TENDER DOCUMENT FOR Annual Insurance of Assets for …hpgcl.org.in/docfiles/HPGCL65012.pdf · (An...
Transcript of TENDER DOCUMENT FOR Annual Insurance of Assets for …hpgcl.org.in/docfiles/HPGCL65012.pdf · (An...
Page 1
PANIPAT THERMAL POWER STATION (A Unit of Haryana Power Generation Corporation Limited)
(Regd. Office: C-7, Urja Bhawan, Sector-6, Panchkula) Corporate Identity No. U45207HR1997SGC033517
Website:- www.hpgcl.gov.in (An ISO 9001, 14001 & OHSAS 18001
Certified Company)
TENDER DOCUMENT
FOR
Annual Insurance of Assets for Stage-I & II (Unit-I to IV)
CHIEF ENGINEER/PTPS
PANIPAT THERMAL POWER STATION, HPGCL, PANIPAT
TELEPHONE NO. 0180-2566859 FAX NO. 0180-2566858
July-2017
Page 2
INDEX
Sr. No. Description Page
1 Notice Inviting Tender 3
2 Notice Inviting Tender (e-tender) 4
3 Instructions to bidder on Electronic Tendering System 5-6
4 Instructions to the bidders 7-8
5 General Terms & Conditions of contract 9
6 Scope of work 10
7 List of Assets 11
8 Technical Terms & Conditions 12
9 Statements of Bidders 13
10 Rate Quoting Sheet 14
11 Acceptance Certificate 15
Page 3
Schedule-‘B-1’ (Referred to in regulation 7.1)
ONLINE NOTICE INVITINGTENDER
Tender Enquiry No. Ch-10/TGD/PTPS/MG-122/Vol-X Dated 12.07.2017
Description of Item Renewal of fire & special perils (flood storm, cyclones,
typhoon, tempest, inundation, hurricane, lighting etc).
Insurance policy including RSMD (Riots, strike,
malicious damage) & terrorism. Insurance of
1X117.8MW & 3X110MW units of stage- 1 & 2(Unit-1
to 4) for the period 26.08.2017 to 25.08.2018.
Start date and time of tender uploading 12.07.2017 at 17:00 Hrs
Last date for submission of tender 01.08.2017 at 13:30 Hrs
Technical Opening (Part-I) 01.08.2017 at 15:30 Hrs
Tender Fee (Non –refundable) Rs.1135/-
e-service Fees (Non –refundable) Rs.1000/-
Earnest Money Nil
Instructions to the bidder for e-tender As per Annexure-I
General terms & conditions As per Annexure-II
Scope of work As per Annexure-III
List of assets As per Annexure-IV
Technical Terms & Conditions As per Annexure-V
Statements of Bidders As per Annexure-VI
Price quoting sheet (Part-II) As per Annexure-VII
Acceptance Certificate As per Annexure-VIII
PANIPAT THERMAL POWER STATION A Unit of Haryana Power Generation Corporation Ltd.
(Corporate identity NumberU45207HR1997SGC033517) Assandh Road, Panipat - 132105
e-mail:[email protected] Website:-www.hpgcl.gov.in, CST No.: 3170, TIN No.: 06572603170
Page 4
PANIPAT THERMAL POWER STATION, PANIPAT (A UNIT OF HARYANA POWER GENERATION CORPORATION LTD.)
AN ISO: 9001, ISO: 14001 & OHSAS:18001 CERTIFIED COMPANY email: [email protected]
NOTICE INVITING TENDER (E-TENDER) Chief Engineer/PTPS, HPGCL, Panipat invites tenders in two parts from the reputed, registered
and experienced firms for insurance of assets of unit-1 to 4 (stage- 1 & 2) with the assets value of
Rs. 53.75 Crore for the year 2017-18 Panipat Thermal Power Station, Panipat.:-
NIT No. Description Period of contract
Tender Fee
(Rs.)
(Non –
refundable)
EMD
(Rs.)
e-
service
Fees
(Rs.)
