland Insurance etc. The insurance up to O&M Stores, NJHPS, SJVN, Jhakri, Distt. Shimla (HP)-172201, INDIA shall also be arranged by the supplier. In such case, the Hard Coating Powder shall be delivered directly from OEM warehouse to NJHPS Stores eliminating third party handling of powder in INDIA or abroad.

5.4 Maximum two powders can be offered by any firm/bidder for coating of test coupons.

5.5 The test results of the coupon(s) of the offered powders shall be compared with

the Technical Specifications and powders conforming to technical specifications shall only be considered for price bid opening.

5.6 Being vendor development exercise, maximum of three powders shall be

selected for field trials on the basis of lowest price (L-1) offered by bidders through tendering process.

5.7 The award shall be on single bidder responsibility basis on lowest evaluated

price on item rate for each offered powder (Including all taxes & duties FOR Jhakri) and placing the supply order on the basis of lowest evaluated rate on L-1 bidder, L-2 bidder & L-3 bidder (350 Kg of Hard Coating Powder each) at L-1 rate, only if, L-2 & L-3 bidder agrees to all the terms & conditions of the contracts. The quantity to be supplied under this contract is as under for field trials:

Sr. No. Description Unit Qty.

1. For L-1 bidder Kg. 350

2. For L-2 bidder on L-1 bidder rates Kg. 350

3 For L-3 bidder on L-1 bidder rates Kg. 350

TOTAL Kg. 1050

Page 13: SJVN LTD.sjvn.nic.in/writereaddata/Portal/Tender/1278_1/1... · including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder

ITB- {Package (P)-NJHPS-158 9O&M)/2016) - Supply of Hard Coating Powder on development basis for

field trials for enlistment

Page 7 of 19

The award of powder quantity shall be as under: i. If only one of the offered powders by any individual bidder qualifies, then

same shall be considered for purchase of 350 kgs. of powder for field trials. ii. If both powders offered by any individual bidder qualify, then both the

powders shall be considered for award at L-1 rates for purchase of 350 kgs.(each powder) for field trials.

iii. For any qualified powder as per Terms & Conditions of NIT, the maximum ordered quantity shall be 350 kgs only.

5.8 The different manufacturer’s offer different Packing i.e. in Kgs or Pounds as per the manufacturer country origin. This different packing may lead to shortage of the supply of the material. The shortage in the supplied material shall be allowed to maximum of 10 kg. However the payment shall be made at actual quantity of the material supplied.

6.0 Quality Assurance Programme

The QAPs as approved by QA & I Deptt. Shimla is also enclosed. The QAP for Indian Bidder & foreign bidder (Manufacturer) shall be as per QAP no. SJVN/QA/NJ/HC-01 Rev. 03 dated 08/05/2012 & QAP no. SJVN/QA/NJ/HC-02 dated 07/10/2015 respectively. The inspection and testing of the material shall be carried out by QA&I Deptt. Shimla as per technical Specifications and approved QAP.

7.0 Cost of Bidding

The Bidder shall bear all costs associated with the preparation and submission

of its bid, and the Owner will in no case be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process.

8.0 The Bidder is expected to examine all instruction, forms, terms, specifications,

and other information in the bidding documents. Failure to furnish all information required by the bidding documents or submission of a bid not substantially responsive to the bidding documents in every respect will be at the Bidder's risk and may result in rejection of its bid.

9.0 Amendment of Bidding Documents 9.1 At any time prior to the deadline for submission of bids, the Owner may, for any

reason, whether at its own initiative, or in response to a clarification requested by a prospective Bidder, amend the bidding documents.

9.2 The amendment will be notified through website (on www.sjvn.nic.in,

www.tender.gov.in , www.eprocure.gov.in and https://sjvn.abcprocure.com ) only to all prospective Bidders and will be binding on them. Bidders are required to immediately acknowledge receipt of any such amendment, and it will be assumed that the information contained therein has been taken into account by the Bidder in its bid.

9.3 In order to afford prospective Bidders reasonable time in which to take the amendment into account in preparing their bid, the Owner may, at its discretion, extend the deadline for the submission of bids.

Page 14: SJVN LTD.sjvn.nic.in/writereaddata/Portal/Tender/1278_1/1... · including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder

ITB- {Package (P)-NJHPS-158 9O&M)/2016) - Supply of Hard Coating Powder on development basis for

field trials for enlistment

Page 8 of 19

9.4 After publishing of NIT in Newspaper, any amendment/ corrigendum shall not be published in any Newspaper. The amendment(s) of the NIT shall be put on our web-sites directly. The bidders who have not informed us about the download would be required to regularly visit our website for updating themselves about any amendments which may arise from time to time. It will be assumed that all the information contained/updated in the website has been taken into account by the Bidder in its bid.

10.0 Language of Bid The bid prepared by the Bidder and all correspondence and documents related

to the bid exchanged by the Bidder and the Owner shall be written in English language. Any printed literature furnished by the bidder may also be written in English language.

11.0 Cost of Bid Document and Earnest Money deposit (EMD / Bid Security

(ONLINE) / FDR /TDR: 11.1 FOR INDIAN BIDDER

(a) The cost for purchase of bid document is NIL. (b) The bidder shall furnish, a bid security/ earnest money as part of the bid

amounting to ₹ 72,000/- (₹Seventy Two Thousand only). The EMD amount is kept considering that maximum two (02) powders may be awarded to one bidder.

(c) Micro or Small Entreprises (MSE)/NSIC registered firms are exempted from

the submission of the “Tender Document Cost (if any)” and “EMD” and must enclose (Upload scanned copy of the MSE/ NSIC certificate). If the MSE/ NSIC certificate does not contain the item(s)/work(s)/Services as listed in our NIQ/NIT and no EMD is found submitted, then SJVN may ask the bidder to submit the EMD and the same should reach within ten (10) days from the date of SJVN’s notification by E-mail/Fax Letter.

(d) The cost of “Bid Document” and “Earnest Money (EMD)” shall be

submitted “ONLINE through e-tendering portal” using below mentioned facilities:-

a) Credit Card b) Debit Card c) Net Banking d) NEFT/RTGS

► Credit Card/Debit Card/Net Banking:

Bidder is required to add https://www.tpsl-india.in website in Trusted Zone as suggested above.

Bidder needs to feed correct details while making the payment through online payment gateway.

► NEFT/RTGS:

Page 15: SJVN LTD.sjvn.nic.in/writereaddata/Portal/Tender/1278_1/1... · including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder

ITB- {Package (P)-NJHPS-158 9O&M)/2016) - Supply of Hard Coating Powder on development basis for

field trials for enlistment

Page 9 of 19

To make payment through NEFT/RTGS, bidders will get an auto generated e-Mail which contains details of their Unique Bidder Code and when and how to do RTGS/NEFT and details pertaining to it. This information will also be available on screen under heading of “NEFT/RTGS Instruction” once bidder gets login.

Once bidder deposit amount in Beneficiary account number provided to them, while making payment for document fees and EMD by RTGS/NEFT payment option at the document fees and EMD payment screen, bidder shall be able to view the funds already remitted by him/her through NEFT /RTGS as available. Please proceed to make the payment. Upon doing so, the required amount to be paid through the document fees and EMD, shall get appropriately deducted from the available balance and payment shall be confirmed in real time.

This facility allows you to transfer lump sum amount to your Bidder ID account number as mentioned above via RTGS / NEFT. Bidder would be able to use the funds as and when require till the time balance is available in Bidder ID. Also, Bidder can transfer more amount as and when he/she require. Kindly note that the payment via RTGS / NEFT is required to be made one working day in advance in order to make it available in your Bidder ID. Hence please ensure that Bidder remit funds at least one day in advance before he/she would like to make the document fees and EMD payment through RTGS / NEFT option on payment gateway.

Caution: Please ensure that you need to mention the correct beneficiary account number and IFSC code as mentioned above while making payment via RTGS / NEFT. In the event of funds remitted to wrong beneficiary account number, SJVN Limited or its Bank or its service provider would not responsible for the same.

Remarks: - The EMD submitted in the form of BG, DDs, local Cheque/ outstations Cheque will not be considered (e) FDR/TDR (OFFLINE): Please note that EMD (Earnest Money Deposit) / Bid

Security in the form of FDR/TDR {Pledged in favour of the NJHPS, SJVN Ltd. Jhakri} is also acceptable and the same in original/physical form should reach preferably on or before bid closing date at the address given below:

Sr. Manager (Procurement & Contract Department), NJHPS, SJVN Ltd. Jhakri, Distt. Shimla (H.P.)-172201

Remarks: If EMD in the form of FDR/TDR does not reach in physical form within seven (07) days after the bid closing date, the bid(s) shall not be entertained and such bid(s) shall be treated as late bid(s)/non-responsive bid(s).

11.2 FOR FOREIGN BIDDER

(a) The cost for purchase of bid document is ₹ NIL. (b) The bidder shall furnish, a bid security/ earnest money as part of the bid

amounting to ₹ 72,000/- (₹Seventy Two Thousand only) or $(USD) 1086 or

Page 16: SJVN LTD.sjvn.nic.in/writereaddata/Portal/Tender/1278_1/1... · including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder

ITB- {Package (P)-NJHPS-158 9O&M)/2016) - Supply of Hard Coating Powder on development basis for

field trials for enlistment

Page 10 of 19

£ (GBP) 811 or € (EURO) 979 or ¥ (YEN) 11142 or equivalent in the currency of the contract. The EMD amount is kept considering that maximum two (02) powders may be awarded to one bidder.

(c) The Earnest Money Deposit (EMD)/ Bid Security is to be submitted “OFFLINE” through Wire Transfer (Electronic Fund Transfer) to the following bank account details:-

Beneficiary Name : SJVNL NJHPS Account No. : 08058640000023 Bank Name & Branch : HDFC BANK, RAMPUR Swift Code : HDFCINBB

Remarks: The bidder shall intimate to SJVN immediately after the remittance of

Earnest Money Deposit (EMD)/ Bid Security. The bank transfer charges either way (for deposit & refund) shall be

borne by the bidder.

(d) The bid security shall be submitted as above & details are to be submitted on e-tendering portal. The EMD should preferably be submitted on or before the last date and time of submission of bid. If EMD amount is not credited above account within seven (07) days after the bid closing date, the bid(s) shall not be entertained and such bid(s) shall be treated as late bid(s)/non-responsive bid(s).

(e) The EMD in any other form will not be considered.

11.3 The bids without EMD/Bid security shall be treated as non-responsive bid(s).

11.4 The bid securities of unsuccessful bidders will be returned as promptly as possible, but not later than twenty-eight (28) days after the expiration of the bid validity period.

11.5 The bid security of the successful bidder will be returned when the bidder has

furnished the required performance security. 11.6 No interest shall be payable by the Owner on the above Bid security. 11.7 The bid security may be forfeited

(a) if the Bidder withdraws its bid during the period of bid validity specified by the Bidder in the Bid Form;

(b) if the Bidder does not accept the correction of its Bid Price;

(c) if the Bidder does not withdraw any deviations listed in Deviation Schedule at the cost of withdrawal indicated by him;

(d) if the Bidder refuses to withdraw, without any cost to the Owner, any

deviation not listed in Deviation Schedule but found elsewhere in the bid; or

Page 17: SJVN LTD.sjvn.nic.in/writereaddata/Portal/Tender/1278_1/1... · including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder

ITB- {Package (P)-NJHPS-158 9O&M)/2016) - Supply of Hard Coating Powder on development basis for

field trials for enlistment

Page 11 of 19

(e) in the case of a successful Bidder, if the Bidder fails within the specified time limit;

(i) To accept the Letter of Award or

(ii) To furnish the required performance security.

