Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4...

64
1 NHDC Ltd. (A Joint venture of NHPC Ltd. & Govt. of M.P.) Tender Document For Supply of Electrical Items for Omkareshwar Power Station. Omkareshwar Power Station (520 MW)

Transcript of Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4...

Page 1: Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4 Technical Specification 1 7 7 7 Section - 5 Tender Forms and Schedules TF&S-0 TF&S-12

1

NHDC Ltd. (A Joint venture of NHPC Ltd. & Govt. of M.P.)

Tender Document

For

Supply of Electrical Items for Omkareshwar Power Station.

Omkareshwar Power Station (520 MW)

Page 2: Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4 Technical Specification 1 7 7 7 Section - 5 Tender Forms and Schedules TF&S-0 TF&S-12

2

Prosperity by Hydel Power

TENDER FORM

NAME OF WORK Supply of Electrical Items for Omkareshwar Power Station.

Estimated Cost Rs. 20.98 Lakh

Earnest Money Rs. 42,000/- EMD to be deposited in the shape of Demand Draft.

Place of Receiving of Tender

Office of Manager (P&C) Omkareshwar Power Station, Administrative Block, “URJA VIHAR”, Siddhwarkut Distt – Khandwa, 450 554 (MP)

No. & Date of Issue of Tender Document.

NHDC

Date

Name of the Agency to whom issued

Manager (P&C) Omkareshwar Power Station,

Siddhwarkut.

Page 3: Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4 Technical Specification 1 7 7 7 Section - 5 Tender Forms and Schedules TF&S-0 TF&S-12

3

INDEX

SL. No. Description

Page No. Total Pages From To

1 Front Cover 1 2 2

2 Index of Tender Document 3 3 1

3 Section - 1 NIT NIT 0 NIT4 5

4 Section - 2 Instructions to Bidder ITB 0 ITB 11 12

5 Section - 3 Terms & Conditions of Contract TCC 0 TCC 5 6

6 Section - 4 Technical Specification 1 7 7

7 Section - 5 Tender Forms and Schedules

TF&S-0 TF&S-12 13

8 Schedule –A (BOQ) 1 18 18

Total Pages of Tender Document 64

Page 4: Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4 Technical Specification 1 7 7 7 Section - 5 Tender Forms and Schedules TF&S-0 TF&S-12

NIT0

,u ,p Mh lh fyfeVsM ¼,u,pihlh fyfeVsM ,oa e/;çns'k 'kklu dk la;qDr m|e½

vkbZ-,l-vks- 9001&2000 çekf.kr dEiuh

NHDC Limited (A Joint Venture of NHPC Limited & Govt. of M.P.)

ISO 9001-2000 Certified Company

vksadkjs'oj ikoj LVs’ku ¼520 esxkokV½] ^ÅtkZ fogkj*] fl)ojdwV] ftyk [k.Mok & 450554 ¼e-ç-½ nwjHkk"k % 07280&271723 QSDl % 07280&271703

NHDC LIMITED (A Joint venture of NHPC Limited & Govt. of M.P.)

SECTION - 1

NOTICE INVITING TENDER

OMKARESHWAR POWER STATION

Page 5: Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4 Technical Specification 1 7 7 7 Section - 5 Tender Forms and Schedules TF&S-0 TF&S-12

NIT1

,u ,p Mh lh fyfeVsM ¼,u,pihlh fyfeVsM ,oa e/;çns'k 'kklu dk la;qDr m|e½

vkbZ-,l-vks- 9001&2000 çekf.kr dEiuh

NHDC Limited (A Joint Venture of NHPC Limited & Govt. of M.P.)

ISO 9001-2000 Certified Company

vksadkjs'oj ikoj LVs’ku ¼520 esxkokV½] ^ÅtkZ fogkj*] fl)ojdwV] ftyk [k.Mok & 450554 ¼e-ç-½ nwjHkk"k % 07280&271723 QSDl % 07280&271703

,u,pMhlh 3 Lkh 5 7 1 14 2 1 4 1 fnukad 25@09@2014

fufonk vkea=.k lwpuk

,u,pMhlh fyfeVsM dh vksj ls fuEu dk;Z ds fy, Vw&doj flLVe ds varxZr izfrf"Br QeksZ ls vkuykbu fufonk;sa vkeaf=r dh tkrh gS

Supply of Electrical Items for Omkareshwar Power Station. dk;Z dk foLr`r fooj.k fufonk nLrkost esa fn;k x;k gS ,oa ,u,pMhlh dh osclkbV

www.nhdcindia.com rFkk dsUnzh; yksd izki.k ¼lhihih½ ds iksVZy www.eprocure.gov.in/eprocure/app ls Mkmu yksM fd;k tk ldrk gS vkSj fufonk nLrkost dks fufonk dh vafre frfFk o le; rd dsoy vkWuykbu www.eprocure.gov.in/ eprocure/app osclkbV ij izLrqr fd;k tkuk gSA izR;{k fufonk nLrkost dh fcØh miyC/k ugha gSA

1-0 fufonk dk laf{kIr fooj.k

Ø- la- en fooj.k 1 dk;Z dh vuqekfur ykxr yxHkx :- 20-98 yk[k2 /kjksgj jkf'k :- 42]000@& ¼:- c;kyhl gtkj ek=½ 3 dk;Z lekfIr dh vof/k 60 ¼lkB½ fnu4 fufonk izi= dk ewY; ¼ukWu

fjQ.Mscy½ :- 500@& ¼:- ikap lkS ek=½

5 fufonk vkea=.k izkf/kdkjh eq[; vfHk;ark ¼lh- ,.M ih½] vksadkjs’oj ikWoj LVs’ku] fl)ojdwV Qksu uacj 07280&271716

fufonk 'kqYd ,oa /kjksgj jkf’k dh ewy izfr vFkok ,u,lvkbzZlh jftLVªs’ku izek.k i= ¼lR;kfir izfr½ fufonk vkea=.k izkf/kdkjh ds ikl fufonk tek djus dh vof/k rd igqWp tkuk pkfg, vU;Fkk fufonk vLohdkj ;ksX; ekuh tk,xhA Mkd@dksfj;j }kjk fufonk 'kqYd ,oa /kjksgj jkf’k Hkstus ij blds [kksus ;k fcyac ds fy, ,u,pMhlh dh fdlh Hkh fLFkfr esa tokonkjh ugha gksxhA

2-0 fufonk dh izeq[k rkjh[ksa

Øe la[;k

fooj.k rkjh[k o le;

1 izdk'ku dh rkjh[k o le; 27-09-2014 lqcg 10-00 cts 2 fcØh@ dkxtkr Mkmu yksM dh rkjh[k o le; 27-09-2014 lqcg 10-00 cts 3 fcØh@dkxtkr Mkmu yksM ds lekfIr rkjh[k o le; 27-10-2014 nksigj 4-00 cts 4 Li’Vhdj.k izkjaHk rkjh[k o le; 27-09-2014 lqcg 11-00 cts 5 Li’Vhdj.k lekfIr dh rkjh[k o le; 18-10-2014 lka; 5-30 cts 6 fcM izLrqr djus dh izkjaHk rkjh[k o le; 27-09-2014 lqcg 11-00 cts 7 fcM izLrqr djus dh lekfIr rkjh[k o le; 27-10-2014 lka; 5-30 cts 8 fcM [kksyus dh rkjh[k o le; 28-10-2014 nksigj 4-00 cts

3-0 ik=rk vko';drk %

i) fufonkdkj ds ikl 31 ekpZ 2014 dks lekIr gksus okys fiNys rhu fofRr; o"kZ ds nkSjku vkSlr okf"kZd dkjksckj :i;s 6-29 yk[k ls vf/kd dk gksuk pkfg,A

ii) fufonkdkj dks foxr nks o"kksZa ¼fufonk vkea=.k ds fiNys ekg dh vafre frFkh rd½ ds nkSjku] fdlh Hkh ,d o"kZ esa] fdlh Hkh ljdkjh foHkkx@m?ke ;k izfr"Bhr futh daiuh ls leku lkexzh ds vkiwfrZ vkns’k] ftudh lap;h ¼dqy½ /kujkf’k fufonk ds vuqekfur ykxr dh de ls de 60 izfr’kr (12-59 yk[k) gks] izkIr gksus pkfg,A ¼vkiwfrZ vkns’kksa dh Nk;k çfr lkFk esa layXu djsa½ ^^lekUk vkiwrhZ** ls vk'k; “Supply of Electrical items”

Page 6: Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4 Technical Specification 1 7 7 7 Section - 5 Tender Forms and Schedules TF&S-0 TF&S-12

NIT2

,u ,p Mh lh fyfeVsM ¼,u,pihlh fyfeVsM ,oa e/;çns'k 'kklu dk la;qDr m|e½

vkbZ-,l-vks- 9001&2000 çekf.kr dEiuh

NHDC Limited (A Joint Venture of NHPC Limited & Govt. of M.P.)