Last date
of
submission
of Bids
online
Ch-
10/TGD/PT
PS/MG-
122/Vol-X
Dated
12.07.2017
Renewal of fire & special perils
(flood storm, cyclones, typhoon,
tempest, inundation, hurricane,
lighting etc). Insurance policy
including RSMD (Riots, strike,
malicious damage) & terrorism.
Insurance of 1 X 117.8MW &
3 X 110 MW units of stage- 1 &
2 unit (1 to 4) for the period
26.08.2017 to 25.08.2018
One Year from 26.08.2017 to 25.08.2018
1135/- Nil 1,000/- 01.08.2017
(13.30
Hours)
Information Regarding Online Payment of Tender Document , eService & EMD Fee.
The Bidders can download the tender documents from the Portal: https://haryanaeprocurement.gov.in.
The Bidders shall have to pay for the Tender documents & e-Service Fee online by using the service of
secure electronic payment gateway. The secure electronic payments gateway is an online interface
between contractors and online payment authorization networks. The Payment for Tender Document
Fee and eService Fee can be made by eligible bidders/ contractors online directly through Debit Cards
& Internet Banking Accounts.
NOTE: If the tenders are cancelled or recalled on any grounds, the tender document fees & e-service
fee will not be refunded to the firm.
The Tenderers can submit their tender documents (Online) as per the dates mentioned in the key
dates:-
Key Dates
No. Department Stage Tenderer’s Stage Start date and
time
Expiry date and
time
2. ------ Downloading of Tender
Documents & Bid Preparation
12.07.2017
17:00 Hours
01.08.2017
13:30 Hours
3.
Technical Opening (Part-I) ---- 01.08.2017
15:30 Hours
---
4. Short listing of Technical bids &
Opening of Financial Bid
Will be intimated to the firms on
their E-mail
XEN/TG-Disposal, For Chief Engineer/ PTPS,
HPGCL, Panipat.
Page 5
PANIPAT THERMAL POWER STATION, PANIPAT (A UNIT OF HARYANA POWER GENERATION CORPORATION LTD.)
AN ISO: 9001, ISO: 14001 & OHSAS:18001 CERTIFIED COMPANY Ph: 2566806, F: 0180-2561573, email: [email protected]
Web: www.hpgcl.gov.in
Instructions to bidder on Electronic Tendering System
NIT No. Ch-10/TGD/PTPS/MG-122/Vol-X Dated 12.07.2017
1. Registration of bidders on e-Procurement Portal:-
All the bidders intending to participate in the tenders processed online are required to get registered on
the centralized e - Procurement Portal i.e. https://haryanaeprocurement.gov.in. Please visit the website
for more details.
2. Obtaining a Digital Certificate:
2.1 The Bids submitted online should be encrypted and signed electronically with a Digital
Certificate to establish the identity of the bidder bidding online. These Digital Certificates are issued by
an Approved Certifying Authority, by the Controller of Certifying Authorities, Government of India.
2.2 A Digital Certificate is issued upon receipt of mandatory identity (i.e. Applicant’s PAN
Card) and Address proofs and verification form duly attested by the Bank Manager / Post Master /
Gazetted Officer. Only upon the receipt of the required documents, a digital certificate can be issued. For
more details please visit the website – https://haryanaeprocurement.gov.in.
2.3 The bidders may obtain Class-II or III digital signature certificate from any Certifying
Authority or Sub-certifying Authority authorized by the Controller of Certifying Authorities or may obtain
information and application format and documents required for the issue of digital certificate from:
M/s Nextenders (India) Pvt. Ltd.
O/o. DS&D Haryana,
SCO – 09, IInd Floor,
Sector – 16,
Panchkula – 134108
E - mail: [email protected]
Help Desk: 1800-180-2097 (Toll Free Number)
2.4 Bid for a particular tender must be submitted online using the digital certificate (Encryption
& Signing), which is used to encrypt the data and sign the hash during the stage of bid preparation &
hash submission. In case, during the process of a particular tender, the user loses his digital certificate
(due to virus attack, hardware problem, operating system or any other problem) he will not be able to
submit the bid online. Hence, the users are advised to keep a backup of the certificate and also keep
the copies at safe place under proper security (for its use in case of emergencies).