(iii) To start activities according to Work Completion Schedule.

12.0 Deviations Deviations, if any, from the terms and conditions of Bidding Documents or

Technical Specifications including drawings shall be listed only in Deviation Schedule of the bid i.e.Schedule-2 “Schedule of Deviations”. The Bidder shall also provide the additional price, if any, for withdrawal of the deviations.

Bidder may further note that except for deviations listed in Deviation Schedule,

the bid shall be deemed to comply with all the requirement in the bidding documents and the bidders shall be required to comply with all such requirements of bidding documents and technical specifications and drawings without any extra cost to the Owner irrespective of any mention to the contrary, anywhere else in the bid, failing which the bid security of the Bidder may be forfeited.

The owner has complete right to evaluate the deviations without prejudice. After evaluation, the deviations may or may not be agreed by the owner. The bidder shall be intimated in writing accordingly.

13.0 Delivery Schedule The basic consideration and the essence of the Contract shall be the strict

adherence to the Delivery Schedule.

The firm will supply the 05 kg powder free of cost for coating of test coupons (refer sr. no. 2.2 of technical specifications) within 10 days from the date of request received from NJHPS/SJVN through post/e-mail/fax etc.

However the firm will supply of complete material (350 Kg/700 Kg of Hard

Coating Powder) under this contract within 60 days from the date of issue of the LOA.

14.0 Price Adjustment Data Not applicable being "FIRM" Price Contract. 15.0 Bid Prices

► Unless otherwise specified in the Technical Specifications, Bidders shall quote for the entire supply on a "single responsibility" basis such that the total bid price covers all the supplier's obligations mentioned in or to be reasonably inferred from the bidding documents.

Page 18: SJVN LTD.sjvn.nic.in/writereaddata/Portal/Tender/1278_1/1... · including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder

ITB- {Package (P)-NJHPS-158 9O&M)/2016) - Supply of Hard Coating Powder on development basis for

field trials for enlistment

Page 12 of 19

► Bidders are required to quote the price for the commercial, contractual and technical obligations outlined in the bidding documents.

► Bidders shall give the required details and breakup of their prices as per

Schedules specified.

► The Prices quoted by the Bidder shall be FIRM during the performance of the contract and not subject to variation on any account. A bid submitted with an adjustable price quotation will be treated as non-responsive and rejected.

16.0 Bid Currencies

The bidder shall quote the prices in their home currency i.e. INR or U.S. Dollars or GBP or EURO or YEN or equivalent, but the currency should be easily convertible in to INR or U.S. Dollars or GBP or EURO or YEN.

17.0 Period of Validity of Bid

► Bids shall remain valid for a period of 120 days after the closing date

prescribed by the Owner for the receipt of bids. A bid valid for a shorter period shall be rejected by the Owner as being non-responsive.

► In exceptional circumstances, the Owner may solicit the Bidder's consent to an extension of the bid validity period. The request and responses thereto shall be made in writing or by cable/fax. 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.

18.0 BID PROPOSAL SHEETS (BPS)

The Bidder shall furnish / complete all the appropriate Schedules / data required as per the bidding documents.

19.0 FORMAT AND SIGNING OF BID

► The Bid must contain the name, residence and place of business of the person or persons making the Bid and must be digitally signed. The name of all persons signing should also be mentioned at appropriate place.

► Bid by Corporation / Company must be digitally signed with the legal name of

the Corporation / Company by the President, Managing Director, or by the Secretary or other person or persons authorized to bid on behalf of such Corporation / Company in the matter.

► Bidder's name stated on the proposal shall be the exact legal name of the

firm. ► All the requisite documents shall be scanned & uploaded along with bid. The

hard copy of the documents shall also be posted as per details given in clause 33.0 so as to reach preferably on or before the last date and time of submission of bid.

Page 19: SJVN LTD.sjvn.nic.in/writereaddata/Portal/Tender/1278_1/1... · including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder

ITB- {Package (P)-NJHPS-158 9O&M)/2016) - Supply of Hard Coating Powder on development basis for

field trials for enlistment

Page 13 of 19

► If situation so warrants, SJVN/NJHPS may ask the bidders to produce

original documents which were submitted as scanned copies along with bid for verification.

20.0 Submission of Bids

► The bids will be submitted electronically at designated places in various online schedules. The bid document except schedule-1, schedule-2, Schedule-3 & Schedule-4 can be downloaded by the bidder through https://sjvn.abcprocure.com only after registration as explained above in clause 1.8. The bid is to be filled only in the online schedules available on the web. The schedules-1(A&B),2,3 & 4 cannot be downloaded as they are to be filled online; however “Bid Proposal Sheet” is to be downloaded first and is to be uploaded again after filling the same. The bid is called under two (02) parts as under:-

A. Price Bid Part which consists of the followings schedules:-

(i) Schedule-1A (Page 1 of 1) - “Schedule of Prices for Foreign

Bidder” (ii) Schedule-1B (Page 1 of 1) - “Schedule of Prices for Indian

Bidder”

Remarks: The above dynamic schedule is to be filled ONLINE.

► The following may be considered by the bidders:-

a. The prevailing rate of taxes & duties to be paid extra is to be clearly

mentioned in the “Schedule of Taxes & Duties”. In case nothing is mentioned or mentioned “NIL or Zero” then it shall be presumed that the rates quoted are inclusive of taxes and duties or as else the taxes & duties are not applicable. The taxes & duties shall be paid as per applicable rate at the time of delivery of the material. Any increase in taxes & duties /new introduction of new taxes & duties/ levy by the Govt. shall be paid by SJVN Ltd. provided that such increase in taxes & duties /new introduction of new taxes & duties/ levy by the Govt. is made with in schedule completion/delivery period as per LOA, otherwise same shall be paid by the bidders.

b. CST/VAT: ‘C’ Form will be issued by SJVN Ltd. for this tender, thus Sales Tax has to be quoted accordingly by the bidder.

c. The entry tax (as applicable) for the entry of goods in Himachal

Pradesh shall be paid by SJVN directly to concerned authorities. During bid evaluation, the bid of the bidders quoting outside from H.P. shall be loaded at the applicable rate of the Entry Tax.

d. CST & Entry Tax is not applicable to foreign bidders/imported items as the transaction is to be covered under Sales in course of Import under CST Act 5(2).

Page 20: SJVN LTD.sjvn.nic.in/writereaddata/Portal/Tender/1278_1/1... · including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder

ITB- {Package (P)-NJHPS-158 9O&M)/2016) - Supply of Hard Coating Powder on development basis for

field trials for enlistment

Page 14 of 19

B. Techno-commercial Bid Part which consists of the followings:-

Documents as per Qualifying Requirements i.e. The bidder should be a Manufacturer (Indian or Foreign) or their Indian authorised dealer/ distributor/ representative of the proposed manufacturer.

Bid Proposal Sheet

Copy of Copy of TIN No. (As applicable)

Bid Security / Earnest Money deposit {FDR/TDR/Though Wire Transfer} as per Sr. no. 11.1 & 11.2 above.

Integrity Pact as per sr. no. 32.0 below.

Undertaking as per sr. no. 34.0 below.

Bank Account details dully authenticated by bank along with copy of cancelled cheque.

The scanned/ soft copies of technical literature etc. as per

technical specifications.

The techno-commercial schedules to be filled are as under:-

(i) Schedule-2 “Schedule of Deviations” (ii) Schedule-3 “General Information and Bank Account Detail”. (iii) Schedule-4 “Guaranteed Parameters/ Specifications”.

Remarks: All above dynamic schedules are to be filled ONLINE. The bidders have to fill all the required information in the above schedule.

C. SJVN reserves the right ask additional information if necessary after

opening of the techno-commercial bid.

► The Techno-Commercial Bid part will be opened electronically as per schedule time and date as indicated in the bid documents in the O/o Sr. Manager (P&C), SJVN Ltd., Jhakri, Distt. Shimla (H.P.) – 172201.

► The Price Part will be opened electronically at same place only for those

bidders whose techno-commercial part is found to be techno-commercially acceptable and only such bidders will be intimated subsequently either telephonically or through Fax / Courier/E-mail about the time and date of price bid opening.

► The Owner further, reserves the right to reject any Bid which is not submitted

according to the instructions stipulated above.

► After submission of the bid through e-tendering an acknowledgment slip is automatically generated and same is to be send by fax/ post/e-mail as a proof for bid submission through e-tendering.

Page 21: SJVN LTD.sjvn.nic.in/writereaddata/Portal/Tender/1278_1/1... · including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder

ITB- {Package (P)-NJHPS-158 9O&M)/2016) - Supply of Hard Coating Powder on development basis for

field trials for enlistment

Page 15 of 19

21.0 Late Bids

No bid shall be received after last date and time of bid submission.

22.0 Withdrawal of Bids No bid may be withdrawn in the interval between the bid submission deadline

and the expiration of the bid validity period specified in Bid documents. Withdrawal of a bid during this interval may result in the Bidder's forfeiture of its bid security / EMD.

23.0 Conversion to Single Currency

To facilitate the bid evaluation and comparison, the owner will convert all the bid amounts of foreign currency in INR at Bills Clearing (B.C.) Selling Market Rate of Exchange (MRE) established by State Bank of India (SBI), India for similar transactions on date one working day prior to of price bid opening shall be considered. The exchange rates between the different currencies w.r.t. INR shall be taken in account on the date one working day prior to of price bid opening. In case the time lag between the date of opening of the price bid and the date of decision to award the contract exceeds three months, the B.C. selling market rate of exchange on one working day prior to the date of decision to award will be used for conversion of the amount to India Rupees.

24.0 Bid Opening and Evaluation

► The Owner will open all bids electronically in the presence of bidder's representatives who choose to attend the opening at the time, on the date and at the place specified in the NIT / NIQ. Bidder's representatives shall sign a register as proof of their attendance. In the event of the specified date for the opening of bids being declared a holiday for the Owner, the bids will be opened at the appointed time on the next working day.

► No Mobile Phone will be permitted inside the bid opening room. Therefore,

bidders should deposit Mobile Phones with Security gate at Reception. ► The award shall be on single bidder responsibility basis on lowest

evaluated price on item rate for each offered powder (Including all taxes & duties FOR Jhakri) and placing the supply order on the basis of lowest evaluated rate on L-1 bidder, L-2 bidder & L-3 bidder (350 Kg of Hard Coating Powder each) at L-1 rate, only if, L-2 & L-3 bidder agrees to all the terms & conditions of the contract. Entry tax for the entry of goods in Himachal Pradesh shall be paid by SJVN Ltd. directly the concerned authorities. During bid evaluation, the bid of the bidders quoting outside from H.P. shall be loaded at the applicable rate of the Entry tax. No price preference shall be given to any bidder during the bid evaluation.

► No cost loading will be carried out on account of lower delivery period.

However, the bidder can offer lower delivery period than the scheduled delivery period.