ISO 9001-2000 Certified Company

vksadkjs'oj ikoj LVs’ku ¼520 esxkokV½] ^ÅtkZ fogkj*] fl)ojdwV] ftyk [k.Mok & 450554 ¼e-ç-½ nwjHkk"k % 07280&271723 QSDl % 07280&271703

iii) fufonkdkj ds ikl isu uacj rFkk Vhu@lsy VsDl jftLVªs’ku izek.k i= gksuk pkfg,A 4-0 fooj.k@vkWuykbu VsaMfjax laca/kh lwpuk ;Fkk lhihih iksVZy ij iathdj.k fcM dh rS;kjh] fcM dk

izLrqr djuk bR;knh tkudkjh Vs.Mj nLrkost esa miyC/k gSA ,u,pMhlh dks fdlh Hkh fufonk ;k lHkh fufonkvksa dks vLohd`r djus dk vf/kdkjh gS vkSj ,sls vLohd`r fufonkvksa ds dkj.k crkus gsrq ck/;dkjh ugha gksxkA

,u,pMhlh ds fy,

izca/kd ¼lh-,.M ih-½

çfrfyfi% lwpukFkZ %

1- egkizca/kd ¼ekuo lalk/ku½] ,u,pMhlh fyfe-] HkksikyA 2- eq[; vfHk;ark ¼flfoy½] ,u,pMhlh fyfe-] vksadkjs’oj ikoj LVs’ku] fl)ojdwVA 3- eq[; vfHk;ark ¼fo|qr½] ,u,pMhlh fyfe-] vksadkjs’oj ikoj LVs’ku] fl)ojdwVA 4- çca/kd ¼fo|qr½ dkyksuh] ,u,pMhlh fyfe-] vksadkjs’oj ikoj LVs’ku] fl)ojdwVA 5- izca/kd ¼foRr½] ,u,pMhlh fyfe-] vksadkjs’oj ikoj LVs’ku] fl)ojdwVA 6- ifj;kstuk lrdZrk vf/kdkjh] ,u,pMhlh fyfe-] vksadkjs’oj ikoj LVs’ku] fl)ojdwVA 7- dk;Zikyd lfpo }kjk egkizca/kd egksn;] ,u,pMhlh fyfe-] vksadkjs’oj ikoj LVs’ku] fl)ojdwVA

lwpuk iVy ij yxokus gsrq % 1- egkizca/kd] ,u,pMhlh fyfe-] vkj ,.M vkj] [kaMOkkA 3- egkizca/kd] ,u,pMhlh fyfe-] bafnjk lkxj ikoj LVs’ku] ueZnk uxjA 3- eq[; vfHk;ark ¼ih-,e-,.Mlh-½],u,pMhlh fyfe-] HkksikyA 4- ofj-izca/kd ¼flfoy½] ,u,pMhlh fyfe-] lEidZ dk;kZy;] bUnkSjA 5- ftyk/kh’k egksn;] flfoy ykbZu] [k.M+ok&450 001 ¼e-iz-½A 6- dfe’uj uxj fuxe] uxj fuxe Ldos;j] VkÅu gkWy] [k.M+ok&450

001A 7- eq[; vfHk;ark] ueZnk ?kkVh fodkl çk/khdj.k] lukonA 8- dk;Zikyu ;a=h] yksd fuekZ.k foHkkx] yksd fuekZ.k foHkkx dkyksuh]

flfoy ykbZu] [k.M+ok&450 001 ¼e-iz-½A 9- vuqfoHkkxh; vf/kdkjh] yksd fuekZ.k foHkkx] LVs’ku jksM+]

cM+okgA 10- lwpuk iVy] ,u,pMhlh fyfe-] vksadkjs’oj ikoj LVs’ku] fl)ojdwVA

Page 7: Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4 Technical Specification 1 7 7 7 Section - 5 Tender Forms and Schedules TF&S-0 TF&S-12

NIT3

,u ,p Mh lh fyfeVsM ¼,u,pihlh fyfeVsM ,oa e/;çns'k 'kklu dk la;qDr m|e½

vkbZ-,l-vks- 9001&2000 çekf.kr dEiuh

NHDC Limited (A Joint Venture of NHPC Limited & Govt. of M.P.)

ISO 9001-2000 Certified Company

vksadkjs'oj ikoj LVs’ku ¼520 esxkokV½] ^ÅtkZ fogkj*] fl)ojdwV] ftyk [k.Mok & 450554 ¼e-ç-½ nwjHkk"k % 07280&271723 QSDl % 07280&271703

NHDC 3 C 5 7 1 14 2 1 4 1 fnukad 25@09@2014

NOTICE INVITING TENDER

Online bids under Two-Cover system are invited on behalf of NHDC Ltd. from reputed firms for following works. Supply of Electrical Items for Omkareshwar Power Station.

The details of work are available in the tender document which can be downloaded from website www.nhdcindia.com and Central Public Procurement (CPP) Portal www.eprocure.gov.in/eprocure/app and the bid is to be submitted online only on www.eprocure.gov.in/eprocure/app upto last date and time of submission of tender. Sale of physical tender document is not applicable. 1.0 Brief Details of Tender:

S. No. Item Description (i)

Estimated cost of the Work Approx. Rs. 20.98 Lacs (ii) EMD (Bid security) Rs. 42,000/- (Rupees Forty Two Thousand only) (iii) Completion period 60 (sixty) Days (iv) Tender document fees (Non-

Refundable) Rs. 500/- (Rupees Five Hundred)

(v) Tender Inviting Authority Chief Engineer (C&P), NHDC Ltd., Omkareshwar Power Station, Siddhwarkut Phone/Fax No. 07280-271716

Note: Tender Fee and EMD (in original) or NSIC Certificate (attested copy) should be submitted to the Tender Inviting Authority on or before the last date & time of bid submission failing which the tender will be summarily rejected. NHDC shall not be responsible for any delay or loss,due to Postal/Courier Services.

2.0 Critical Dates of Tender:

S. No. Particulars Date & Time

(i) Publish Date & Time 27.09.2014 : 10.00 AM

(ii) Sale/ Document Download Start Date & Time 27.09.2014: 10.00 AM

(iii) Sale/ Document Download End Date & Time 27.10.2014: 4.00 PM

(iv) Clarification Start Date & Time 27.09.2014: 11.00 AM

(v) Clarification End Date & Time 18.10.2014: 5.30 PM

(vi) Bid Submission Start Date & Time 27.09.2014: 11.00 AM

(vii) Bid Submission End Date & Time 27.10.2014: 5.30 PM

(viii) Bid Opening Date & Time 28.10.2014: 4.00 PM

Page 8: Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4 Technical Specification 1 7 7 7 Section - 5 Tender Forms and Schedules TF&S-0 TF&S-12

NIT4

,u ,p Mh lh fyfeVsM ¼,u,pihlh fyfeVsM ,oa e/;çns'k 'kklu dk la;qDr m|e½

vkbZ-,l-vks- 9001&2000 çekf.kr dEiuh

NHDC Limited (A Joint Venture of NHPC Limited & Govt. of M.P.)

ISO 9001-2000 Certified Company

vksadkjs'oj ikoj LVs’ku ¼520 esxkokV½] ^ÅtkZ fogkj*] fl)ojdwV] ftyk [k.Mok & 450554 ¼e-ç-½ nwjHkk"k % 07280&271723 QSDl % 07280&271703

3.0 Qualifying Requirement: A. Bidder must have average annual turnover during last three financial years ending 31st

March ‘2014 more than Rs. 6.29 Lacs. Documentary evidence such as Balance Sheets / Profit & Loss account for last three years or Certificate from Charted Accounted account in respect of annual turnover for the last 3 (Three) years ending 31st March’ 2014.

B. The bidder must have received supply orders for supply of similar nature of materials of cumulative amount not less than 60% (12.59 lakhs) of estimated cost in any one year from any Govt. Deptt. /Undertaking or reputed private companies during the last two years as on last date of previous month from the month of issue of NIT. (copy of the supply orders must be enclosed) "Similar Supply”, means “Supply of Electrical item”.

C. The bidder should have valid PAN No. and TIN/Sales Tax registeration certificate

4.0 The details/ information regarding online tendering i.e. Registration on CPP portal, Preparation of Bid and Submission of bid are available in the tender document. NHDC reserves the right to reject any or all tenders and shall not be bound to assign any reason for such rejection.

For and on behalf of NHDC Ltd.,

Manager (C&P)

Copy to: For Kind Information Please

1. General Manager (HR), NHDC Ltd., Bhopal. 2. Chief Engineer (C), Omkareshwar Power Station, Siddhwarkut. 3. Chief Engineer (E), Omkareshwar Power Station, Siddhwarkut. 4. Manager (E) Colony, NHDC Ltd., Omkareshwar Power Station, Siddhwarkut. 5. Manager (F), NHDC Ltd., Omkareshwar Power Station, Siddhwarkut. 6. Project Vigilance Officer, NHDC Ltd., Omkareshwar Power Station, Siddhwarkut. 7. SPS to G.M. NHDC Ltd., Omkareshwar Power Station, Siddhwarkut.

Display On Notice Board Please 1. General Manager (R&R), NHDC Ltd., Khandwa. 2. General Manager, NHDC Ltd., ISPS Narmada Nagar. 3. Chief Engineer (PM&C), NHDC Ltd., Bhopal. 4. Sr. Manager (Civil), NHDC Ltd., Liaison Office, Indore. 5. Collector, Civil Lines, Khandwa – 450 001

(M.P.). 6. Commissioner Nagar Nigam, Nagar Nigam Square, Town

Hall, Khandwa – 450 001 (M.P.). 7. Chief Engineer, NVDA, Sanawad. 8. Executive Engineer, PWD, PWD Colony, Civil Lines,

Khandwa – 450 001 (M.P.). 9. Sub Divisional Officer, PWD, Station Road,

Barwaha. 10. Notice Board, NHDC Ltd., Omkareshwar Power Station,

Siddhwarkut.