2.5 In case of online tendering, if the digital certificate issued to the authorized user of a firm
is used for signing and submitting a bid, it will be considered equivalent to a no-objection
certificate/power of attorney /lawful authorization to that User. The firm has to authorize a specific
individual through an authorization certificate signed by all partners to use the digital certificate as per
Indian Information Technology Act 2000. Unless the certificates are revoked, it will be assumed to
represent adequate authority of the user to bid on behalf of the firm in the department tenders as per
Information Technology Act 2000. The digital signature of this authorized user will be binding on the firm.
2.6 In case of any change in the authorization, it shall be the responsibility of management /
partners of the firm to inform the certifying authority about the change and to obtain the digital signatures
of the new person / user on behalf of the firm / company. The procedure for application of a digital
certificate however will remain the same for the new user.
2.7 The same procedure holds true for the authorized users in a private/Public limited
company. In this case, the authorization certificate will have to be signed by the directors of the
company.
3 Opening of an Electronic Payment Account:
Tender document can be downloaded online. Bidders are required to pay the tender documents
fees online using the electronic payments gateway service. For online payments guidelines, please refer
to the Home page of the e-tendering Portal http://haryanaeprocurement.gov.in.
Page 6
4 Pre-requisites for online bidding:
In order to bid online on the portal http://haryanaeprocurement.gov.in , the user machine must be
updated with the latest Java. The link for downloading latest java applet is available on the Home page of
the e-tendering Portal.
5 Online Viewing of Detailed Notice Inviting Tenders:
The bidders can view the detailed N.I.T and the time schedule (Key Dates) for all the tenders
floated through the single portal e Procurement system on the Home Page at
http://haryanaeprocurement.gov.in.
6 Download of Tender Documents:
The tender documents can be downloaded free of cost from the e-Procurement portal
http://haryanaeprocurement.gov.in.
7 Key Dates: The bidders are strictly advised to follow dates and times as indicated in the online
Notice Inviting Tenders. The date and time shall be binding on all bidders. All online activities are time
tracked and the system enforces time locks that ensure that no activity or transaction can take place
outside the start and end dates and the time of the stage as defined in the online Notice Inviting Tenders.
8 Bid Preparation (Technical & Financial) Online Payment of Tender Document Fee,
eService fee, EMD fees and Submission of Bid Seal of online Bids:
8.1 The online payment for Tender document fee, eService Fee can be done using the secure
electronic payment gateway. The Payment for Tender Document Fee and eService Fee can be made by
eligible bidders/ contractors online directly through Debit Cards & Internet Banking Accounts. .
The secure electronic payments gateway is an online interface between contractors and
Debit card / online payment authorization networks.
8.2 a) The bidders shall upload their technical offer containing documents, qualifying
criteria, technical specification and all other terms and conditions except the rates (price bid).
b) The bidders shall quote the prices in price bid format.
8.3 Submission of bids will be completed by submission of the digitally signed & sealed bid
as stated in the time schedule (Key Dates) of the Tender.
9 Tender Closing:
After the submission of bid by the bidders, the bidding round will be closed. Once the online tender is
closed, no new Vendor can bid in the tender.
NOTE:-
(A) If bidder fails to complete the Online Bid Submission stage on the stipulated date and
time, his/hers bid will be considered as bid not submitted, and hence not appear during tender
opening stage.
(B) From the starting date of Tender downloading to final date of submission of bid, the
bidder can rework on his bid number of times he wants. If bidder submits the revised bid
including price bid, original bid will automatically deleted and this revised bid will become
original bid. No revised bid will be submitted after Part-I (Technical Bid) is opened.
(C) Complete bid will only be submitted after realization of tender document’s fee.
(D) Bidders participating in online tenders shall check the validity of his/her Digital Signature
Certificate before participating in the online Tenders at the portal
http://haryanaeprocurement.gov.in.