Page 22: SJVN LTD.sjvn.nic.in/writereaddata/Portal/Tender/1278_1/1... · including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder

ITB- {Package (P)-NJHPS-158 9O&M)/2016) - Supply of Hard Coating Powder on development basis for

field trials for enlistment

Page 16 of 19

► Cost loading will be carried out for the deviations taken by the bidder to

determine the lowest evaluated Bid which will be considered for acceptance.

► The items for which bidder does not quote his price i.e. leaves the rate /

amount column blank or simply puts a (-) mark or (*) mark or indicates ‘NIL’ / ‘NA’ or as applicable, no cost shall be considered for bid evaluation for these items, and for the purpose of award the value of such item shall be deemed to have been included in other quoted items. If the bidder does not agree to this consideration, his bid will be rejected and the bid guarantee may be forfeited.

25.0 Clarification of Bids During bid evaluation, the Owner may, at its discretion, ask the Bidder for a

clarification of 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.

26.0 Correction of Errors (Applicable to extent possible)

The prices are to be filled in ONLINE DYNAMIC Schedules as under:-

A. The bidder has to fill the Unit Rates in the FIGURES only.

B. The entered UNIT RATES in figures shall be automatically converted in to the words.

C. The bidder has to fill the applicable percentage (%) of the taxes & duties. The amount for the taxes & duties shall be calculated automatically accordingly.

D. The above entered UNIT RATES in the figures and calculated amount of

taxes & duties shall be multiplied with quantity to calculate the TOTAL AMOUNT in figures & as well as in words automatically.

E. After computation of the amounts as above, the values as computed shall be

considered for evaluation as well as for award. If the bidder does not accept the above consideration, his bid will be rejected and the Bid Security / EMD may be forfeited.

F. 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.

27.0 Influencing the Owner

► No Bidder shall contact the Owner on any matter relating to its bid, from the time of the opening of bids to the time the contract is awarded.

Page 23: SJVN LTD.sjvn.nic.in/writereaddata/Portal/Tender/1278_1/1... · including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder

ITB- {Package (P)-NJHPS-158 9O&M)/2016) - Supply of Hard Coating Powder on development basis for

field trials for enlistment

Page 17 of 19

► Any effort by a Bidder to influence the Owner in the Owner’s bid evaluation, bid comparison or contract award decisions may result in rejection of the Bidder’s bid.

28.0 Award of Contract

► The Owner will award the contract to the successful Bidder whose bid has been determined to be substantially responsive and to be the lowest evaluated bid on single responsibility basis, further provided that the bidder is determined to be qualified to perform the contract satisfactorily.

► The owner may request the Bidder to withdraw any of the deviations listed in

Deviation Schedule of the winning bid, at the price shown for the deviation in Deviation schedule. In case the Bidder does not withdraw the deviations proposed by him, if any, at the cost of withdrawal stated in the bid, his bid will be rejected and bid security forfeited.

► Bidders would be required to comply with all other requirement of the Bidding

Documents except for those deviations in Deviation Schedule, which are accepted by the Owner, failing which the bid security of the Bidder may be forfeited.

► The basis of award is detailed as above.

29.0 Owner's Right to Accept Any Bid and to Reject Any Bids The Owner reserves the right to accept or reject any bid, 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 or bidders or any obligation to inform the affected Bidder or bidders of the grounds for the Owner's action.

30.0 Notification of Award

► Prior to the expiration of the period of bid validity, the Owner will notify the successful Bidder in writing by registered letter or by cable, to be confirmed in writing by registered letter, that its bid has been accepted. The notification of award will constitute the formation of the contract.

► Upon the successful Bidder's furnishing of the performance security, the

Owner will promptly notify each unsuccessful Bidder and will discharge its bid security.

31.0 Corrupt or Fraudulent Practices

A. The Owner requires that Bidders to observe the highest standard of ethics during the procurement and execution of the Contract. For the purpose, the applicant shall sign the Integrity Pact as per clause 32.0 of ITB. In pursuance of this policy, the Owner:

(a) defines, for the purposes of this provision, the terms set forth below as follows:

Page 24: SJVN LTD.sjvn.nic.in/writereaddata/Portal/Tender/1278_1/1... · including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder

ITB- {Package (P)-NJHPS-158 9O&M)/2016) - Supply of Hard Coating Powder on development basis for

field trials for enlistment

Page 18 of 19

(i) "corrupt practice" means the offering, giving, receiving or soliciting of any thing of value to influence the action of a public official in the procurement process or in contract execution; and

(ii) "fraudulent practice" means a misrepresentation of facts in order to

influence a procurement process or the execution of a contract to the detriment of the Owner, and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Owner of the benefits of free and open competition;

(b) will reject a proposal for award if it determines that the Bidder

recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question;

(c) will declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing, a contract of the Owner.

B. Furthermore, Bidders shall be aware of the provision stated in the "General

Conditions of Contract".

32.0 Adoption of Integrity Pact:

In order to ensure transparency, equity and competitiveness in its procurement, SJVN Ltd has decided to adopt Integrity Pact. The Integrity Pact (IP) envisages an agreement between the prospective Applicants/ contractors and the buyer committing the person(s)/official(s) of both the parties, not to exercise any corrupt influence on any aspect of the contract. Towards implementation of Integrity Pact, an MOU along with Integrity Pact Programme has already been signed between „SJVN Ltd. and „Transparency International India‟ (TII) on 05th January, 2011.

The Integrity Pact shall be applicable for transaction having threshold value of Rs. 8 Lacs for procurement, Rs. 15 Lacs for services and Rs. 50 Lacs for work.

Further, the Independent External Monitors (IEMs) would be monitoring the bidding process and execution of contract and shall be responsible to oversee the implementation of Integrity Pact Program to prevent corruption, bribery or any other unethical practices in SJVN Ltd.

In order to deal with any grievance(s)/dispute(s) and to oversee implementation and effectiveness of the Integrity Pact programme pertaining to this tender, Applicants may refer the same to Independent External Monitors (IEMs). Name and Address of the Independent External Monitors (IEMs) are as under:

Sh. S.S. Parmar, IAS (Retd.), Sunrise Cottage, Housing Board Colony, Jakhoo, Shimla – 171001 Himachal Pradesh. Ph: 0177-2624097 Mb. No. 09418900055

Page 25: SJVN LTD.sjvn.nic.in/writereaddata/Portal/Tender/1278_1/1... · including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder

ITB- {Package (P)-NJHPS-158 9O&M)/2016) - Supply of Hard Coating Powder on development basis for

field trials for enlistment

Page 19 of 19

All pages of Integrity Pact (As per attached format at Annexure-V) duly signed by authorized signatory of the Employer prior to uploading of the tender shall be subsequently signed by the authorised signatory of Applicant and uploaded & submitted with the tender documents as specified in the tender. Failure to sign the Integrity Pact by the applicant shall lead to outright rejection of the application.

33.0 Submission of documents by post:

► The following documents in hard copy/original form sealed in envelop super

scribed as “Hard Coating Powder for HVOF Thermal Spray Coating for field trials (Package(P)-NJHPS-158 (O&M)/2016)”are to be sent through post :-

(i) Earnest Money Deposit (FDR/TDR) (In original) as per clause no.

11.1. (ii) Integrity Pact as per clause no. 32.0. (iii) Undertaking form, duly signed by the bidder shall be uploaded along

with the bid, the details of which are as per clause 34.0. Remarks: The scanned copy (ies) of the document(s) asked as above are to be uploaded on web and should reach in original/physical form at above address preferably on or before bid closing date as specified in the tender. However, the original document(s) in physical shall also be acceptable within 07 days after bid closing date, otherwise bid(s) shall not be entertained and such bid(s) shall be treated as late bid(s)/non-responsive bid(s). Also if the original document(s) in physical form are found to be at variance than the scanned copies submitted/uploaded earlier along with e-bids, the bid(s) will be treated as non-responsive.

► Any documents/clarification/queries etc. related to this tender are to be sent

to the following address:-

Sr. Manager (P&C), Procurement and Contract Department, NJHPS, SJVN, Jhakri, Distt. Shimla (H.P.)-172201. Phone No. 01782-275236. Fax No. 01782-234049/ 275106.

34.0 Undertaking: 33.1 I have read carefully all the bidding documents and agreed to the conditions

except for deviation taken clause wise in deviation schedule.

33.2 I have not changed the contents of the bidding documents. 33.3 Scanned copy of documents uploaded along with the bid is true to the best of my

knowledge.

Page 26: SJVN LTD.sjvn.nic.in/writereaddata/Portal/Tender/1278_1/1... · including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder

GCC- {Package (P)-NJHPS-158 (O&M)/2016) - Supply of Hard Coating Powder on development basis for

field trials for enlistment

Page 1 of 7

GENERAL CONDITIONS OF CONTRACT (GCC)

1.0 Definitions In this Contract, the following terms shall be interpreted as indicated:

(a) "The Contract" means the Contract Agreement entered between the Owner and the Contractor, as recorded in the Contract Form signed by the parties, including all attachments and appendices thereto and all documents incorporated by reference therein.

(b) "The Contract Price" means the price payable to the Contractor under

the Contract for the full and proper performance of its contractual obligations.

(c) "The Services" means all those services necessary for the

manufacturing of the materials, supply, testing and any other incidental services etc. and other such obligations of the Contractor covered under the Contract.

(d) "The Owner" means the SJVN Limited.

(e) "The Contractor" means the individual or firm supplying the material

under this Contract.

(f) "Corrupt Practice" means the offering, giving, receiving or soliciting of any thing of value to influence the action of a public official in the procurement process or in contract execution.

(g) "Fraudulent Practice" means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Owner and includes collusive practice among Bidders (prior to or after Bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Owner of the benefits of free and open competition".

2.0 CONTRACT PERFORMANCE SECURITY 2.1 Within thirty (30) days of receipt of the notification of Contract award i.e. from

the date of issue of LOA, the successful Bidder shall furnish to the Owner, an unconditional performance security for ten percent (10%) of the Contract Price with validity up to 60 days after completion of guarantee period.

2.2 The proceeds of the performance security shall be payable to the Owner as compensation for any loss resulting from the Contractor's failure to complete its obligations under the Contract.

2.3 The performance security shall be denominated in the currency of the Contract

and shall be in the form of Bank Guarantee (As per format enclosed) issued preferably by a nationalized Bank/ Scheduled bank (As per Reserve bank of India Guidelines) (As per list enclosed), acceptable to the Owner or in the form of FDR or TDR etc. The Bank Guarantee is to be issued by a reputed bank ( Bank located outside India in case of a foreign Bidder), acceptable to the Owner or by nationalised or public sector bank of owner or scheduled bank as per RBI guidelines (As per list enclosed at Annexure-I) , in the format

Page 27: SJVN LTD.sjvn.nic.in/writereaddata/Portal/Tender/1278_1/1... · including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder

GCC- {Package (P)-NJHPS-158 (O&M)/2016) - Supply of Hard Coating Powder on development basis for

field trials for enlistment

Page 2 of 7

enclosed. The BG issued by foreign bank should be routed through/confirmed from its Correspondent Bank in India. All banks except public sector bank of owner’s country shall have with overall International Corporate Rating or rating of long term debit not less than A- (A minus) or equivalent by reputed rating agency.