Page 9: Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4 Technical Specification 1 7 7 7 Section - 5 Tender Forms and Schedules TF&S-0 TF&S-12

(A J

OM

NJoint vent

S

Instr

MKARE

NHDCture of NH

SECT

ructio

ESHWA

ITB0

C LIMITHPC Limit

TION

ons to

AR POW

TED ted & Gov

N - 2

Bidde

WER ST

vt. of M.P.

ers

TATION

.)

N

Page 10: Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4 Technical Specification 1 7 7 7 Section - 5 Tender Forms and Schedules TF&S-0 TF&S-12

ITB1

SECTION -II Instructions to Bidders

(This section will not form part of Contract Agreement) 1.0 Online bids under two envelope/cover system is hereby invited on behalf of NHDC

Ltd., Bhopal (A Joint Venture of NHPC Ltd. & GoMP) (hereinafter referred to as Corporation/ Employer) from reputed firms for Supply of Electrical Items for Omkareshwar Power Station. as per the enclosed Schedule of Quantities and Prices (Schedule-A). Tender forms can also be downloaded from the corporation website www.nhdcindia.com & www.eprocure.gov.in/eprocure/app

1.1 This section of the bidding documents provides the information necessary for bidders

to prepare online responsive bids, in accordance with the requirements of the Corporation/ Employer. It also provides information on online bid submission, opening, evaluation and contract award.

1.2 INSTRUCTIONS FOR ONLINE BID SUBMISSION:

The bidders are required to submit soft copies of their bids electronically on the Central Public Procurement (CPP) Portal, using valid Digital Signature Certificates. The instructions given below are meant to assist the bidders in registering on the CPP Portal, prepare their bids in accordance with the requirements and submitting their bids online on the CPP Portal.

1.2.1 REGISTRATION i. Bidders are required to enroll on the e-Procurement module of the Central

Public Procurement Portal by using the “Click here to Enroll” option available on the home page. Enrolment on the CPP Portal is free of charge.

ii. During enrolment / registration, the bidders should provide the correct/true information including valid email-id & mobile no. All the correspondence shall be made directly with the contractors/bidders through email-id provided.

iii. As part of the enrolment process, the bidders will be required to choose a

unique username and assign a password for their accounts.

iv. For e-tendering possession of valid Digital Signature Certificate (Class II or Class III Certificates with signing key usage) is mandatory which can be obtained from SIFY/TCS/nCode/eMudra or any Certifying Authority recognized by CCA India on eToken/ SmartCard.

v. Upon enrolment on CPP Portal for e-tendering, the bidders shall register their valid Digital Signature Certificate with their profile.

vi. Only one valid DSC should be registered by a bidder. Bidders are responsible to ensure that they do not lend their DSCs to others which may lead to misuse and should ensure safety of the same.

vii. Bidders can than log into the site through the secured login by entering their userID / password and the password of the DSC / eToken.

Page 11: Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4 Technical Specification 1 7 7 7 Section - 5 Tender Forms and Schedules TF&S-0 TF&S-12

ITB2

1.2.2 PREPARATION OF BIDS i. For preparation of bid Bidders shall search the tender from published tender

list available on site and download the complete tender document and should take into account corrigendum if any published before submitting their bids. After selecting the tender document same shall be moved to the ‘My favourite’ folder of bidders account from where bidder can view all the details of the tender document.

ii. Bidder shall go through the tender document carefully to understand the documents required to be submitted as part of the bid. Bidder shall note the number of covers in which the bid documents have to be submitted, the number of documents - including the names and content of each of the document that need to be submitted. Any deviations from these may lead to rejection of the bid.

iii. Any clarifications if required than same may be obtained online through the tender site, or through the contact details given in the tender document.

iv. Bidders should get ready in advance the bid documents to be submitted as indicated in the tender document/schedule in PDF/xls/rar/zip/dwf formats. If there is more than one document, they can be clubbed together using zip format.

v. Bidders can update well in advance, the documents such as experience certificates, annual report, PAN, TIN, EPF, other details etc., under “My Space” option, which can be submitted as per tender requirements. This will facilitate the bid submission process faster by reducing upload time of bids.

1.2.3 SUBMISSION OF BIDS

i. Bidder should log into the site well in advance for bid submission so that he/ she upload the bid in time i.e. on or before the bid submission time.

ii. Bidder should prepare the Tender Fee and EMD as per the instructions

specified in the NIT/ tender document. The originals should be submitted to the Tender Inviting Authority, on or before the last date & time of bid submission. The details of the DD/BC, physically sent, should tally with the details available in the scanned copy and the data entered during bid submission time. Otherwise the uploaded bid will be rejected.

iii. While submitting the bids online, the bidder shall read the terms & conditions

(of CPP portal) and accepts the same in order to proceed further to submit their bid.

iv. Bidder shall select the payment option as offline to pay the Tender Fee/ EMD

and enter details of the DD/BC.

v. Bidder shall digitally sign and upload the required bid documents one by one as indicated in the tender document.

Page 12: Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4 Technical Specification 1 7 7 7 Section - 5 Tender Forms and Schedules TF&S-0 TF&S-12

ITB3

vi. Bidders shall note that the very act of using DSC for downloading the tender document and uploading their offers is deemed to be a confirmation that they have read all sections and pages of the tender document without any exception and have understood the complete tender document and are clear about the requirements of the tender document.

vii. Bidder shall note that each document to be uploaded for the tender should be

less than 2 MB. If any document is more than 2MB, it can be reduced through zip/rar and the same can be uploaded. For the file size of less than 1 MB, the transaction uploading time will be very fast.

viii. Utmost care shall be taken for uploading Schedule of quantities & Prices and

any change/ modification of the price schedule shall render it unfit for bidding.

Bidders shall download the Schedule of quantities & Prices i.e. Schedule-A, in XLS format and save it without changing the name of the file. Bidder shall quote their rates both in figures and words in white background cells, thereafter save and upload the file in financial bid cover (Price bid) only. If the Schedule of Quantities & Prices file is found to be modified by the bidder, the bid will be rejected.

The bidders are cautioned that uploading of financial bid elsewhere i.e. other than in cover 2 will result in rejection of the tender.

ix. Bidders shall submit their bids through online e-tendering system to the

Tender Inviting Authority (TIA) well before the bid submission end date & time (as per Server System Clock). The TIA will not be held responsible for any sort of delay or the difficulties faced during the submission of bids online by the bidders at the eleventh hour.

x. After the bid submission (i.e. after Clicking “Freeze Bid Submission” in the

portal), the bidders shall take print out of system generated acknowledgement number, and keep it as a record of evidence for online submission of bid, which will also act as an entry pass to participate in the bid opening.

xi. Bidder should follow the server time being displayed on bidder’s dashboard at

the top of the tender site, which shall be considered valid for all actions of requesting, bid submission, bid opening etc., in the e-tender system.

xii. All the documents being submitted by the bidders would be encrypted using

PKI (Public Key Infrastructure) encryption techniques to ensure the secrecy of the data. The data entered cannot be viewed by unauthorized persons until the time of bid opening. The confidentiality of the bids is maintained using the secured Socket Layer 128 bit encryption technology.

2.0 QUALIFYING REQUIREMENT 2.1 The bidders must fulfill the following minimum Qualifying Criteria: -

i. The bidder must have average annual financial turnover during the last three

financial year ending on 31st march’2014, at least 30% (Rs. 6.29 lakhs) of the

Page 13: Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4 Technical Specification 1 7 7 7 Section - 5 Tender Forms and Schedules TF&S-0 TF&S-12

ITB4

estimated cost . Documentary evidence such as Balance Sheets / Profit & Loss account or Certificate from Charted Accounted account for the last 3 (Three) years ending 31 st March 2014.

ii. The bidder must have received supply orders for supply of similar nature of

materials of cumulative amount not less than 60% (12.59 lakhs) of estimated cost in any one year from any Govt. Deptt. /Undertaking or reputed private companies during the last two years as on last date of previous month from the month of issue of NIT.

"Similar works”, means “Supply of Electrical items”.

iii. The bidder must have valid PAN no. and TIN/Sales Tax Registration Certificate or VAT Registration.

2.2 The bidder shall furnish Scanned copy of documents for proof as below for fulfilling

qualifying criteria as above failing which his offer shall be summarily rejected:

i. Scanned Copies of Audited Balance Sheet/Profit & loss account for the last three financial years or Certificate from Charted Accountant in respect of annual turnover for last three years ending 31st March 2014, attested by Gazetted officer/Notary,.

ii. Scanned Copies of similar supply orders for qualifying the criteria mentioned at

2.1(ii) attested by Gazetted officer/Notary.

iii. Scanned Copy of Permanent Account Number (PAN) allotted to the firm / proprietor and TIN/Sales Tax Registration Certificate or VAT Registration.

iv. Small Scale Units registered with National Small Industries Corporation (NSIC) under their single point registration scheme, seeking exemption from furnishing the EMD and tender fee should submit copy of Valid NSIC certificate issued for the tendered items in their favour, attested by Gazetted Officer/ Notary.