(E) For help manual please refer to the ‘Home Page’ of the e-Procurement website at
https://haryanaeprocurement.gov.in, and click on the available link ‘How to..?’ to download the
file. 1. M/
XEN/TG-Disposal
For Chief Engineer, PTPS,
HPGCL, Panipat
Page 7
PANIPAT THERMAL POWER STATION, PANIPAT (A UNIT OF HARYANA POWER GENERATION CORPORATION LTD.)
AN ISO: 9001, ISO: 14001 & OHSAS:18001 CERTIFIED COMPANY Ph: 2566806, F: 0180-2561573, email: [email protected] Web:
www.hpgcl.gov.in
INSTRUCTIONS TO THE BIDDERS
Annexure –I NIT No. Ch-10/TGD/PTPS/MG-122/Vol-X Dated 12.07.2017
1. Pre Qualifying Requirements (PQRs) / Eligibility Conditions for the tenderers
The tender of only those bidders who produced documentary proofs duly attested by the public Notary to meet the following requirements will only be considered.
a) The firm should be approved by Insurance Regulatory And Development Authority (IRDA) b) The firms should have experience for insurance of assets of Thermal Plant/Refineries like IOC etc. or
other Government Departments / Central Govt. / State Govt. for last two years.
Note:- The firm should fill statement of bidders as per Annexure-VI of General Terms & Conditions and submit authentic supporting documents for proving its credential. Original documents may be asked for verification at the time of finalizing the tender. A certificate to the effect that the tenderer is not black listed from any State Electricity Board/ State or Central Public Sector undertaking. Decision of the HPGCL regarding fulfillment of pre qualification requirement shall be final and binding upon the bidders.
2. Disqualification of the Bidder:- i) Even though the bidders meet the above Qualifying Criteria they are subject to be disqualified, if
they have made misleading or false representations in the forms, statements and attachments submitted in the proof of the qualification requirements.
ii) The Bidders shall supply partnership deed in case of partnership firm / Memorandum of Association and Article of Association in case of a company. iii) Not withstanding anything stated above Haryana Power Generation Corporation Ltd. reserves the right to assess the tenderer’s capacity to perform the contract should the circumstances warrant such assessment in the overall interest of the Haryana Power Generation Corporation Ltd. In this regard the decision of corporation will be final.
3. Conditions of the contract and other information can be had from the office of XEN/TG-Disposal, PTPS-I, HPGCL, Panipat(Email ID: [email protected])on any working day prior to last date of Downloading of Tender Documents & Bid Preparation.
4. The Tender Document can also be seen on HPGCL website www.hpgcl.gov.in. 5. Before submitting tenders the instructions may be read carefully regarding submission of tender. If
any bidder finds discrepancies or omissions in the tender documents or is in doubt as to the true meaning of any part, he shall clarify same from tender issuing office in writing before the due date and time of submission of the bid.
6. The tenderer shall only be submitted on the centralized e-Procurement Portal i.e. https://haryanaeprocurement.gov.in
7. The tenderers will quote their rates strictly as per details of price quoting sheet.
8. Tenders through Fax / E-mail / telegraphic tenders shall not be considered. Incomplete, obscure or irregular tender is liable for rejection. If the tenderer deliberately gives wrong information in his tender, HPGCL reserves the right to reject such tender at any stage.
9. All tenders received against open tender enquiry irrespective of whether they are from the approved Firms on the registered list or others, shall be considered, provided they are on the prescribed e-tendering process mentioned above.
10. The validity of the tender/ quotation should be at least for 180 days from the date of opening of price bid.
11. The rate negotiations could be held up to L3 bidder, if the difference between the L1 quoted rates and those quoted by L2 and L3 is within 5% of the L1 quoted rates. In case where the L1 bidder refuses to further reduce his offered price and the L2 or L3 bidders come forward to offer a price which is better than the price offered by L1 bidder, the bidder whose price is accepted becomes L1 bidder. However, in such a situation, the original L1 bidder shall be given one more opportunity to match the discounted price. In case of acceptance, he would be treated as L1 bidder.
12. No deviation from the terms & conditions of tender shall be accepted. Once bidder submits the tender online, it is presumed that all the terms & conditions are accepted including payment terms.