OR The Performance Security shall be denominated in the currency of the Contract and may also be submitted in wire transfer mode (electronic fund transfer) directly to SJVN account in the following bank details:

Beneficiary Name : SJVNL NJHPS Account No. : 08058640000023 Bank Name & Branch : HDFC BANK, RAMPUR Bank Code : 805 Swift Code : HDFCINBB Remarks:

The bidder shall intimate to SJVN immediately after the remittance of contract performance security amount.

All the bank transfer charges for Indian bank and outside India bank will be borne by supplier (for deposit & refund).

2.4 The performance security will be discharged by the Owner and returned to the

Contractor not later than sixty (60) days after expiry of guarantee period of all the material /works under the scope of the contract.

2.5 The interest @ 15.50 % shall be charged on delay period for breach in timely

submission of CPG/ initial security deposit without prejudice to right of SJVN to other remedies available under the contract.

3.0 PACKING: 3.1 The bidder shall provide such packing to the goods as is required to prevent

damage or deterioration during transit to their final destination. 4.0 INSURANCE

The goods to be supplied under the scope of the work shall be insured for all risks by the contractor till it is delivered at O&M Store, NJHPS,SJVN Ltd., Jhakri.

5.0 GUARANTEE/WARRANTY

The material under the scope of supply will be new and free from any manufacturing defects or deficiencies arising due to design, engineering and from defects in material. The material shall be under Guarantee/Warranty for a period of 12 months from the date of supply. The firm will be liable to replace any defective powder/ material free of cost supplied under this contract, as necessary during the stipulated period in the contract or on the direction of Consignee.

6.0 FORCE MAJEURE

Page 28: SJVN LTD.sjvn.nic.in/writereaddata/Portal/Tender/1278_1/1... · including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder

GCC- {Package (P)-NJHPS-158 (O&M)/2016) - Supply of Hard Coating Powder on development basis for

field trials for enlistment

Page 3 of 7

6.1 The firm shall not be liable for loss or damage to SJVN resulting from any delays or failure to make shipment to Jhakri site within schedule time for all or any part of the item due to the act of God, war declared or undeclared, acts of public enemy, riots, civil commotion, invasion, insurrection, sabotage, acts of restraint of Government, federal, state or municipal action or regulation, fire, flood, hurricanes, accidents, epidemic, quarantine, restrictions, or any failure on the part of the Owner or his representative to approve or comments on drawings or other causes, contingencies or circumstances not subject to their control, whether of a similar or dissimilar nature which prevents the Contractor from completion of work. Any such cause or delays even though not existing on the date of the contract on or the date of start of reclaiming shall extend the time of performance automatically by length of delays occasioned thereby, including delay reasonably incidental to the resumption of normal reclamation work even though such case may occur after performance of firm’s obligation has been delayed for the other causes.

6.2 If a Force Majeure situation arises, the Contractor shall promptly notify the

Owner in writing of such condition and the cause thereof. Unless otherwise directed by the Owner in writing, the Contractor shall continue to perform its obligations under the Contract as far as is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event.

7.0 PAYMENT TERMS 7.1 All the payments as under shall be made in the quoted currency of the tender.

7.2 Hundred percent (100%) payment of contract price shall be made within 30

days after the receipt of the material at O&M, Stores, NJHPS, SJVN, Jhakri on submission of the following documents to the consignee:

(i) Six copies of Supplier’s commercial Invoice showing item description, quantity, Unit, rate, amount and other requisite details.

(ii) Copy of Airway Bill/ Bill of Lading (iii) Six copies of packing list identifying contents of each package. (iv) Three copies of Material Dispatch Clearance Certificate ( MDCC)

issued by the Owner on a date prior to the date of dispatch . (v) Three copies of Test/Compliance Certificate (vi) Three copies of Insurance Certificate. (vii) Copy of Certificate of origin (If applicable). (viii) Copy of Un-priced Bill of Entry (If applicable). (ix) Guarantee Certificate issue by the supplier. (x) Accepted copy of the LOA.

7.3 Bank Commission charges: For above Payment: The bank charges shall be borne by the respective parties. For foreign bidder, any bank charges on Indian banks have to be borne by SJVN and outside India bank will be borne by supplier.

7.4 The payment shall be released through electronic fund transfer/direct

remittance/swift transfer/wire transfer and hence bidder is requested to give their bank account detail. The required detail is to be filled in “Schedule-3-General Information & Bank Account Detail”. For Indian bidder, Bank

Page 29: SJVN LTD.sjvn.nic.in/writereaddata/Portal/Tender/1278_1/1... · including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder

GCC- {Package (P)-NJHPS-158 (O&M)/2016) - Supply of Hard Coating Powder on development basis for

field trials for enlistment

Page 4 of 7

charges if any, shall be borne by the bidder. The details to be submitted in the schedule as enclosed.

7.5 As per SJVN LTD. policy, no advance payment can be given.

8.0 DELIVERY SCHEDULE 8.1 The basic consideration and the essence of the Contract shall be the strict

adherence to the Delivery Schedule. 8.2 The firm will supply the 05 kg powder free of cost for coating of test coupons

(refer sr. no. 2.2 of technical specifications) within 10 days from the date of request received from NJHPS/SJVN through post/e-mail/fax etc.

8.3 However the firm will supply of complete material (350 Kg/700 Kg of Hard

Coating Powder) under this contract within 60 days from the date of issue of the LOA.

9.0 LIQUIDATED DAMAGES 9.1 if the Supplier fails to complete the delivery of the material of any or all of the

Goods within the period(s) specified in the Contract, the Owner shall, without prejudice to its other remedies under the Contract, deduct from the Contract Price, as Liquidated Damages, as specified here in below,

9.2 The Liquidated Damage for delay in supply of material beyond the dates

stipulated at clause 8.3 above shall be @ 0.5% (half percent) per week or part thereof of the total contract price. The total amount of Liquidated Damages for delay under the Contract will be subject to a maximum of five percent (5%) of the Contract price.

9.3 Amount of Liquidated Damage shall be payable by the Supplier whenever

demanded by the Owner and / or Owner can recover the amount of liquidated Damages (to the extent leviable at any time) from the amount payable to the Supplier available with Owner under this Contract.

9.4 Supplier’s obligations and the Owner’s remedies in respect of delay are solely

and exclusively as stated in this Liquidated Damages clause subject to provisions of Clause 10.0 and consequence thereof.

10.0 TERMINATION OF CONTRACT ON CONTRACTOR'S DEFAULT

10.1 The Owner, without prejudice to any other remedy for breach of Contract, by written notice of default sent to the Contractor, may terminate this Contract in whole or in part:

a) if the Contractor fails to complete any part of all the work or all of the Goods

within the period(s) specified in the Contract, or within any extension thereof granted by the Owner.

b) if the Contractor fails to perform any other obligation(s) under the Contract.

c) If the Contractor, in the judgment of the Owner has engaged in corrupt or

fraudulent practices in competing for or in executing the Contract.

Page 30: SJVN LTD.sjvn.nic.in/writereaddata/Portal/Tender/1278_1/1... · including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder

GCC- {Package (P)-NJHPS-158 (O&M)/2016) - Supply of Hard Coating Powder on development basis for

field trials for enlistment

Page 5 of 7

10.2 In the event the Owner terminates the Contract in whole or in part, the Owner may procure / get repaired, upon such terms and in such manner as it deems appropriate, Goods or Services similar to those undelivered / un-repaired, and the Contractor shall be liable to the Owner for any excess costs for such similar Goods or Services. However, the Contractor shall continue performance of the Contract to the extent not terminated.

11.0 TERMINATION FOR INSOLVENCY The Owner may at any time terminate the Contract by giving written notice to

the Contractor if the Contractor becomes bankrupt or otherwise insolvent. In this event, termination will be without compensation to the Contractor, provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the Owner.

12.0 TERMINATION OF CONTRACT ON OWNER'S INITIATIVE 12.1 The Owner reserves the right to terminate the Contract either in part or in full

due to reasons other than those mentioned under clause entitled "Contractor's Default" and "Outbreak of War". The Owner shall in such an event give seven (7) days notice in writing to the Contractor of his decision to do so.

12.2 The Contractor upon receipt of such notice shall discontinue the work on the

date and to the extent specified in the notice, make all reasonable efforts to obtain cancellation of all orders and contracts to the Owner, stop all further sub-contracting or purchasing activity related to the work terminated, and assist the Owner in storage, maintenance, protection, and disposition of the works acquired under the contract by the Owner.

12.3 In the event of such a termination, the Contractor shall be paid equitable and

reasonable compensation, as dictated by the circumstances prevalent at the time of termination.

13.0 SETTLEMENT OF DISPUTES 13.1 Any dispute(s) or difference(s) arising out of or in connection with the Contract

shall, to the extent possible in the first instance be resolved amicably between the Contractor and the Owner’s Engineer.

13.2 If any dispute or difference of any kind whatsoever shall arise between the

Owner and the Contractor, arising out of the Contract for the performance of the Works whether during the progress of the Works or after its completion or whether before or after the termination, abandonment or breach of the Contract, it shall, in the first place, be referred to and settled by the Engineer, who within a period of ten (10 ) days after being requested by either party to do so, shall give written notice of his decision to the Owner and the Contractor.

13.3 Save as hereinafter provided, such decision in respect of every matter so

referred shall be final and binding upon the parties until the completion of the entire work under the Contract and shall forthwith be given effect to by the Contractor who shall comply with all such decisions, with all due diligence, whether he or the Owner requires arbitration as hereinafter provided or not.

13.4 If after the Engineer has given written notice of his decision to the parties, no

claim to arbitration has been communicated to him by either party within ten

Page 31: SJVN LTD.sjvn.nic.in/writereaddata/Portal/Tender/1278_1/1... · including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder

GCC- {Package (P)-NJHPS-158 (O&M)/2016) - Supply of Hard Coating Powder on development basis for

field trials for enlistment

Page 6 of 7

(10) days from the receipt of such notice, the said decision shall become final and binding on the parties.

13.5 In the event of the Engineer failing to notify his decision within ten (10) days

after being requested as aforesaid or in the event of either the Owner or the Contractor being dissatisfied with any such decision, or within ten (10) days after the expiry of the first mentioned period of ten (10) days, as the case may be, either party may require, by written notice to the other party, that the matters in dispute be referred to arbitration as hereinafter provided.

14.0 ARBITRATION 14.1 If at any time , any question, disputes or difference, whatsoever, shall arise

between the purchaser and the supplier upon or in relation to or in connection with this contract, either party may forthwith give to the other, notice, in writing , of the existence of such question, dispute or differences. All disputes or differences in respect of which the decision, if any, of the Engineer has not become final or binding as aforesaid shall be settled by arbitration in the manner hereinafter provided.

14.2 The arbitration shall be conducted by three arbitrators, one each to be

nominated by the supplier and the Owner and the third by the President of the International Chamber of Commerce. The Arbitration shall be conducted in accordance with the rule and procedure for arbitration of the International Chamber of Commerce, Paris.. If either of the parties fails to appoint its arbitrator within sixty (60) days after receipt of a notice from the other party invoking the arbitration clause, the President of the International Chamber of commerce shall have the power at the request of either of the parties, to appoint the arbitrators. A certified copy of the said President making such an appointment shall be furnished to both the parties.