3.0 CONTENT OF TENDER DOCUMENT Section – 1: Notice Inviting Tender

Section – 2: Instruction to Bidders

Section – 3: General Terms and Conditions

Section – 4: Technical Specifications

Section – 5: Tender Forms & Schedules

4.0 The unit rates in Schedule of Quantities & Prices (Schedule-A) shall be quoted strictly in figures as well as in the words, in case of discrepancy between these two, the unit rates written in words shall be taken for evaluation and the amount shall be rectified by multiplication of the quantity by the unit rate.

Page 14: Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4 Technical Specification 1 7 7 7 Section - 5 Tender Forms and Schedules TF&S-0 TF&S-12

ITB5

Make of the Items to be Supplied: The bidder should clearly mention single make of each item intended to be supplied under this tender, for which price are being quoted. Otherwise it would be presumed that quoted rated are applicable for any make mentioned in the tender document and the corporation shall be at liberty to select the make of item from the make mentioned in this tender document. In this case bidder will be bound to supply the item of the make mentioned in the supply order and no correspondence shall be acceptable in this regard The bidder should submit annexure-I of section -4 in this regard.

5.0 VALIDITY OF OFFER:- The validity of offer shall be 120 days from the date of opening of tender. A bid valid for a shorter period may be rejected by the Purchaser as being non responsive. In exceptional circumstances, prior to expiry of the original tender validity period, the Corporation may request the bidder, in writing, for a specified extension in the period of validity. The bidder may refuse the request without forfeiting its EMD (bid security). The bidder agreeing to the request will neither be required nor be permitted to modify its tender. The provisions regarding discharge and forfeiture of EMD shall continue to apply during the extended period of tender validity.

6.0 EARNEST MONEY DEPOSIT 6.1 The bidder shall deposit EMD of Rs. 42,000/- (Rupees Forty Two Thousand

only) in the form of Demand draft/ Bankers Cheque in favour of ‘NHDC Ltd’ payable at ‘Bank of India’, Siddhwarkut, branch code (9531) or ‘State bank of India’ , Barwah, branch code (30029). Request for exemption from payment of Bid Security will not be accepted in any case.

6.2 Small Scale Units registered with National Small Industries Corporation (NSIC) under their single point registration scheme for stores/works are exempted from furnishing the EMD and tender fee. They should furnish with the tender a photo copy of valid registration certificate/letter issued by NSIC for tendered items, in their favour duly notarized/ attested for the works covered under this tender document. The EMD of unsuccessful bidders shall be returned to them after award of order to successful bidder. No interest shall be paid on EMD. Tender received unaccompanied by either a requisite EMD or a valid registration certificate issued by NSIC shall not be considered.

6.3 The Bidders shall not be entitled, during the period of validity of their offers without the consent in writing of the Corporation, to revoke or withdraw their bids or change in any respect of their offer or any terms and conditions thereof. In case of a Bidder revoking or withdrawing his Bid or changing any terms and conditions in regard thereto without the consent of the Corporation in writing, the Corporation may at his discretion, forfeit the Bid Security furnished by the Bidder along with his offer. In addition to this the bidder may at the discretion of the Corporation, be debarred from bidding for a period as may be considered fit by the Corporation, against any bid that might be invited by the Corporation in future. The Corporation will also be within its rights to circulate the information at its discretion to other prospective corporation’s about the bidders having withdrawn his offer within the validity period.

Page 15: Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4 Technical Specification 1 7 7 7 Section - 5 Tender Forms and Schedules TF&S-0 TF&S-12

ITB6

6.4 Any Bid not accompanied with proper EMD shall be rejected summarily as being non-responsive and the price bid (Cover - 2) will not be opened.

6.5 The EMD of the unsuccessful bidders will be returned without interest within 28 days after the award of the tender.

6.6 The EMD (bid security) will be forfeited:

i. If the Bidder withdraws the Bid after bid opening (technical bid) during the period of Bid validity; or

ii. If a bidder fails to accept rectification of arithmetical errors noticed by the Corporation or

iii. If the Bidder adopts corrupt or fraudulent practices or

iv. In the case of a successful Bidder, if the Bidder fails within the specified time limit to

v. Sign the Agreement; and/or

vi. Furnish the required Performance Security Deposit.

7.0 TENDER FEE: -

The Bidder shall have to deposit Tender fee of Rs 500.00 (Five Hundred only) in form of DD/Bankers cheque in favor of NHDC Ltd. payable at State Bank of India (Code no. 30029), Barwaha, branch or Bank of India ,NHDC ,Siddhwarkut branch code -(9531), if the tender

Document is downloaded from the website. Small Scale Units registered with National

Small Industries Corporation (NSIC) under their single point registration scheme for

Stores/works are exempted from furnishing tender fee.

8.0 Compliance of Technical specification & Make:-

The bidder should clearly mention single make of each item intended to be supplied under this tender and deviation in technical specification of offered items w.r.t. specification mention in schedule ‘A’, if any. In this regard bidder has to furnish the Annexure-I of schedule-4.

9.0 Submission of Offer

9.1 The tender shall be submitted online in two cover system duly scanned and digitally

signed by the authorized representative of the bidder as follows: A. Cover-1 (Technical Bid)

Online bids should be submitted containing scanned copy of following document in Cover-1.

i. Tender fee (non refundable) of Rs. 500/-, as per clause 7.0 above.

ii. Earnest Money Deposit (refundable) of Rs. 42,000/- as per Clause 6.0 above.

Page 16: Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4 Technical Specification 1 7 7 7 Section - 5 Tender Forms and Schedules TF&S-0 TF&S-12

ITB7

iii. Authorization/Power of Attorney in favour of authorized signatory for signing of documents and online submission of bid having following information Name & Address of Contact Person

Telephone/Fax No. Mobile No. E- Mail ID

iv. Attested Copy of PAN and TIN/Sales Tax or VAT Registration Certificate.

v. Attested copies of Supply Orders, attested by Gazetted Officer/ Notary in fulfillment of Eligibility Criteria.

vi. Balance sheet and Profit & loss account attested by Gazetted Officer/ Notary or certificate from Charted Accounted in fulfillment of Eligibility Criteria .

vii. The bidders or his authorised representative shall sign and upload all the document, owing responsibility for their correctness/ authenticity and submit declaration in respect of acceptance of terms and conditions of tender document as per Annexure-III of Section-5.

viii. Small Scale Units registered with National Small Industries Corporation (NSIC) under their single point registration scheme for stores/works are exempted from furnishing the EMD and tender fee. They should furnish with the tender a duly attested photo copy of valid registration certificate/letter issued by NSIC for tendered items, in their favor duly notarized/ attested for the works covered under this tender document.

ix. Duly filled form for electronics clearing service (credit clearing) and duly

certified by the bank authority, Annexure-V of Section-5.

x. Declaration/ Undertaking for identifying Micro, Small & Medium Enterprises under MSMEDA –2006, Annexure-IV of Section-5.

Note: Please note that without documentary evidence uploaded with the Technical offer (Cover-I), the status of applicability of MSMEDA act shall be treated as “Not Applicable”.

xi. Certification under Fraud Policy of NHDC Ltd., Annexure-VI of Section-5.

xii. Duly filled & signed Annexure No.-VII of Section-5

The bidders are cautioned that divulging of any price information in Cover-1 (Technical Bid) will result in rejection of their bid.

B. Cover-2 (Price Bid) The Cover-2 shall contain the price bid in the enclosed "Schedule of Quantities & Prices" as per the format enclosed at Schedule–A. Any clause governing the bid subject to market fluctuation is not acceptable.

Page 17: Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4 Technical Specification 1 7 7 7 Section - 5 Tender Forms and Schedules TF&S-0 TF&S-12

ITB8

The quoted rates shall be written in figures and words on enclosed Proforma i.e. Schedule –A and in case of inconsistency; unit rates mentioned in the words would prevail over those of figures and should be duly signed by the bidder or his authorised person. The Rates should be quoted in schedule ‘A’ inclusive of all applicable taxes, duties, freight etc. (exclusive of insurance & entry tax) FOR Central Store, Omkareshwar Power Station, Siddhwarkut. Distt. Khandwa (M.P.) to avoid any post discrepancies. However, all applicable taxes & duties should be clearly mentioned by the supplier at the time of supply in their Invoice.

9.2 The bidder is advised to avoid offering of rebate/discount. However in case of exceptional circumstances, the rebate/ discount offered by the bidder should be only in the Price bid i.e. Schedule of Quantities & Prices itself. The rebate/ discount offered anywhere else shall not be considered for the purpose of the evaluation of bids. The bidder should offer the rebate on a percentage basis applied uniformly to all the Unit rate of the Schedule of Quantities & Prices except those, which have been stipulated by the Corporation.

10.0 SUBMISSIONS AND OPENING: - 10.1 The bid should be submitted online at website

http://eprocure.gov.in/eprocure/app only, by the due date 27.10.2014 and time upto 05:30 PM. The Server Date & Time as appearing on the website http://eprocure.gov.in/eprocure/app shall only be considered for the cut-off date and time for submission of bids. Offers sent through post, telegram, fax, telex, e-mail, and courier or by any other mode will not be considered. In case of date of opening is declared as holiday tender will be opened on next working day at same time.