13. Insurance company can quote through branch offices, but only lowest one shall be considered.
14. The bidders / suppliers / contractors shall observe the highest standard of ethics during the submission of tender, procurement and execution of the contract. In case of evidence of cartel formation by the bidder(s), EMD is liable to be forfeited.
Page 8
15. The bidder shall bear all costs associated with the preparation and submission of his bid, and the purchaser will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.
16. Opening of Tender:- The tenders will be opened in the office of XEN/TG-Disposal, PTPS-I, HPGCL, Panipat in the
presence of authorized representative of the tenderers, if they so desire, at the time and date set for opening of tenders or in case any extension was given thereof on the extended tender opening date and time. Tenderer’s authorized representatives (up to two persons) may attend the opening.
a. The Price Bid (Part-II of the tender) shall be opened after Part-I of the tenders have been scrutinized and evaluated. The tenderers, who are Part I have been approved, will be allowed to participate in opening of Price Bid (Part-II). The due date and time for opening of Price Bid (Part-II) shall be informed later on.
17. Chief Engineer, PTPS-I, HPGCL, Panipat reserves the right to amend/ cancel the NIT or to change qualifying requirement or to reject any or all the tenders so received without assigning any reason.
18. All the fields of Price bid shall be filled by the bidder.
XEN/TG-Disposal, For Chief Engineer/PTPS
HPGCL, Panipat
Page 9
Annexure-II NIT No. Ch-10/TGD/PTPS/MG-122/Vol-X Dated 12.07.2017
GENERAL TERMS AND CONDITIONS OF CONTRACT
1. CONTRACT AGREEMENT:
The successful bidder shall sign a memorandum of undertaking with HPGCL.
2. RATE/CONTRACT PRICE: Rate shall be quoted by the bidder, strictly as per rate quoting sheet and the agreed contract price shall remain firm during the currency of the contract. Any statutory taxes/levies, if to be charged extra, should be clearly indicated by tenderer in their offer separately, failing which it will be presumed that the quoted prices are inclusive of all such statutory taxes/levies.
3. PAYMENT TERMS: 100% payment will be allowed after issuing Performa invoice /cover note of insurance policy.
4. MODE OF PAYMENT:
Payment shall be released by the Sr. Accounts Officer/Accounts Officer, PTPS-I, HPGCL, Panipat through RTGS/NEFT. For payment through RTGS/NEFT, the contractor will intimate the complete bank details viz. Name of Bank/Branch, Account Number, Type of Account, IFSC Code etc, to Sr. Accounts Officer/Accounts Officer PTPS-I, HPGCL, Panipat.
5. PERIOD OF THE CONTRACT: i. The period of contract shall be for One (01) year. ii. The contract can be short closed with a prior notice of one month. In that case, refund will be given
to HPCGL by the insurance firm on pro-rata basis for the remaining period of the contract.
6. ARBITRATION: In case of any dispute arising between the parties in respect of any clause of this contract of the right/ liability of the firm to the contract shall be referred to the arbitration of the CE/PTPS, Panipat or any other officer appointed by CE/PTPS, Panipat on his behalf. The award given by such arbitration shall be conclusive and binding on both the parties.
7. COURT JURISDICTION: Contract shall be governed by the Law of India for the time in-force and shall be subject to the Jurisdiction of the Court at Panipat.
XEN/TG-Disposal
For Chief Engineer/PTPS HPGCL, Panipat
Page 10
Annexure-III
NIT No. Ch-10/TGD/PTPS/MG-122/Vol-X Dated 12.07.2017
SCOPE OF INSURANCE COVER:
Panipat Thermal Power Station, owned by HPGCL, is located at Panipat. The generation
capacity of this unit 1x117.8 MW & 3X110 MW. The Insurance Policy should be valid for 12 Months for a
period from 26.08.17 to 25.08.18. The assets are in the name of HPGCL. The total assets value to be
insured is Rs 53.75 Crore..