14.3 Arbitration(s) shall give reasoned award. 14.4 The decision of the majority of the arbitrators shall be final and binding upon

the parties. The expenses of the arbitration shall be paid as may be determined by the arbitrators. The arbitrators may, from time to time with the consent of all the parties enlarge the time for making the award. In the event of any of the aforesaid arbitrators dying, neglecting, resigning of being unable to act for any reason, it will be lawful for the party concerned to nominate another arbitrator in place of the outgoing arbitrator.

14.5 The arbitrator shall have full powers to review and/or revise any decision,

opinion, directions certification or valuation of the Engineer in consonance with the contract.

14.6 The arbitration proceedings shall be held at such place and time in India as the Arbitrator(s) may determine. The decision of the Arbitrator(s) shall be final and binding upon the parties hereto and the expenses of the Arbitration shall be paid as may be determine by the Arbitrators.

14.7 Performance under the contract shall, reasonably possible , continue

during the arbitration procedures and payment due to the supplier by the purchaser shall not be withheld unless they are subject matter of the Arbitration proceedings.

Page 32: SJVN LTD.sjvn.nic.in/writereaddata/Portal/Tender/1278_1/1... · including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder

GCC- {Package (P)-NJHPS-158 (O&M)/2016) - Supply of Hard Coating Powder on development basis for

field trials for enlistment

Page 7 of 7

15.0 APPLICABLE LAW 15.1 The Contract shall be governed by and interpreted in accordance with the laws

in force in India. The courts of Rampur Bushahar/ Shimla/Delhi shall have exclusive jurisdiction in all matters arising under the Contract.

16.0 NOTICES ► Any notice given by one party to the other pursuant to this Contract shall be sent to

the other party in writing or by cable telex, or facsimile and confirmed in writing to the other party's address specified in NIT/NIQ.

► A notice shall be effective when delivered or on the notice's effective date,

whichever is later. 17.0 ENGINEER IN CHARGE (EIC)

Post award correspondences shall be carried out with AGM, (Mech. Mtc. PH), NJHPS, SJVN Jhakri, Distt. Shimla (H.P who shall be the EIC of this package. Transportation

18.0 TRANSPORTATION

18.1 The order shall be placed on FOR Jhakri basis. The transportation of the material from foreign port to Indian Port and further to Jhakri is to be arranged by the supplier.

18.2 The Supplier shall notify the Owner of the date of dispatch of every consignment from his works and the expected date of arrival at the Indian port for the information of the Owner at least three weeks in advance in case of sea consignment.

18.3 The Supplier shall also give all dispatch information concerning the weight, size and content of each package including any other information, the Owner may reasonably require within the period specified in Clause 18.2 above.

18.4 The Supplier shall prepare detailed packing list of all packages and containers, bundles, material forming each and every consignment dispatched to Indian Port.

18.5 The Supplier shall, at its own expense, handle all imported Goods and Supplier's Equipment at the point(s) of import and shall handle any formalities for customs clearance including liabilities for port charges if any, provided that if applicable laws or regulations require any application or act to be made by or in the name of the Purchaser, the Purchaser shall take all necessary steps to comply with such laws or regulations.

19.0 CONSIGNEE: The Goods under this Contract shall be dispatched to the Consignee i.e. Sr. Manager, (O&M Stores), Nathpa Jhakri Hydro Electric Project, SJVN LTD., Jhakri, Distt. Shimla, (HP) Pin-172201 (INDIA), Phone No. 0091-1782-275041; Fax No. 0091-1782-275827.

* * *

Page 33: SJVN LTD.sjvn.nic.in/writereaddata/Portal/Tender/1278_1/1... · including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder

(Format of Integrity Pact)

PRE CONTRACT INTEGRITY PACT

Between

SJVN Limited, a company incorporated under the Companies Act 1956 and

having its registered office at SJVN Ltd., Himfed Building, New Shimla, Shimla

(H.P.), hereinafter referred to as “The Employer” which expression shall mean

and include, unless the context otherwise requires, his successors in office and

assigns of the First Part. And

M/s ______________________________________________________________________________ ______________________________________________________________________________ , a company/ firm/ individual (status of the company) and having its registered office at represented by Shri ______________________________________________________________________________ , hereinafter referred to as “The Bidder/Contractor” which expression shall mean and include, unless the context otherwise requires, his successors and permitted assigns of the Second Part.

WHEREAS the Employer proposes to procure under laid down organizational

procedures, contract/s for “Supply of Hard Coating Powder for HVOF

Thermal Spray Process on development basis for enlistment by carrying

out field trial at NJHPS (Name of the work/ goods/ services) and the

Bidder/Contractor is willing to offer against NIT No. Package-158(O&M)

/2016.

WHEREAS the Bidder/Contractor is a private company / public

company/Government undertaking/partnership/consortium/joint venture

constituted in accordance with the relevant law in the matter and the Employer

is a Public Sector Enterprise.

NOW, THEREFORE,

To avoid all forms of corruption by following a system that is fair, transparent

and free from any influence/prejudiced dealings prior to, during and

subsequent to the currency of the contract to be entered into with a view to:-

Enabling the Employer to obtain the desired said (work/ goods/ services) at a

competitive price in conformity with the defined specifications by avoiding the

high cost and the distortionary impact of corruption on public procurement,

and

Enabling the Bidder(s)/Contractor(s) to abstain from bribing or indulging in

any corrupt practice in order to secure the contract by providing assurance to

them that their competitors will also abstain from bribing and other corrupt

practices and the Employer will commit to prevent corruption, in any form, by

its officials by following transparent procedures. Page 1

Page 34: SJVN LTD.sjvn.nic.in/writereaddata/Portal/Tender/1278_1/1... · including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder

1.0 Commitments of the Employer

1.1 The Employer undertakes that no official of the Employer, connected

directly or indirectly with the contract, will demand, take a promise for or

accept, directly or through intermediaries, any bribe, consideration, gift,

reward, favour or any material or immaterial benefit or any other advantage

from the Bidder/Contractor, either for themselves or for any person,

organization or third party related to the contract in exchange for an

advantage in the bidding process, bid evaluation, contracting or

implementation process related to the contact.

1.2. The Employer will, during the pre-contract stage, treat all the

Bidders/Contractors alike, and will provide to all the Bidders/Contractors

the same information and will not provide any such information to any

particular Bidder/Contractor which could afford an advantage to that

particular Bidder/Contractor in comparison to other Bidders/Contractors. 1.3. All the officials of the Employer will report to the appropriate Authority any

attempted or completed breaches of the above commitments as well as any

substantial suspicion of such a breach. 2.0 In case any such preceding misconduct on the part of such official(s) is

reported by the Bidder to the Employer with full and verifiable facts and

the same is prima facie found to be correct by the Employer, necessary

disciplinary proceedings, or any other action as deemed fit, including

criminal proceedings may be initiated by the Employer or Independent

External Monitor and such a person shall be debarred from further

dealings related to the contract process. In such a case while an enquiry is

being conducted by the Employer the proceedings under the contract

would not be stalled.

3.0 Commitments of the Bidder(s)/Contractor(s)

The Bidder(s)/Contractor(s) commits itself to take all measures necessary

to prevent corrupt practices, unfair means and illegal activities during any

stage of its bid or during any pre-contract or post-contract stage in order to

secure the contract or in furtherance to secure it and in particular commit

itself to the following :-

3.1 The Bidder(s)/Contractor(s) will not offer, directly or through

intermediaries, any bribe, gift, consideration, reward, favour, any material

or immaterial benefit or other advantage, commission, fees, brokerage or

inducement to any official of the Employer, connected directly or indirectly

with the bidding process, or to any person, organization or third party

related to the contract in exchange for any advantage in the bidding,

evaluation, contracting and implementation of the contract.

Page 2

Page 35: SJVN LTD.sjvn.nic.in/writereaddata/Portal/Tender/1278_1/1... · including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder

3.2 The Bidder/Contractor further undertakes that it has not given, offered or

promised to give, directly or indirectly any bribe, gift consideration, reward,

favour, any material or immaterial benefit or other advantage, commission,

fees, brokerage or inducement to any official of the Employer or otherwise

in procuring the Contract or forbearing to do or having done any act in

relation to the obtaining or execution of the contract or any other contract

with Employer for showing or forbearing to show favour or disfavour to any

person in relation to the contract or any other contract with Employer. 3.3 The Bidder(s)/Contractor(s) shall disclose the name and address of agents

and representatives and Indian Bidder(s)/Contractor(s) shall disclose their

foreign principals or associates. 3.4 The Bidder(s)/Contractor(s) shall disclose the payments to be made by

them to agents/brokers or any other intermediary, in connection with this

bid/contract 3.5 The Bidder, either while presenting the bid or during pre-contract

negotiations or before signing the contract, shall disclose any payments he

has made, is committed to or intends to make to officials of the Employer

or their family members, agents, brokers or any other intermediaries in

connection with the contract and the details of services agreed upon for

such payments. 3.6 The Bidder/Contractor will not collude with other parties interested in the

contract to impair the transparency, fairness and progress of the bidding

process, bid evaluation, contracting and implementation of the contract. 3.7 The Bidder/Contractor will not accept any advantage in exchange for any

corrupt practice, unfair means and illegal activities. 3.8 The Bidder/Contractor shall not use improperly, for purposes of

competition or personal gain, or pass on to others, any information

provided by the Employer as part of the business relationship, regarding

plans, technical proposals and business details, including information

contained in electronic data carrier. The Bidder/Contractor also

undertakes to exercise due and adequate care lest any such information is

divulged. 3.9 The Bidder(s)/Contractor(s) commits to refrain from giving any complaint

directly or through any other manner without supporting it with full and

verifiable facts. 3.10 The Bidder(s)/Contractor(s) shall not instigate or cause to instigate any

third person to commit any of the actions mentioned above.

Page 3

Page 36: SJVN LTD.sjvn.nic.in/writereaddata/Portal/Tender/1278_1/1... · including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder

3.11 If the Bidder/Contractor or any employee of the Bidder/Contractor or any

person acting on behalf of the Bidder/Contractor, either directly or

indirectly, is a relative of any of the officers of the Employer, or

alternatively, if any relative of an officer of the Employer has financial

interest/stake in the Bidder(s)/Contractor(s) firm(excluding Public Ltd.

Company listed on Stock Exchange), the same shall be disclosed by the

Bidder/Contractor at the time of filling of tender.

The term ‘relative’ for this purpose would be as defined in Section 2(77) of

the Companies Act 2013. 3.12 The Bidder(s)/Contractor(s) shall not lend to or borrow any money from or

enter into any monetary dealings or transactions, directly or indirectly,

with any employee of the Employer. 4.0 Previous Transgression

4.1 The Bidder(s)/Contractor(s) declares that no previous transgression

occurred in the last three years immediately before signing of this Integrity

Pact, with any other company in any country in respect on any corrupt

practices envisaged hereunder or with any Public Sector Enterprise in India

or any Government Department in India.