10.2 Only those bidders shall be considered qualified by the Corporation, who submit requisite EMD and documents accept all the terms & conditions of the Tender document unconditionally and meet the qualifying requirement stipulated in the Tender document. The decision of the Corporation shall be final and binding in this regard.

10.3 The bidder shall bear all cost associated with the preparation and submission of its bid and the Corporation will in no case be responsible or liable for these cost, regardless of the conduct or outcome of the tendering process.

11.0 Normally the tender will be accepted of those bidders whose quoted rates are found to be lowest but NHDC is not bound for such acceptance and reserves the right to accept or reject any offer without assigning any reason thereof. Bidder shall have no objection to such rights of NHDC.

12.0 Evaluation of Bids:

. 12.1 The Corporation will determine whether each bid is of acceptable quality, is generally complete and is substantially responsive to the tender document. For the purposes of this determination, a substantially responsive bid is one that conforms to all the terms, conditions & specification of the tender document without material deviations,

Page 18: Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4 Technical Specification 1 7 7 7 Section - 5 Tender Forms and Schedules TF&S-0 TF&S-12

ITB9

objections, conditionality or reservation.

12.2 The corporation’s determination of bid’s responsiveness shall be based on the contents of the bid itself without recourse to extrinsic evidence.

12.3 If a bid is not substantially responsive, it will be rejected by the Corporation and may not subsequently be made responsive by the bidder by correction of the non-conformity.

12.4 The bid that does not meet minimum acceptable standards of completeness, consistency and details will be rejected for non-responsive.

12.5 If the present performance of the bidder in a current contract for any major work is unsatisfactory as certified by the project authority of the relevant project, the offer of the bidder will be summarily rejected without assigning any reasons there of.

12.6 If any of the information furnished by the bidder is found to be incorrect, the bid/contract is liable to be rejected/terminated and EMD/performance security will be forfeited.

12.7 Only those bidders shall be considered qualified by the Corporation, who submit requisite EMD, tender fees and documents, point wise reply of the terms & conditions of the Tender document acceptable to the Corporation and meet the Qualifying requirement stipulated in the bidding document. The decision of the Corporation shall be final and binding in this regard. Bidder needs to submit the stamped & signed copy of tender document as token of acceptance of all the terms & conditions. In case bidder submits stamped and signed copy of documents, it will be presumed that all the terms & conditions of tender document are acceptable to bidder. Deviation in terms & conditions, if any need to be specifically mentioned by the bidder.

12.8 The bid(s) shall be evaluated based on the criteria set forth here under: The evaluation process shall be carried out in two stages

i. Evaluation of Eligibility criteria and Techno-commercial evaluation ii. Financial evaluation

12.8.1 The bidder who meets the Eligibility criteria shall be considered for further evaluation. The bidders who do not meet the qualifying criteria shall be rejected and their unopened price bid(s) shall be returned.

12.8.2 The techno-commercial bid of those prospective bidders who are found to be meeting the qualifying criteria shall be evaluated. The bidders whose bid(s) are found to be techno-commercially acceptable shall be considered for further evaluation. Bid(s) not fulfilling the techno-commercial requirement of the bid(s) shall be considered nonresponsive and rejected and the price bid(s) of such bidder shall be returned unopened.

12.8.3 The Price bid(s) of the prospective bidders, who fulfils the techno-commercial requirement of the bid(s), shall be evaluated further. Normally the tender will be

accepted of that bidder whose quoted rates are found to be lowest. The tender shall

Page 19: Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4 Technical Specification 1 7 7 7 Section - 5 Tender Forms and Schedules TF&S-0 TF&S-12

ITB10

be awarded on single tender responsibility basis i.e. firm will not sublet the supply/work to other party.

12.8.4 The bidder shall promptly provide all necessary information and documents to be submitted to the Corporation during evaluation of its tender. Failure to provide correct and timely information, concealment of material facts regarding litigation history and arbitration proceedings etc. having a material bearing on the evaluation process may render its tender being treated as non-responsive and will be liable to rejected summarily.

12.8.5 If the present performance of the bidder including any of the partners of the firm, in a current contract is unsatisfactory 'as certified by the Client/Employer', the tender of the bidder will be summarily rejected without assigning any reason.

13.0 The tender document is not transferable.

14.0 Bidders will not be allowed to revise the quoted rates of their own, once "Technical Bid" has been opened by the Corporation. The bidder shall bear all cost associated with the preparation and submission of its tender and the Corporation will in no case be responsible or liable for these cost, regardless of the conduct or outcome of the tendering process.

15.0 Normally the tender will be accepted of those bidders whose quoted rates are found to be lowest but the Corporation is not bound for such acceptance and reserve the right to accept or reject any offer without assigning any reason thereof. Bidder shall have no objection to such rights of the Corporation. The Corporation also reserves the right to split the Supply Order item wise, based on the lowest evaluated rates quoted in individual item by the supplier.

16.0 Notification of Award.

16.1 The bidder whose bid has been accepted will be notified for the award by the Corporation prior to expiration of the Bid validity period through the “Supply Order”, which will state the sum that the Corporation will pay to the Contractor in consideration of the execution, completion by the Contractor as prescribed in the Contract.

16.2 The notification of award will constitute the formation of the Contract until the Formal Agreement is signed.

16.3 The Bidder shall promptly check their e-mailbox registered with CPP Portal for receipt of any information/clarification/ correspondence in respect of their bid. The Corporation shall not be responsible for non-receipt/failure of e-mail to the bidders.

16.4 If any of the information furnished by the bidder is found to be incorrect, the Bid/ contract is liable to be rejected/terminated and the EMD/ Performance Security will be forfeited.

17.0 NHDC reserves the right to cancel the tender without assigning any reason thereof.

18.0 The prospective bidders requiring any clarifications in respect of tender document may

Page 20: Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4 Technical Specification 1 7 7 7 Section - 5 Tender Forms and Schedules TF&S-0 TF&S-12

ITB11

obtain the same online/ offline from Tender Inviting Authority as per NIT at least 7 days before the deadline for submission of bid. The Corporation shall not be bound to respond to the request from the prospective bidders and this shall not become the reason for claiming extension of the deadline for the submission of the bid.

19.0 Conditional offers are liable for rejection

20.0 Tenders from those tenderers who have not submitted their offer as per NIT will not be considered.

21.0 FRAUD AND CORRUPTION:

21.1 It is expected from the bidders that they will observe the highest standard of ethics in pursuance of Fraud and Corruption policy and furnish Certificate as per Annexure-VI of Section-IV.

a. For the purpose of this provision, the terms set forth below shall mean as under:

(i) “Corrupt practice” means the offering, giving, receiving or soliciting of anything 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 Purchaser, 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 Purchaser of the benefits of free and open competition;

(iii) “collusive practice” means a scheme or arrangement between two or more bidders, with or without the knowledge of the Purchaser, designed to establish bid prices at artificial, non competitive levels; and

(iv) “coercive practice” means harming or threatening to harm, directly or indirectly, person or their property to influence or affect the execution of a contract;

b. A Bid may be rejected by the Purchaser if it is determined at any stage that the respective Bidder has engaged in corrupt, fraudulent practice(s), collusive and coercive practices in competing for the contract in question.

The Purchaser may declare a firm ineligible, either indefinitely or for a stated period

of time, if it at any time determines that the firm has engaged in corrupt, fraudulent

practice(s), collusive and coercive practices in competing for, or in executing, a

contract.

Page 21: Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4 Technical Specification 1 7 7 7 Section - 5 Tender Forms and Schedules TF&S-0 TF&S-12

TCC0

NHDC LIMITED (A Joint venture of NHPC Limited & Govt. of M.P.)

SECTION - 3

Terms & Conditions

OMKARESHWAR POWER STATION

Page 22: Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4 Technical Specification 1 7 7 7 Section - 5 Tender Forms and Schedules TF&S-0 TF&S-12

TCC1

SECTION - III Terms & Conditions

1. Price: Price shall be firm & final.

2. F.O.R.: Central Store, Omkareshwar Power Station, Urja Vihar, Siddhwarkut, Distt. Khandwa (MP) - 450554.

3. Taxes & duties: All applicable taxes, duties & levies shall be paid/recovered on actual basis as per Govt. notification at the time of dispatch of material. C- Form will be issued by NHDC. If applicable, Entry tax shall be borne by NHDC Ltd.

The rate of tax & duties prevailing at the time of dispatch shall be payable subject to condition that supplies are delivered within delivery time of supply order. In case the delivery of items gets delayed due to reason attributable to the supplier, no additional liability on account of any increase in tax & duties shall be payable to the supplier. However, in case rate of tax & duties decreases during the extended delivery period, the benefit in this regard shall accrue to NHDC Ltd.

4. Validity of offer shall have to remain valid for 120 days from the date of opening of tender.

5. Completion Period: The period of supply & delivery of the material at Omkareshwar Power Station, Central Store (FOR), complete in all respect, as per the specifications, shall be 60 (sixty) days reckoned from the date of issue of this supply order.

6. Delay in Supply: If the supplier fails to complete the supply or any part thereof, within the prescribed time of supply or any extension thereof, the supplier shall pay to the purchaser, the penalty equal to amount computed @ ½ (half) percent per week or part thereof of the whole supply order value. The aggregate amount of such penalty shall in no case exceed 10% (Ten) percent of the supply order value.