1. The Asset value of the above mentioned Power Plant is mentioned in the Bid format at Annexure- IV.
2. All the units (i.e. Unit-I to 4) are under permanently shut down condition and are going to be disposed of in near future.
3. The scope of Insurance cover required includes Insurance Coverage as per Standard Fire & Special Perils Policy (Lighting, Explosion / Implosion, Aircraft damage,Storm,cyclone,Typhoon,tempest,hurricane,tornado,Flood,inundation,impact,Land slide or any other perils ) as per IRDA approved policy wording and relevant clauses.
4. While quoting the rates, standard deductibles as provided, in accordance with the policy terms and conditions, shall be considered by the Tenderers and the same may clearly be specified.
5. Terrorism should be included.
XEN/TG-Disposal For Chief Engineer/PTPS
HPGCL, Panipat
Page 11
ANNEXURE- IV
NIT No. Ch-10/TGD/PTPS/MG-122/Vol-X Dated 12.07.2017
Details of assets to be insured w.e.f. 26 Aug.2017 to 25 Aug. 2018 of Unit-1x117.8 M.W and 3x110
M.W stage-1 &II year 2017-18.
Sr
No.
Description Rs. Million
Unit-I
Rs. Million
Unit-2
Rs. Million
Unit-3
Rs. Million
Unit-4
1. Boiler Plant and equipments. 188.9414 204.0969 9.8813 9.8813
2. Furnace/ Burners 1.0364 10.6828 2.3236 2.3236
3. Turbine Generator- steam/ Power Generation 1.8258 3.1681 10.6521 11.1905
4. Plant Foundations for steam Power Plant 0.2621 0.2621 0.0209 0.0209
5. Auxiliaries in steam Power Plant ----- ------ 4.4573 4.4573
6. Coal Handling Plant & Equipments 1.0696 0.9842 0.0089 0.0089
7. Oil storage tanks , oil handling plant and
equipments
------ ------ 1.3034 1.3034
8. Transmission Plant Transformers having
rating of 1MVA & above
0.3004 2.5206 0.0434 8.1729
9. Other transmission Plant transformers
kiosks, sub station, equipments and other
fixed apparatus
0.4772 0.3344 3.8889 1.5398
10. Material handling equipments- crane 2.6128 0.2637 0.0001 0.0019
11. Material handling equipments others ------ ------- 0.0019 0.0019
12. Switch gears including cable connection 2.0536 2.0536 9.8659 9.8291
13. Batteries including charging equipments ------- ---- ------- 0.0002
14. Communication equipment radio and high
frequency carrier system
0.0248 0.0248 0.0242 0.0242
15. Communication equipment telephones lines
and telephone
------ -------- 0.0020 0.1528
16. Metering equipments under repair ------ -------- 0.0024 0.0024
17. Environment and Pollution control
equipments.
------- -------- 0.0017 1.9141
18. Other Misc. equipments 1.2203 16.8988 0.6975 1.3631
19. Line cable net work etc. --- -----
20. Refrigerators & water coolers 0.0176 0.0002 0.0002 0.0002
21. Meter Testing Labs. Tool & Equipments 0.0001 0.0001
22. Loco Motives and wagons 0.2069 0.2069
23. Lightning arresters station type 0.0169 0.0169
24. Other Transformers ------ ------- 0.1602 0.1660
Value of assets (Unit-wise) 200.0666 241.6658 43.3341 52.3511
Total Value = 200.0666 + 241.6658 + 43.3341 + 52.3511 = Rs. 537.4176 Million Say Rs. 53.75 Crore
Page 12
Annexure-V NIT No. Ch-10/TGD/PTPS/MG-122/Vol-X Dated 12.07.2017
TECHNICAL TERMS & CONDITIONS
1. The officer inviting tenders reserves the right to modify the tender as a whole or in parts without
assigning any reason and will not be responsible and not pay for any expenses or losses that may
be incurred by the tenderer in the preparation of the tender.
2. Any statutory taxes/levies, if to be charged extra, should be clearly indicated by tenderer in their offer
separately, failing which it will be presumed that their quoted prices are inclusive of all such statutory
taxes/levies.