5.0 Earnest Money (Security Deposit)

The provision regarding Earnest Money/Security Deposit as detailed in the

Notice Inviting Tender (NIT) and Instruction to Bidders (ITB) section of the

Bid Document is to be referred. 6.0 Sanctions for Violations

6.1 Any breach of the aforesaid provisions by the Bidder/Contractor or any one

employed by it or acting on its behalf shall entitle the Employer to take

action as per the procedure mentioned in the “Guidelines on Banning of

Business Dealings” attached as Annex-A and initiate all or any one of the

following actions, wherever required:-

(i) To immediately call off the pre contract negotiations without assigning

any reason or giving any compensation to the Bidder/Contractor.

However, the proceedings with the other Bidder(s)/Contractor(s) would

continue. (ii) The Earnest Money Deposit (in pre-contract stage) and/or Security

Deposit/Performance Bond (after the contract is Signed) shall stand forfeited either fully or partially, as decided by the Employer and the

Employer shall not be required to assign any reason thereof.

Page 4

Page 37: SJVN LTD.sjvn.nic.in/writereaddata/Portal/Tender/1278_1/1... · including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder

(iii) To immediately cancel the contract, if already signed, without giving

any compensation to the Contractor. The Bidder/Contractor shall be

liable to pay compensation for any loss or damage to the Employer

resulting from such cancellation/rescission and the Employer shall be

entitled to deduct the amount so payable from the money(s) due to the

Bidder/Contractor.

(iv) To encash the Bank guarantee, in order to recover the dues if any by

the Employer, along with interest as per the provision of contract.

(v) To debar the Bidder/Contractor from participating in future bidding

processes of SJVN Ltd., as per provisions of “Guidelines on Banning of

Business Dealings” of SJVN Ltd. (Annex-A), which may be further

extended at the discretion of the Employer.

(vi) To recover all sums paid in violation of this Pact by

Bidder(s)/Contractor(s) to any middleman or agent or broker with a

view to securing the contract.

(vii) In cases where irrevocable Letters of Credit have been received in

respect of any contract signed by the Employer with the Bidder/

Contractor, the same shall not be opened/operated.

(viii) Forfeiture of Performance Security in case of a decision by the

Employer to forfeit the same without assigning any reason for

imposing sanction for violation of this Pact.

6.2 The Employer will be entitled to take all or any of the actions mentioned

at para 6.1 (i) to (viii) of this Pact also on the Commission by the

Bidder/Contractor or any one employed by it or acting on its behalf

(whether with or without the knowledge of the Bidder/Contractor), of an

offence as defined in Chapter IX of the Indian Penal Code, 1860 or

Prevention of Corruption Act, 1988 or any other statute enacted for

prevention of corruption. 6.3 The decision of the Employer to the effect that a breach of the provisions of

this Pact has been committed by the Bidder/Contractor shall be final and

conclusive on the Bidder/Contractor. However, the Bidder/Contractor can

approach the Independent External Monitor(s) appointed for the purposes

of this Pact. 7.0 Independent External Monitor(s)

7.1 The Employer has appointed Independent External Monitor(s) (hereinafter

referred to as monitors) for this Pact in consultation with the Central

Vigilance Commission.

Page 5

Page 38: SJVN LTD.sjvn.nic.in/writereaddata/Portal/Tender/1278_1/1... · including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder

7.2 The task of the Monitors shall be to review independently and objectively,

whether and to what extent the parties comply with the obligations under

this Pact. 7.3 The Monitors shall not be subject to instructions by the representatives of

the parties and perform their functions neutrally and independently. 7.4 Both the parties accept that the Monitors have the right to access all the

documents relating to the project/procurement, including minutes of

meetings. The right to access records should only be limited to the extent

absolutely necessary to investigate the issue related to the subject

tender/contract. 7.5 As soon as the Monitor notices, or has reason to believe, a violation of this

Pact, he will so inform CMD, SJVN and request SJVN Ltd. to discontinue or

take corrective action, or to take other relevant action. The Monitor can in

this regard submit non-binding recommendations. Beyond this the Monitor

has no right to demand from the parties that they act in a specific manner,

refrain from action or tolerate action. 7.6 The Bidder(s)/Contractor(s) accepts that the Monitor has the right to

access without restriction, to all Project documentation of the Employer

including that provided by the Bidder/Contractor. The Bidder/Contractor

will also grant the Monitor, upon his request and demonstration of a valid

interest, unrestricted and unconditional access to his project

documentation. The same is applicable to Subcontractor(s). The Monitor

shall be under contractual obligation to treat the information and

documents of the Bidder/Contractor/Subcontractor(s) with confidentiality. 7.7 The Employer will provide to the Monitor sufficient information about all

meetings among the parties related to the project provided such meetings

could have an impact on the contractual relations between the parties. The

parties will offer to the Monitor the option to participate in such meetings

as and when required. 7.8 The Monitor will submit a written report to the CMD, SJVN Ltd., within 8

to 10 weeks from the date of reference or intimation to him by the

Employer/Bidder and should the occasion arise, submit proposals for

correcting problematic situations. 7.9 The word ‘Monitor’ would include both singular and plural.

8.0 Facilitation of Investigation

In case of any allegation of violation of any provisions of this Pact or

payment of commission, the Employer or its agencies shall be entitled to

Page 6

Page 39: SJVN LTD.sjvn.nic.in/writereaddata/Portal/Tender/1278_1/1... · including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder

examine all the documents including the Books of Accounts of the

Bidder/Contractor and the Bidder/Contractor shall provide necessary

information and documents in English and shall extend all possible help

for the purpose of such examination. 9.0 Law and Place of Jurisdiction

This Pact is subject to Indian Law. The place of performance and

jurisdiction is the Registered Office of the Employer, i.e. Shimla (H.P.). The

arbitration clause provided in the tender document/contract shall not be

applicable for any issue/dispute arising under Integrity Pact. 10.0 Other Legal Actions

10.1 The actions stipulated in this Integrity Pact are without prejudice to any

other legal action that may follow in accordance with the provisions of the

extant law in force relating to any civil or criminal proceedings. 10.2 Changes and supplements as well as termination notice need to be made

in writing. 10.3 If the Contractor is a partnership or a consortium or a joint venture, this

pact must be signed by all partners of the consortium/joint venture. 11.0 Validity

11.1 The validity of this Integrity Pact shall be from date of its signing and

extend upto 5 years or the complete execution of the contract to the

satisfaction of both the Employer and the Bidder/Contractor/Seller,

including warranty period, whichever is later. In case BIDDER is

unsuccessful, this Integrity Pact shall expire after six months from the

date of the signing of the contract. 11.2 Should one or several provisions of this Pact turn out to be invalid, the

remainder of this Pact shall remain valid. In this case, the parties will

strive to come to an agreement to their original intention.

Page 7

Page 40: SJVN LTD.sjvn.nic.in/writereaddata/Portal/Tender/1278_1/1... · including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder

12.0 The Parties hereby sign this Integrity Pact at ____________ on ______________.

Employer Bidder

Name of the Officer (Authorised Person)

Designation (Name of the Person)

Designation

Place---------------- Place--------------

Date--------------- Date--------------

Witness1._______________________ Witness1.__________________________

(Name and address) (Name and address)

2.__________________________ 2.__________________________

(Name and address) (Name and address)

Page 8

Page 41: SJVN LTD.sjvn.nic.in/writereaddata/Portal/Tender/1278_1/1... · including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder

Annex-A

(Page 9-17)

Page 42: SJVN LTD.sjvn.nic.in/writereaddata/Portal/Tender/1278_1/1... · including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder

SJVN LIMITED

GUIDELINES

ON

BANNING OF BUSINESS DEALINGS

CORPORATE CONTRACT DEPARTMENT (CIVIL) Shanti Bhawan, Sector-6, Phase-III, New Shimla-171009

February 2016

Page 9

Page 43: SJVN LTD.sjvn.nic.in/writereaddata/Portal/Tender/1278_1/1... · including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder

Guidelines on banning of business dealings

Contents

S.No. Description Pages

1.0 Introduction 11

2.0 Scope 11

3.0 Definitions 12

4.0 Initiation of Banning/Suspension 12

5.0 Suspension of Business Dealings 12-13

6.0 Ground on which Banning of Business dealing can 13-14

be initiated

7.0 Banning of Business dealings 14

8.0 Removal from List of Approved agencies- 14-15

Suppliers/Contractors etc.

9.0 Show-cause Notice 15

10.0 Appeal against the Decision of the Competent 15-16

Authority.

11.0 Circulation of the names of Agencies with whom 16

Business Dealings have been banned.

Page 10

Page 44: SJVN LTD.sjvn.nic.in/writereaddata/Portal/Tender/1278_1/1... · including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder

Guidelines on Banning of Business Dealings

1.0 Introduction

1.1 SJVN Limited (SJVN) 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 SJVN to deal

with Agencies who commit deception, fraud or other misconduct in the

tendering process. 1.2 Since 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 The Information for Bidders/ Instruction to Bidders and even the General

Conditions of Contract (GCC) of SJVN generally provide that SJVN shall

have the rights to remove from list of approved suppliers / contractors or

to ban business dealings if any Agency has been found to have

committed misconduct or fraud or anything unethical not expected from

a reputed contractor. 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 Projects/ Power Stations/ Regional

Offices/ Liaison Offices of SJVN. 2.4 It is clarified that these guidelines do not deal with the poor performance

of the contractors/ Agencies. 2.5 The banning shall be with prospective effect, i.e. future business

dealings.

Page 11

Page 45: SJVN LTD.sjvn.nic.in/writereaddata/Portal/Tender/1278_1/1... · including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder

3.0 Definitions

In these Guidelines, unless the context otherwise requires:

i) “Party / Contractor / Supplier / Bidders” 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’ in the context of these guidelines is indicated as ‘Agency’.

ii) “Unit” shall mean the Project/ Power Station/ Regional Office/

Liaison Office.

iii) “Competent Authority” and ‘Appellate Authority’ shall mean the

following:

The concerned Director shall be the ‘Competent Authority’ for the

purpose of these guidelines.

CMD shall be the ‘Appellate Authority’ in respect of such cases.

iv) “Investigating Committee” shall mean any Officer/Committee

appointed by Competent Authority to conduct investigation.

v) “List of approved Agencies viz Parties / Contractors /

Suppliers/Bidders” shall mean and include list of Parties/

Contractors / Suppliers / Bidders etc if registered with SJVN. 4.0 Initiation of Banning / Suspension

Action for banning /suspension business dealings with any Agency shall

be initiated by the department responsible for invitation of bids after

noticing the irregularities or misconduct on the part of Agency

concerned. Besides the concerned 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 SJVN is under investigation,

the Competent Authority may consider whether the allegations (under

investigation) are of a serious nature and whether pending investigation,

Page 12

Page 46: SJVN LTD.sjvn.nic.in/writereaddata/Portal/Tender/1278_1/1... · including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder

it would be advisable to continue business dealing with the Agency. If the

Competent Authority, after consideration of the matter including the

recommendation of the Investigating Committee, if any, 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 investigations are not completed in six months

time, the Competent Authority may extend the period of suspension by

another three months, during which period the investigations must be

completed. 5.2 The order of suspension shall be communicated to all Departmental

Heads of SJVN and Heads of the Units. During the period of suspension,

no business dealing may be held with the Agency. 5.3 As far as possible, the existing contract(s) with the Agency may continue

unless the Competent Authority, having regard to the circumstances of

the case, decides otherwise. 5.4 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. 5.5 It is not necessary to give any show-cause notice or personal hearing to

the Agency before issuing the order of suspension. 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 SJVN 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 three years. 6.3 If business dealings with the Agency have been banned by the

Department of Power, Government of India.