7. Guarantee/Warranty: Material to be supplied shall be guaranteed against any defect or inadequate design/workmanship or proper fitment in suitable location for at least for a period of 18 months from the date of delivery at site or 12 months from the date of installation, whichever is earlier. In the event of occurrence of any fault in performance/defect material due to inadequate design/workmanship or improper fitment during guarantee period, the same shall be replace/make good by the contractor, free of cost, including the cost of transportation and packing. In case manufacturer’s guarantee stands for longer duration, longer guarantee/warranty period shall be applicable. The guarantee/warranty certificate shall be submitted along with the dispatch of equipment before release of payment.

8. Insurance: Insurance of the item to be supplied is in the NHDC Ltd. scope. The supply material shall be covered under the inland transit insurance (policy no. : 45071221130200000004) of the purchaser. The Supplier has to intimate the dispatch details to NHDC LTD.,Omkareshwar Power Station and Purchaser’s insurance company M/s New India Assurance Company limited, OPP. Anand Parisar Main Road, Anand Nagar,Khandwa-450001 .(Mob-09827008881, 09424407641, Fax-0733-2249064, 2248 024, [email protected], [email protected]

9. Performance Bank Guarantee: The contractor shall submit the performance bank guarantee in the form of Bank Guarantee from an Indian Nationalized Bank or State Bank of India or any schedule bank of India on the Form enclosed as Annexure-II of Section-5 for an amount equal to Ten (10) percent of the supply order value, within 28 days from the date of issue of order. The Performance bank guarantee shall be released after the expiry of warranty period. No interest shall be paid on Performance bank guarantee.

Page 23: Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4 Technical Specification 1 7 7 7 Section - 5 Tender Forms and Schedules TF&S-0 TF&S-12

TCC2

10. Payment Terms

A. Subject to any deduction which the Purchaser may be authorised to make under the Supply, and/or any additions or deductions provided for under the supply, the supplier shall be entitled to payment as follows;-

i. 90% payment of basic value of supply order along with 100 % taxes and duties shall be made through RTGS on the submission following documents

a. Evidence of despatch (GR/LR etc.), b. Contractors detailed invoice, c. Detailed packing list d. Test certificate(s), if applicable. e. Inspections report/Despatch Instructions signed by authorised representative of

Omkareshwar power station. f. Copy of intimation of the material dispatch details sent to the Purchaser’s Insurance

Company ( as per clause no.8) g. Guarantee/Warranty certificate (as per clause no.6)

ii. 10% of the basic value of supply order shall be paid on presentation of the

supplier’s/contractor’s invoice within 60 days after the receipt of material at Central Store, Urja Vihar, Omkareshwar Project Siddhwarkut Distt. Khandwa

B. All payments will be made in Indian Rupees through RTGS.

C. In the event of the supplier/contractor not being able to supply the materials or to carry out supply in accordance with the terms of the contract, the purchaser shall have the right to recover any sums, advance etc. from the supplier and from his assets.

11. Paying Authority: The Manager (Finance), Omkareshwar Power Station, NHDC, Urja Vihar,

Siddhwarkut.

12. Inspection: Before despatch, inspection of the items shall be made by an authorised representative of NHDC, Omkareshwar Project as per relevant standards. Advance intimation, in this regard, may be given by the supplier. All type of arrangement regarding inspection of the material at shop / godown / manufacturer’s place along with required testing equipment shall have to be arranged by the supplier.

13. The supplier at his own cost will replace damaged item having manufacturing defects.

14. Consignee: Manager (Central Store), Omkareshwar Power Station, NHDC Ltd., Siddhwarkut.

15. Engineer In charge: The Manager (E), Colony Electrical Maintenance

16. Engineer In Charge Decision: In respect of all matters, which are left to the decision of the Engineer-in-Charge including the granting or withholding of certificates, the Engineer-in-charge shall, if required, give in writing a decision thereon and his reasons for such decision. Such decision shall be final and binding on the Contractor.

17. General Instructions: The supply shall be made within the stipulated period as per supply

order. The material supplied should be of the same specifications and quality as mentioned in the supply order failing which the items will not be accepted and returned to the supplier at it’s own risk and cost.

Page 24: Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4 Technical Specification 1 7 7 7 Section - 5 Tender Forms and Schedules TF&S-0 TF&S-12

TCC3

18. Correspondence: Correspondence regarding execution of supply/payment/time extension has

to be made with consignee /Engineer -In- charge.

19. SUBLETTING OF CONTRACT:- The contractor shall not, without the prior consent in writing of the Engineer-in-Charge or Purchaser, which shall not be unreasonably withheld, assign or sublet or transfer his Contract, or substantial part thereof other than for raw materials, for minor details, or for any part of the work, of which the suppliers and or erectors are named in the Contract, provided that any such consent shall not relieve the Contractor from any obligation, duty or responsibility under the Contract

20. Fraud Policy: The contractor shall be required to certify that “They would adhere to fraud policy and not indulge or allow anybody else working in their organization to indulge in fraudulent activities and would immediately appraise the organization of the fraud / suspected fraud as soon as it comes to their notice”.

21. Force Majeure : In the event of either party being rendered unable by force Majeure to perform any obligation required to be performed by them under this Contract, the relative obligation of the party effected by such force mature shall be treated as suspended for the period during which such force Majeure clause lasts. For the purpose of this Contract, force Majeure shall include, without limitation, wars, insurrections, civil disobediences, riots, earthquakes, storms, floods, acts of God, which is of such nature as to delay, curtail or prevent timely action by either party. Upon the occurrence of such cause and upon its termination, the party alleging that it has been rendered unable, as aforesaid, thereby shall notify the other party in writing by registered notice within 72 (seventy two) hours of the alleged beginning and ending thereof. The Notice shall be followed by a certificate from local Chamber of Commerce or the Statutory Authority as satisfactory evidence in support of the claim within 15 days of occurrence and cessation of such Force Majeure conditions. Time for performance of the relative obligation suspended by the force Majeure shall stand extended by the period for which such causes lasts. If works are suspended by the force Majeure conditions lasting for more than two months, the Purchaser shall have the option of cancel; rescind this Contract in whole or part thereof, at its discretion.

22. BREACH OF COTRACT: - In case of non-performance in any form or shape of the covenants and conditions in this Contract by the Contractor, the Purchaser shall have power to annul, rescind, cancel or terminate the Contract and upon its notifying in writing to the Contractor that it has so done this Contract shall absolutely determine. The decision of the Purchaser in this regard shall be final and binding.

23. REPLACEMENT OF DEFECTIVE MATERIAL: If during the progress of the work, the Engineer-in-Charge shall decide and notify, in writing to the Contractor that the Contractor has executed any unsound or imperfect work or has supplied any plant material etc, as may be covered under the scope of the work, inferior in quality to that specified, the Contactor, on receiving details of such defects or deficiency, shall at his own expense, within such time as may be reasonably necessary for making it good, proceed to alter, reconstruct or remove such work, or supply fresh materials up to the standard of the Specification and in case the Contractor shall fail to do, so, the Purchaser may, on giving the Contractor seven days notice in writing of his intention so to do, proceed to remove the work complained of, and at the cost of the Contractor, perform all such work or supply all such material, provided that nothing in this clause shall be deemed to deprive the Purchaser of or affect any right under the Contract, which he may otherwise have in respect of such defects or deficiencies.

24. EXTENSION OF TIME FOR COMPLETION:- The Time(s) for Completion specified in the Contract may be extended if the work is delayed or the Contractor is impeded in the performance of any of its obligations under the Contract by reason of any of the following: -

Page 25: Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4 Technical Specification 1 7 7 7 Section - 5 Tender Forms and Schedules TF&S-0 TF&S-12

TCC4

(a) Any Change in the scope of work (b) Any occurrence of Force Major (c) any suspension of work order given by the Engineer-in-Charge (d) any default

or breach of the Contract by the Purchaser, specifically including failure to supply the items to be supplied by the Purchaser as per the Contract Agreement, or any activity, act or omission of any other contractors employed by the Purchaser or

by such period as shall be fair and reasonable in all the circumstances and as shall fairly reflect the delay or impediment sustained by the Contractor . Except otherwise specifically provided in the Contract, the Contractor shall submit to the Engineer-in-Charge his request for an extension of the Time for Completion, together with particulars of the event or circumstances justifying such extension as soon as reasonably practicable after the commencement of such event or circumstance. As soon as reasonably practicable after receipt of such request and supporting particulars for such time extensions, Engineer -in-Charge shall convey his decision upon the period of such extension to the Contractor. The Contractor shall at all times use its reasonable efforts to minimise any delay in the performance of its obligations under the Contract. If the Contractor has failed to give early warning of a delay or has failed to cooperate in dealing with a delay, the delays due to such failures shall not be considered in assessing the time extension

25. Settlement of Dispute:

24.1 A notice of the existence of any dispute or difference in connection with this Contract, shall

be served by either party within 30 days from the date of existence of such dispute or difference or after the attempt by the parties to the Contract for amicable settlement as per clause 24.2 has failed, which ever is later, failing which all rights and claims under this Contract shall be deemed to have been forfeited and absolutely barred.