3. No extra payment except the premium shall be paid by HPGCL, any other expense incurred by the
tenderers while submitting the tender shall be borne by tenderers.
4. The bidders should be registered with the insurance regulatory and development authority.
5. The company successful in bidding shall have to settle all claim cases within three months or earlier
from the date of information given to them.
6. Bidder must fill up duly all the schedules and furnish all the required information as per the
instructions given in various sections of the tender specification.
7. The bid shall contain details of premium rates and premium amount duly filled in the required format
(annexure attached) and any other information/document which has been specifically asked to be
furnished. It is to be noted that the bid shall contain only the amount and no conditions whatsoever.
Any conditions given in this part shall not be considered and may render the offer liable for rejection.
8. The tenderers should quote the rates for each item in the prescribed Performa. The amount for every
item should be worked out and entered. The tendered amount for the work shall also be entered in
the bid, both in figures and in words. In case there is any difference in the premium rates and the
amount of premium, the net premium amount would prevail and would be considered for evaluation.
9. Although all details presented in this tender document have been compiled with all reasonable care,
it is the tenderer’s responsibility to ensure that the information provided in the bid is adequate and
clearly understood.
10. Tenderer’s quotation is the responsibility of the tenderer and no relief or consideration shall be given
for errors and omissions.
XEN/TG-Disposal For Chief Engineer/PTPS
HPGCL, Panipat
Page 13
Annexure-VI
NIT No. Ch-10/TGD/PTPS/MG-122/Vol-X Dated 12.07.2017
STATEMENTS OF BIDDERS
1. Name of Bidder _______________________________ 2. Address of Head Office _______________________________ 3. Correspondence Address _______________________________
_______________________________ 4. Legal status 5. PAN & TIN Number of the Bidder (attached self attested photocopies)
PAN ______________________ TIN ________________________ CST No. _________________________.
6. Bank Details (attached signed cancelled cheque) i) Bank Name & Address ii) Bank Account Number iii) Bank Branch Code iv) IFSC Code of Branch v) Nature of account (current/saving/OD/CC)
7. Main lines of Business i. ____________________________ since______________ ii. ____________________________ since______________
iii. ____________________________ since______________ 8. Annual Turnover of past three year
i. ____________________________ ii. ____________________________
iii. ____________________________ 9. Past Experience:-
Name of Organization Period Reference of Contract
Order Value contract wise
10. Any other information
Signature & Stamp of Bidder
Page 14
ANNEXURE-VII
PRICE QUOTING SHEET
Rate quoting sheet against NIT No. Ch-10/TGD/PTPS/MG-122/Vol-X Dated 12.07.2017 due on
01.08.2017 for Standard Fire & Special Perils (Lightening, explosion/implosion, aircraft damage, storm,
cyclone, typhoon, tempest, hurricane, tornado, Flood, inundation, impact, land slide or any other perils
covered as per standard wording of IRDA) insurance policy including RSMD (Riot, strike, malicious,
design) & terrorism of 1 X 117.8MW & 3 X 110 MW units of stage- 1 & 2 unit (1 to 4) for the period
26.08.2017 to 25.08.2018 for one year.
The total assets value to be insured is Rs 53.75 Crore..
1 Rate of premium Rs.
2 FEA discounts Rs.
3 Low claim discounts Rs.
4 No claim discounts Rs.
5 Special discounts Rs.
6 Any other discounts Rs.
7 TOTAL DISCOUNT (All inclusive) Rs.
8 Net Premium Rs.
9 Terrorism Premium Rs.
10 TOTAL PREMIUM Rs.
11 All type of taxes Rs.
12 Total payable premium Rs.
(Authorized signatory with seal & stamp)
Page 15
ANNEXURE-VIII
Acceptance Certificate I __________________________________ Designation ___________________________
of (Name of the Company) ___________________________________________________
_________________________________________________________________________
hereby accept the terms and conditions given on page No. 1 to 14 of the tender document of
NIT No. Ch-10/TGD/PTPS/MG-122/Vol-X Dated 12.07.2017
For M/s _____________________________