Page 13

Page 47: SJVN LTD.sjvn.nic.in/writereaddata/Portal/Tender/1278_1/1... · including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder

6.4 If the Agency has resorted to corrupt, fraudulent practices including

misrepresentation of facts; 6.5 If the Agency uses intimidation / threatening or brings undue outside

pressure on SJVN or its official for acceptance / performances of the job

under the contract; 6.6 If the Agency misuses the premises or facilities of SJVN, forcefully

occupies or damages SJVN’s properties including land, water resources,

forests / trees or tampers with documents/records etc. (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 Banning of Business Dealings

7. 1 A decision to ban business dealings with any Agency shall apply

throughout SJVN. 7.2 There will be an Investigating Committee consisting of officers not below

the rank of AGM/DGM from Indenting Division, Finance, Law and

Contracts. Member from department responsible for invitation of bids

shall be the convener of the committee. The functions of the committee

shall, inter-alia include:

i) To study the report of the unit/division 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.

ii) To recommend for issue of show-cause notice to the Agency by the

concerned unit/division as per clause 9.1.

iii) To examine the reply to show-cause notice and call the Agency for

personal hearing, if required.

iv) To submit final recommendations to the Competent Authority for

banning or otherwise. 8.0 Removal from List of Approved Agencies - Suppliers/ Contractors,

etc. 8.1 If the Competent Authority decides that the charge against the Agency is

of a minor nature, it may issue a show-cause notice as to why the name

of the Agency should not be removed from the list of approved Agencies -

Suppliers / Contractors, etc.

Page 14

Page 48: SJVN LTD.sjvn.nic.in/writereaddata/Portal/Tender/1278_1/1... · including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder

8.2 The effect of such an order would be that the Agency would not be

qualified for competing in Open Tender Enquiries or Limited Tender

Enquiries till the period mentioned in the order. 8.3 Past performance of the Agency may be taken into account while

processing approval of the Competent Authority for award of the

contract. 9.0 Show-cause Notice 9.1 In case where the Competent Authority decides that action against an

Agency is called for, a show-cause notice has to be issued to the Agency,

Statement containing the imputation of misconduct or misbehavior may

be appended to the show-cause notice and the Agency should be asked

to submit within 15 days a written statement in its defense. 9.2 If the Agency requests for inspection of any relevant document in

possession of SJVN, necessary facility for inspection of documents may

be provided. 9.3 The Competent Authority may consider and pass an appropriate

speaking order:

a) For exonerating the Agency if the charges are not established;

b) For removing the Agency from the list of approved Suppliers /

Contactors, etc.

c) For banning the business dealing with the Agency. 9.4 If it decides to ban business dealings, the period for which the ban would

be operative may be mentioned. 10.0 Appeal against the Decision of the Competent Authority 10.1 The Agency may file an appeal against the order of the Competent

Authority banning business dealing etc. The appeal shall be filed to

Appellate Authority. Such an appeal shall be preferred within one month

from the date of receipt of the order banning business dealing, etc.

Page 15

Page 49: SJVN LTD.sjvn.nic.in/writereaddata/Portal/Tender/1278_1/1... · including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder

10.2 Appellate Authority would consider the appeal and pass appropriate

order which shall be communicated to the Agency as well as the

Competent Authority. 11.0 Circulation of the names of Agencies with whom Business Dealings

have been banned

i) The concerned unit shall forward the name and details of the

Agency(ies) banned to IT&C Division of Corporate Office for displaying

the same on SJVN website.

ii) Corporate Contracts Department shall also forward the name and

details of the Agency(ies) banned to the Ministry of Power, GoI besides

forwarding the name and details to the contracts/procurement group

of all CPSUs of power sector. ______________

Page 16

Page 50: SJVN LTD.sjvn.nic.in/writereaddata/Portal/Tender/1278_1/1... · including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder

FORM OF DECLARATION OF ELIGIBILITY

UNDERTAKING

I / We, M/s ………………………………..(Name of Bidder) hereby certify that I /

we have not been banned /de-listed/ black listed / debarred from business by

any PSU / Govt. Department during last 03 (three) years on the grounds

mentioned in para 6 of Guidelines on banning of Business dealing, ITB Clause

31.0 of Tender Document.

(Seal & signature of the Bidder)

Page 17

Page 51: SJVN LTD.sjvn.nic.in/writereaddata/Portal/Tender/1278_1/1... · including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder

ANNEXURE

BANK GUARANTEE FOR CONTRACT PERFORMANCE GUARANTEE

(To be stamped in accordance with Stamp Act)

Bank Guarantee No. ………..

Date ………………………...

To

[Owner's Name & Address]

Dear Sirs,

In consideration of the SJVN LTD. (hereinafter referred to as the 'Owner,' which expression

shall unless repugnant to the context or meaning thereof, include its successors,

administrators and assigns) having awarded to M/s. ……….. [Contractor's Name]

……….. with its Registered/Head Office at ……… …………………..……………………

(hereinafter referred to as the 'Contractor', which expression shall unless repugnant to the

context or meaning thereof, include its successors administrators, executors and assigns), a

Contract by issue of Owner's Notification of Award No. …………….. dated ………….. and

the same having been unequivocally accepted by the Contractor, resulting in to a contract

bearing No…………. dated …………. Valued at ……………….. for ……………… and the

Contractor having agreed to provide a Contract Performance Guarantee for the faithful

performance of the entire Contract equivalent to ….. (*) ….. % (………………. percent) of

the said value of the Contract to the Owner.

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 or meaning thereof, include its successors, administrators,

executors and assigns) do hereby guarantee and undertake to pay the Owner, on demand any

and all monies payable by the contractor to the extent of ………... (*) ………. as aforesaid at

any time upto ……………. (@) ………… [days/month/year] without any demur,

reservation, context, recourse or protest and/or without any reference to the Contractor. Any

such demand made by the Owner on the Bank shall be conclusive and binding

notwithstanding any difference between the Owner and the Contractor 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 Owner and

further agrees that the guarantee herein contained shall continue to be enforceable till the

Owner discharges this guarantee.

The Owner 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 Contractor. The Owner 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 Contractor, and to exercise the same at any time in

Page 52: SJVN LTD.sjvn.nic.in/writereaddata/Portal/Tender/1278_1/1... · including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder

any manner, and either to enforce or to forbear to enforce any covenants, contained or

implied, in the Contract between the Owner and the Contractor or any other course or remedy

or security available to the Owner. The Bank shall not be released of its obligations under

these presents by any exercise by the Owner 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 of commission on the part of the Owner or any other indulgence shown by the

Owner or by any other matter or thing whatsoever which under law would, but for this

provision, have the effect of relieving the Bank.

The Bank also agrees that the Owner 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

Contractor and notwithstanding any security or other guarantee that the Owner may have in

relation to the Contractor's liabilities.

Not withstanding anything contained hereinabove our liability under this guarantee is

restricted to …………. (*) ……….. and it shall remain in force up to and including

…………. (@) ……… and shall be extended from time to time for such period (not

exceeding one year), as may be desired by M/s………….. [Contractor's Name] ………... on

whose behalf this guarantee has been given.

Dated this ………………. day of ………….. 2016 ………. at …………………………...

WITNESS

…………………………..… (Signature) ……….…………

(Signature)

……………………………..

(Name) (Name) ………………….….

…………………………….. ………………………………

(Official Address) (Designation with Bank

Stamp)

Attorney as per Power of

Attorney No………………

Dated …………………….

Notes: 1. (*) this sum shall be ten percent (10%) of the Contract Price.

(@) This date will be sixty (60) days beyond the guarantee period as

specified in the Contract.

2. For the Indian Bank, the stamp papers of appropriate value shall be purchased

in the name of Guarantee issuing Bank.

Page 53: SJVN LTD.sjvn.nic.in/writereaddata/Portal/Tender/1278_1/1... · including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder

THE SECOND SCHEDULE TO THE RESERVE BANK OF INDIA ACT, 1934

[Sections 2(e) and 42]

SCHEDULED BANKS

STATE CO-OPERATIVE BANKS

Andhra Pradesh State Co-operative Bank Ltd. Hyderabad

Bihar State Co-operative Bank Ltd., Bihar

Goa State Co-operative Bank Ltd. , Panaji

Gujarat State Co-operative Bank Ltd., Ahmedabad

Haryana State Co-operative Apex Bank Ltd., Chandigarh

Karnataka State Co-operative Apex Bank Ltd., Bangalore

Kerala State Co-operative Bank Ltd., Thiruvananthapuram

Madhya Pradesh Rajya Sahakari Bank Maryadit, Bhopal

Maharashtra State Co-operative Bank Ltd., Mumbai

Orissa State Co-operative Bank Ltd., Bhubaneswar

Pondicherry State Co-operative Bank Ltd. Pondicherry

Punjab State Co-operative Bank Ltd., Chandigarh

Rajasthan State Co-operative Bank Ltd., Jaipur

Tamil Nadu State Apex Co-operative Bank Ltd., Chennai

Uttar Pradesh Co-operative Bank Ltd., Lucknow

West Bengal State Co-operative Bank Ltd., Kolkata

Page 54: SJVN LTD.sjvn.nic.in/writereaddata/Portal/Tender/1278_1/1... · including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder

Urban Co-operative Banks

A P Mahesh Co-operative Urban Bank Ltd., Hyderabad

Abhyudaya Co-operative Bank Ltd., Mumbai

Ahmedabad Mercantile Co-operative Bank Ltd., Ahmedabad

Akola Janata Commercial Co-operative Bank Ltd., Akola

Amanath Co-operative Bank Ltd., Bangalore

Bassein Catholic Co-operative Bank Limited, Vasai

Bharat Co-operative Bank (Mumbai) Ltd., Mumbai

Bharati Sahakari Bank Ltd., Pune

Bombay Mercantile Co-operative Bank Limited, Mumbai

Charminar Co-operative Urban Bank Ltd., Hyderabad

Citizen Credit Co-operative Bank Ltd., Mumbai

Dombivli Nagari Sahakari Bank Ltd., Dombivli

Greater Bombay Co-operative Bank Limited, Mumbai

Indian Mercantile Co-operative Bank Ltd., Lucknow

Jalgaon Janata Sahakari Bank Ltd., Jalgaon

Janakalyan Sahakari Bank Ltd., Mumbai

Janalaxmi Cooperative Bank Ltd., Nashik

Janata Sahakari Bank Ltd., Pune

Kallappanna Awade Ichalkaranji Janata Sahakari Bank Ltd., Ichalkaranji

Kalupur Commercial Co-operative Bank Ltd., Ahmedabad.