24.2 No dispute or difference arising between the parties relating to or in connection with the

Contract shall be referred to arbitration unless an attempt has first been made to settle the same amicably.

24.3 Arbitration

Except as otherwise provided all questiones, dispute or difference in respect of which the decision has not been final and conclusive arising between the Contractor and the Purchaser, in relation to or in connection with the Contract, shall be referred to arbitration in the manner provided as hereunder:

24.3.1 On receipt of such notice, the Purchaser shall send to the Contractor a panel of three

persons and thereafter the Contractor within (Fifteen) 15 days of receipt of such panel, communicate to the Purchaser the name of one of the persons from such panel and such a person shall then be appointed as Sole Arbitrator by the Engineer-in-Charge of the Purchaser.

24.3.2 Provided that if the Contractor fails to communicate the selection of a name out of the

panel so forwarded to him by the Purchaser then after the expiry of the aforesaid stipulated period, the Engineer -in-Charge shall without delay select one person from the aforesaid panel and appoint him as the Sole Arbitrator.

24.3.3 The Arbitrator to whom the matter is originally referred being transferred or vacating his

office or being unable to act for any reason, then the Purchaser shall appoint another person to act as Sole Arbitrator in the same manner as provided in clause 24.3.2 herein above.

Page 26: Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4 Technical Specification 1 7 7 7 Section - 5 Tender Forms and Schedules TF&S-0 TF&S-12

TCC5

Such person shall be entitled to proceed with the reference from the stage at which it was left by the predecessor.

24.3.4 The award of the Arbitrator shall be final and binding on both parties to the Contract. The

Arbitrator's fees, as well as the cost of Arbitration proceedings shall be borne equally by either party.

24.3.5 Irrespective of the amount of claim, the Arbitrator shall give reasons for the award. 24.3.6 Arbitration and Conciliation Act 1996 or any statutory amendment or re-enactment thereof

and the rules made there under and for time being in force shall apply to the arbitration proceedings under this clause.

24.3.7 The venue of the arbitration proceedings shall be in Bhopal or any other suitable and

convenient place in India as may be decided by the Learned Arbitrator. 24.3.8 The Language of arbitration proceedings and all documents and communications between

the parties shall be English. 24.4 Notwithstanding any reference to the Arbitration herein,

a) The parties shall continue to perform their respective obligation under the Contract unless they otherwise agree to the contrary.

b) The Purchaser shall pay Contractor any moneys due to the Contractor.

Manager (E) C&PDivision

Omkareshar Power station

Page 27: Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4 Technical Specification 1 7 7 7 Section - 5 Tender Forms and Schedules TF&S-0 TF&S-12

TS0

NHDC LIMITED (A Joint venture of NHPC Limited & Govt. of M.P.)

SECTION - 4

Technical Specifications

OMKARESHWAR POWER STATION

Page 28: Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4 Technical Specification 1 7 7 7 Section - 5 Tender Forms and Schedules TF&S-0 TF&S-12

Annexure‐I

Sl. No. Item Description with Technical Specification Make Offered MakeDeviation from technical

specification if anyReason for Deviation

1200 Amp HRC Fuse Link, Bolted Type, Center Tag 2 Holes, 415V Ac, 80Ka Gg,

GE/L&T/ Siemens/ HPL

2200 Amp HRC Fuse Link, Blade Type, 500V Ac, 80Ka Gg, Size 1,

GE/L&T/ Siemens/ HPL

3250 Amp HRC Fuse Link, Bolted Type, 415 V Ac, 80 Ka Gg,

GE/L&T/ Siemens/HPL

4

125 Amp HRC Fuse Link, Bolted Type, Center Tag 2 Holes, 415V Ac, 80Ka Gg, Size A4,

GE/L&T/ Siemens/HPL

5125 Amp HRC Fuse Link, Bolted Type, Offset 415 V Ac, 80 Ka Gg, Size B1,

GE/L&T/ Siemens/HPL

663 Amp HRC Fuse, Blade Type, 415 V Ac, 80 Ka Gg, Size 00, Din Type ,

GE/L&T/ Siemens/HPL

7100 Amp HRC Fuse Link, Blade Type, 500 V Ac, 120 Ka Gg, Size 000, Din Type,

GE/L&T/ Siemens/HPL

8Fuse Base, 415V, 20 Amp , Suitable For 4 A Fuse Link,

GE/L&T/ Siemens/HPL

9HRC Fuse Base 160A, Suitable For 200A Fuse Link Hn, Size 000,

GE/L&T/ Siemens/HPL

10HRC Fuse Base 160 A, Suitable For Fuse Link Hn, Size 00,

GE/L&T/ Siemens/HPL

11HRC Fuse Base 250 Amp, Suitable For Fuse Link Hn, Size 1,

GE/L&T/ Siemens/HPL

12 Control Circuit Glass Fuse 1 Amp, Any Standard (ISI)

make

13HRC Fuse 4 Amp , 500V- 80Ka, Size F1, Any Standard (ISI)

make

14Fluorescent Tube Rod Holder , For 36/40W Fluorescent Tube Rod,

Any Standard (ISI) make

15Ding Dong Bell, Dore Bell, Suitable For 220-250 V,50 Hz,

Anchor/Cona/ Western

16Modular Type 10A/6A, 1 Way Switch, Legrand/ Havells/

Anchor

17Modular Type 16A, 1 Way Switch, Legrand/ Havells/

Anchor

18Modular Type 6A, 3 Pin Socket, Legrand/ Havells/

Anchor

19Modular Type 20A, 3/5 Pin Socket, Legrand/ Havells/

Anchor

20Modular Type 5 Step Fan Regulator , Legrand/ Havells/

Anchor

21Modular Type Telephone Socket, Legrand/ Havells/

Anchor

22T.V Socket Outlet, Modular Type, Legrand/ Havells/

Anchor

23Capacitor 2.5 Mfd, 440Vac,50/60 Hz, Siemens/ EPCOS/

Schneider

24Capacitor 3.15 Mfd , 440Vac,50/60 Hz, Siemens/ EPCOS/

Schneider

25Capacitor 4 Mfd , 440Vac,50/60 Hz , Siemens/ EPCOS/

Schneider

26Capacitor 6 Mfd, 440Vac,50/60 Hz, Siemens/ EPCOS/

Schneider

TECHNICAL SPECIFICATIONSComparative Technical Data Sheet

To Be Filled By the Bidder

Page 1 of 6

Page 29: Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4 Technical Specification 1 7 7 7 Section - 5 Tender Forms and Schedules TF&S-0 TF&S-12

Sl. No. Item Description with Technical Specification Make Offered MakeDeviation from technical

specification if anyReason for Deviation

27Capacitor 8 Mfd, 440Vac,50/60 Hz, Siemens/ EPCOS/

Schneider

28Capacitor 10 Mfd, 440Vac,50/60 Hz, Siemens/ EPCOS/

Schneider

29Capacitor 20 Mfd, 440Vac,50/60 Hz, Siemens/ EPCOS/

Schneider

30Capacitor 42 Mfd, 440Vac,50/60 Hz, Siemens/ EPCOS/

Schneider

31MCB 25 A TPN, 415V, 50/60Hz Triple Pole, GE/Schneider/

L&T/Legrand

32MCB TPN 20 Amp, 415V, 50/60Hz Triple Pole,

GE/Schneider/ L&T/Legrand

33MCB TPN 32 A, 415V, 50/60Hz Triple Pole, GE/Schneider/

L&T/Legrand

34MCB TPN 63 A, 415V, 50/60Hz Triple Pole,

GE/Schneider/ L&T/Legrand

35MCB , 6 A, Single Pole, GE/Schneider/

L&T/Legrand

36MCB , 16 A, Single Pole, GE/Schneider/

L&T/Legrand

37MCB , 32 A, Single Pole, GE/Schneider/

L&T/Legrand

38MCB , 10 A, Single Pole, GE/Schneider/

L&T/Legrand

39MCB ,20A, Single Pole, GE/Schneider/

L&T/Legrand

40MCB , 63A, Single Pole, GE/Schneider/

L&T/Legrand

41MCB , 2 A, Single Pole, GE/Schneider/

L&T/Legrand

42MCB, 6A, Double Pole, GE/Schneider/

L&T/Legrand

43MCB , 32A, Double Pole, GE/Schneider/

L&T/Legrand

44MCB , 20 Amp , Single Pole With Neutral, GE/Schneider/

L&T/Legrand

45MCB , 16 Amp, Single Pole With Neutral, GE/Schneider/

L&T/Legrand

46MCB , 32 Amp , Single Pole With Neutral, GE/Schneider/

L&T/Legrand

47CFL Lamp 2-Pin, 9W, Philips/Bajaj/

Wipro/CG

48CFL Lamp 2-Pin, 11W, Philips/Bajaj/

Wipro/CG

49CFL Lamp 4-Pin, 18W, Philips/Bajaj/

Wipro/CG

50CFL Lamp 2-Pin, 18W, Philips/Bajaj/

Wipro/CG

51CFL Lamp, 4-Pin, 36W, Philips/Bajaj/

Wipro/CG

52CFL 5 Watt Threaded Type , Philips/Bajaj/

Wipro/CG

53CFL ≥ 14 Watt, Normal CFL, Philips/Bajaj/

Wipro/CG

54Thread Type Glass Lamp 40 Watt (incandescent lamp),

Philips/Bajaj/ Wipro/CG

55Fluorescent Tube Rod 36/40 Watt (120 cm)Fitting,

Philips/Bajaj/ Wipro/CG

56Fluorescent Tube Rod 36/40 Watt (120 cm),

Philips/Bajaj/ Wipro/CG

5736/40 Watt Electronic Ballast (Choke), Suitable for 36/40 Watt Fluorescent Tube ,