Kalyan Janata Sahakari Bank Ltd., Kalyan

Kapol Cooperative Bank Ltd., Mumbai

Karad Urban Co-operative Bank Ltd., Karad

Madhavapura Mercantile Co-operative Bank Ltd., Ahmedabad

Mahanagar Co-operative Bank Ltd., Mumbai

Mapusa Urban Co-operative Bank of Goa Ltd., Mapusa

Mehsana Urban Co-operative Bank Ltd., Mehsana

N K G S B Co-operative Bank Ltd., Mumbai

Nagar Urban Co-operative Bank Ltd., Ahmednagar

Nagpur Nagrik Sahakari Bank Ltd., Nagpur

New India Co-operative Bank Ltd., Mumbai

Nutan Nagrik Sahakari Bank Ltd., Ahmedabad

Parsik Janata Sahakari Bank Ltd., Thane

Pravara Sahakari Bank Ltd., Loni

Punjab & Maharashtra Co-operative Bank Ltd., Mumbai

Rajkot Nagrik Sahakari Bank Ltd., Rajkot

Rupee Co-operative Bank Ltd., Pune

Sangli Urban Co-operative Bank Ltd., Sangli

Saraswat Co-operative Bank Ltd., Mumbai

Sardar Bhiladwala Pardi People's Co-operative Bank Ltd., Killa Pardi

Shikshak Sahakari Bank Ltd., Nagpur

Solapur Janata Sahakari Bank Ltd., Solapur

Surat People's Co-operative Bank Ltd., Surat

Thane Bharat Sahakari Bank Ltd., Thane

Thane Janata Sahakari Bank Ltd., Thane

The Akola Urban Co-operative Bank Ltd., Akola

The Cosmos Co-operative Bank Ltd., Pune

The Goa Urban Co-operative Bank Ltd., Panaji

The Khamgaon Urban Co-operative Bank Ltd., Khamgaon

The Nasik Merchant's Co-operative Bank Ltd., Nasik

The Shamrao Vithal Co-operative Bank Ltd., Mumbai

The Zoroastrian Co-operative Bank Ltd., Mumbai

Vasavi Co-operative Urban Bank Limited, Hyderabad

Page 55: SJVN LTD.sjvn.nic.in/writereaddata/Portal/Tender/1278_1/1... · including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder

SBI AND ASSOCIATES

State Bank of India

State Bank of Bikaner & Jaipur

State Bank of Hyderabad

State Bank of Indore

State Bank of Mysore

State Bank of Patiala

State Bank of Saurashtra

State Bank of Travancore

NATIONALISED BANKS

Allahabad Bank

Andhra Bank

Bank of Baroda

Bank of India

Bank of Maharashtra

Canara Bank

Central Bank of India

Corporation Bank

Dena Bank

Indian Bank

Indian Overseas Bank

Oriental Bank of Commerce

Punjab National Bank

Punjab and Sind Bank

Syndicate Bank

UCO Bank

Union Bank of India

United Bank of India

Vijaya Bank

OTHER PUBLIC SECTOR BANKS

Industrial Development Bank of India Ltd.

PRIVATE SECTOR BANKS

Bank of Rajasthan Ltd.

Catholic Syrian Bank Ltd.

City Union Bank Ltd.

Development Credit Bank Ltd.

Dhanalakshmi Bank Ltd.

Federal Bank Ltd.

HDFC Bank Ltd.

ICICI Bank Ltd.

IndusInd Bank Ltd.

ING Vysya Bank Ltd.

Jammu and Kashmir Bank Ltd.

Karnataka Bank Ltd.

Karur Vysya Bank Ltd.

Kotak Mahindra Bank Ltd.

Lakshmi Vilas Bank Ltd.

Nainital Bank Ltd.

Ratnakar Bank Ltd.

SBI Commercial International Bank Ltd.

South Indian Bank Ltd.

Tamilnad Mercantile Bank Ltd.

Axis Bank Ltd.

Yes Bank Ltd.

Page 56: SJVN LTD.sjvn.nic.in/writereaddata/Portal/Tender/1278_1/1... · including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder

FOREIGN BANKS

ABN Amro Bank N.V.

Abu Dhabi Commercial Bank Ltd.

American Express Banking Corporation

Antwerp Diamond Bank N.V.

Arab Bangladesh Bank

Bank International Indonesia

Bank of America

Bank of Bahrain and Kuwait B.S.C.

Bank of Ceylon

Bank of Nova Scotia

Bank of Tokyo – Mitsubishi Ltd.

Barclays Bank Plc.

BNP Paribas

China Trust Commercial Bank

Shinhan Bank

Citi Bank N.A.

Calyon Bank

Deutsche Bank

DBS Bank Ltd.

The Hongkong and Shanghai Banking Corporation Ltd.

J.P. Morgan Chase Bank N.A.

Krung Thai Bank Public Company Ltd.

Mashreq Bank p.s.c.

Mizuho Corporate Bank Ltd.

Oman International Bank S.A.O.G.

Societe Generale

Sonali Bank

Standard Chartered Bank

State Bank of Mauritius Ltd.

Page 57: SJVN LTD.sjvn.nic.in/writereaddata/Portal/Tender/1278_1/1... · including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder

GRAMIN BANKS

Andhra Pradesh Grameen Vikas Bank, Warangal (Andhra Pradesh)

Andhra Pragathi Grameena Bank, Kadapa (Andhra Pradesh)

Aryavart Gramin Bank, Lucknow (Uttar Pradesh)

Arunachal Pradesh Rural Bank, Naharlagun (Arunachal Pradesh)

Assam Gramin Vikas Bank, Guwahati (Assam)

Baitarani Gramya Bank, Baripada (Orissa)

Ballia Kshetriya Gramin Bank, Ballia (Uttar Pradesh)

Bangiya Gramin Vikash Bank, Berhampore (West Bengal)

Baroda Gujarat Gramin Bank, Bharuch (Gujarat)

Baroda Rajasthan Gramin Bank, Ajmer (Rajasthan)

Baroda Uttar Pradesh Gramin Bank, Rae Bareli (Uttar Pradesh)

Bihar Kshetriya Gramin Bank, Monghyr (Bihar)

Cauvery Kalpatharu Grameena Bank, Mysore (Karnataka)

Chaitanya Godavari Grameena Bank (Andhra Pradesh)

Chhattisgarh Gramin Bank, Raipur (Chhattisgarh)

Chikmagalur-Kodaga Grameena Bank, Chikmagalur (Karnataka)

Deccan Grameena Bank, Dilsukhnagar (Hyderabad)

Dena Gujarat Gramin Bank, Gandhinagar (Gujarat)

Durg-Rajnandgaon Gramin Bank, Rajnandgaon (Chhattisgarh)

Ellaquai Dehati Bank, Srinagar (Jammu and Kashmir)

Etawah Kshetriya Gramin Bank, Etawah (Uttar Pradesh)

Faridkot Bhatinda Kshetriya Gramin Bank, Bhatinda (Punjab)

Gurgaon Gramin Bank, Gurgaon (Haryana)

Hadoti Kshetriya Gramin Bank, Kota (Rajasthan)

Haryana Gramin Bank, Rohtak (Haryana)

Himachal Gramin Bank, Mandi (Himachal Pradesh)

Jaipur Thar Gramin Bank, Jaipur (Rajasthan)

Jammu Rural Bank, Jammu

Jhabua-Dhar Kshetriya Gramin Bank, Jhabua (Madhya Pradesh)

Jharkhand Gramin Bank, Ranchi (Jharkhand)

Kalinga Gramya Bank, Cuttack (Orissa)

Kamraz Rural Bank, Sopore (Jammu and Kashmir)

Karnatka Vikas Gramin Bank, Dharwad (Karnataka)

Kashi Gomti Samyut Gramin Bank, Varanasi (Uttar Pradesh)

Khasi J Bank, Shillong (Meghalaya)

Krishna Grameena Bank, Gulbarga (Karnataka)

Kshetriya Kisan Gramin Bank, Mainpuri (Uttar Pradesh)

Langpi Dehangi Rural Bank, Dhiphu (Assam)

Lucknow Kshetriya Gramin Bank, Sitapur (Uttar Pradesh)

Madhya Bharath Gramin Bank, Sagar (Madhya Pradesh)

Madhya Bihar Gramin Bank, Patna (Bihar)

Mahakaushal Kshetriya Gramin Bank, Jabalpur (Madhya Pradesh)

Maharashtra Godavari Gramin Bank (Maharashtra)

Malwa Gramin Bank, Sangrur (Punjab)

Marwar Ganganagar Bikaner Gramin Bank, Pali (Rajasthan)

Manipur Rural Bank, Imphal (Manipur)

Marathwada Gramin Bank, Nanded (Maharashtra)

Mewar Aanchalik Gramin Bank, Udaipur (Rajasthan)

Mizoram Rural Bank, Aizawl (Mizoram)

Nagaland Rural Bank, Kohima (Nagaland)

Nainital Almora Kshetriya Gramin Bank, Nainital (Uttaranchal)

Narmada Malwa Gramin Bank, Indore (Madhya Pradesh)

Neelachal Gramya Bank (Orissa)

North Malabar Gramin Bank, Kannur (Kerala)

Pallavan Grama Bank, Salem (Tamil Nadu)

Page 58: SJVN LTD.sjvn.nic.in/writereaddata/Portal/Tender/1278_1/1... · including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder

Pandyan Grama Bank, Virudhunagar (Tamil Nadu)

Paschim Banga Gramin Bank, Howrah (West Bengal)

Parvatiya Gramin Bank, Chamba (Himachal Pradesh)

Pragathi Gramin Bank, Bellary (Karnataka)

Prathama Bank, Moradabad (Uttar Pradesh)

Puduvai Bharthiar Grama Bank (Pondicherry)

Punjab Gramin Bank, Kapurthala (Punjab)

Purvanchal Gramin Bank, Gorakhpur (Uttar Pradesh)

Rajasthan Gramin Bank, Alwar (Rajasthan)

Ratnagiri Sindhudurg Gramin Bank, Ratnagiri (Maharashtra)

Rewa-Sidhi Gramin Bank, Rewa (Madhya Pradesh)

Rushikulya Gramya Bank, Berhampur (Orissa)

Samastipur Kshetriya Gramin Bank, Samastipur (Bihar)

Saptagiri Grameena Bank, Chitoor (Andhra Pradesh)

Sarva UP Gramin Bank (Uttar Pradesh)

Satpura Narmada Kshetriya Gramin Bank, Chhindwara (Madhya Pradesh)

Saurashtra Gramin Bank, Rajkot (Gujarat)

Sharda Gramin Bank, Satna (M.P.)

Shreyas Gramin Bank, Aligarh (Uttar Pradesh)

Solapur Gramin Bank, Solapur (Maharashtra)

South Malabar Gramin Bank (Kerala)

Surguja Kshetriya Gramin Bank, Ambikapur (Chhattisgarh)

Tripura Gramin Bank, Agartala (Tripura)

Triveni Kshetriya Gramin Bank, Orai (Uttar Pradesh)

Utkal Gramya Bank, Bolangir (Orissa)

Uttaranchal Gramin Bank, Dehradun (Uttaranchal)

Uttar Banga Kshetriya Gramin Bank, Cooch-Behar (West Bengal)

Uttar Bihar Kshetriya Gramin Bank, Muzaffarpur (Bihar)

Vananchal Gramin Bank, Dhumka (Jharkhand)

Vidharbha Kshetriya Gramin Bank, Akola (Maharashtra)

Vidisha-Bhopal Kshetriya Gramin Bank, Vidisha (Masdhya Pradesh)

Visveshwaraya Grameen Bank, Mandya (Karnataka)

Wainganga Kshetriya Gramin Bank, Chandrapur (Maharashtra)