Philips/Bajaj/ Wipro/CG

Page 2 of 6

Page 30: Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4 Technical Specification 1 7 7 7 Section - 5 Tender Forms and Schedules TF&S-0 TF&S-12

Sl. No. Item Description with Technical Specification Make Offered MakeDeviation from technical

specification if anyReason for Deviation

58Choke 7/9/11 Watt , Vaccum Impregnated Copper Ballast, Suitable For 220-250 V,50 Hz,

Philips/Bajaj/ Wipro/CG

59Choke 20 Watt. , Copper Ballast, 230V, 50Hz,

Philips/Bajaj/ Wipro/CG

60Fluorescent Tube Rod 18/20 Watt, Philips/Bajaj/

Wipro/CG

61Tubelight Starter, For 36/40W Fluorescent Tube Rod,

Philips/Bajaj/ Wipro/CG

62100 Amps., 4 Pole Isolator, 415V,50/60Hz, GE/L&T/Siemens/HP

L

63Isolator 63 A, 415 V, 4 Pole , 50/60Hz, GE/L&T/

Siemens/HPL

644 Pole MCCB, 100 A, 50/60 Hz, 415V GE/L&T/

Siemens/HPL

654 Pole MCCB, 250 A, 415V, 50/60Hz GE/L&T/

Siemens/HPL

66200 Amps Busbar, TPN, Rising Mains With Alumininum Busbar 415V,50/60Hz, 4 Pole ,

GE/L&T/ Siemens/HPL

67100 Amp HRC Fuse, Size 00, 500V, Ac, 80Ka Gg, Blade Type ,

GE/L&T/ Siemens/HPL

68RCCB, 2 Pole, 63 A, Sensitive - 30 Ma, GE/L&T/

Siemens/HPL

69Modular Type Bell Switch, Legrand/ Havells/

Anchor

70H.P.S.V. Lamp 70 Watt, Suitable For 220-250 V, 50 Hz,

Philips/Wipro/ Bajaj/CG

71H.P.S.V. Lamp 150 Watt, Single Ended,Tubular,Screw Type, Suitable For 220-250 V,50 Hz,

Philips/Wipro/ Bajaj/CG

72M.H. Lamp 70 Watt (Single Ended Type), 230-250V,50 Hz,

Philips/Wipro/ Bajaj/CG

73M.H. Lamp 150 Watt Single Ended, Tubular, Screw Type, Suitable For 220-250 V,50 Hz,

Philips/Wipro/ Bajaj/CG

74

M.H. Lamp 250 Watt Single Ended, Tubular, Screw Type, Suitable For 220-250 V,50 Hz,

Philips/Wipro/ Bajaj/CG

75

M.H. Lamp 400 Watt , Single Ended, Tubular, Screw Type, Suitable For 220-250 V,50 Hz,

Philips/Wipro/ Bajaj/CG

76M.H. Lamp70 Watt, Double Ended Type Suitable For 220-250 V,50 Hz,

Philips/Wipro/ Bajaj/CG

77Igniter For 70/150/250 Watt SV/MH LampSuitable For 220-250 V,50 Hz,

Philips/Wipro/ Bajaj/CG

78Ceramic Lamp Holder For 70 Watt MH Lamp, Ceramic Type,

Any Standard Make (ISI)

79

Copper Ballast, 150 Watt SV/MH Lamp Vacuum Impregnated Type Suitable For 220/240V, 50 Hz Ac Supply,

GE/Philips/Bajaj

80Ceramic Lamp Holder For 150 Watt MH Lamp Ceramic Type,

Any Standard (ISI) make

81

Copper Ballast, 250 Watt SV/MH Lamp, Vacuum Impregnated Type Suitable For 220/240V, 50 Hz Ac Supply,

GE/Philips/Bajaj/CG

82Ceramic Lamp Holder For 250 Watt MH Lamp Ceramic Type,

Any Standard (ISI) make

Page 3 of 6

Page 31: Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4 Technical Specification 1 7 7 7 Section - 5 Tender Forms and Schedules TF&S-0 TF&S-12

Sl. No. Item Description with Technical Specification Make Offered MakeDeviation from technical

specification if anyReason for Deviation

83

Copper Ballast, 400 Watt SV/MH Lamp Vacuum Impregnated Type Suitable For 220-250 V,50 Hz,

GE/Philips/Bajaj/ CG

84Ceramic Lamp Holder For 400 Watt MH Lamp Ceramic Type,

Any Standard (ISI) make

853 Pin Socket 5/6 A Suitable For 220-250 V,50 Hz,

Legrand/Havells/ Anchor

86Five Pin Socket 15/16 Amp Suitable For 220-250 V,50 Hz,

Legrand/Havells/ Anchor

87Switch Piano Type - 5/6 A Suitable For 220-250 V,50 Hz,

Legrand/Havells/ Anchor

88Switch Piano Type- 15/16 A Suitable For 220-250 V,50 Hz,

Legrand/Havells/ Anchor

89Fan Bearing no. 6201, Any Standard (ISI)

make

90Fan Bearing no. 6202, Any Standard (ISI)

make

91CFL Holder 2 Pin Suitable For 2-Pin , 9W/11W/18W/36W, 220/240V, CFL Lamp ,

Any Standard (ISI) make

92CFL Holder 4 Pin Suitable For 4-Pin , 9W/11W/18W/36W, 220/240V, CFL Lamp ,

Any Standard (ISI) make

93Gls Lamp 40W Suitable For 220-250 V,50 Hz,

Philips/Bajaj/ Wipro/CG

94Gls Lamp 60W Suitable For 220-250 V,50 Hz,

Philips/Bajaj/ Wipro/CG

95Angle Lamp Holder Suitable For 220-250 V,50 Hz,

Legrand/Havells/ Anchor

96Two Way Switch Piano Type 6A Suitable For 220-250 V,50 Hz,

Legrand/Havells/ Anchor

9724V, 12W, LED Power Supply(Driver) Suitable For 220-250 V,50 Hz,

Philips/Bajaj/ Wipro/CG

9812V, 12W, LED Power Supply(Driver) Suitable For 220-250 V,50 Hz,

Philips/Bajaj/ Wipro/CG

9912V, 6W,LED Power Supply(Driver) Suitable For 220-250 V,50 Hz,

Philips/Bajaj/ Wipro/CG

100CFL Lamp 18W Suitable For 220-250 V,50 Hz,

Philips/Bajaj/ Wipro/CG

101Ring Type Copper Lugs 4.00 SqMM, Any Standard (ISI)

make

102Ring Type Copper Lugs 6.00 SqMM , Any Standard (ISI)

make

103Ring Type Copper Lugs 10.00 SqMM , Any Standard (ISI)

make

104Ring Type Copper Lugs 16.00 SqMM , Any Standard (ISI)

make

105Ring Type Copper Lugs 25.00 SqMM , Any Standard (ISI)

make

106Pin Type Aluminium Lugs 6 Sq.MM, Any Standard (ISI)

make

107Pin Type Aluminium Lugs 10 SqMM, Any Standard (ISI)

make

108Pin Type Aluminium Lugs 16 SqMM, Any Standard (ISI)

make

109Pin Type Aluminium Lugs 25 SqMM, Any Standard (ISI)

make

110Pin Type Aluminium Lugs 35 SqMM, Any Standard (ISI)

make

111Pin Type Aluminium Lugs 50 SqMM, Any Standard (ISI)

make

Page 4 of 6

Page 32: Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4 Technical Specification 1 7 7 7 Section - 5 Tender Forms and Schedules TF&S-0 TF&S-12

Sl. No. Item Description with Technical Specification Make Offered MakeDeviation from technical

specification if anyReason for Deviation

112Pin Type Aluminium Lugs 90 SqMM, Any Standard (ISI)

make

113Pin Type Aluminium Lugs 120 SqMM, Any Standard (ISI)

make

114Pin Type Aluminium Lugs 150 SqMM, Any Standard (ISI)

make

1153 Pin Plug Top 5/6 Amp Suitable For 220-250 V,50 Hz,

Legrand/Havells/ Anchor

1163 Pin Plug Top 15/16 Amp Suitable For 220250 V,50 Hz,

Legrand/Havells/ Anchor

117Anchor Fastner 3 Inch Size With Nut & Bolt,

Any Standard (ISI) make

118Battery 9 Volt , Panasonic/

Eveready/ BPL

119Battary 1.5V 'AA' Size, Panasonic/

Eveready/ BPL

120Battary 1.5V 'AAA' Size, Panasonic/

Eveready/ BPL

121TV Socket, Legrand/Havells/

Anchor

122TV Pin, Any Standard (ISI)

make

123Rg-11 Cable TV Connector, Suitable for Rg-11 Cable

Any Standard (ISI) make

124Rg-6 Cable TV Connector, Suitable for Rg-6 Cable

Any Standard (ISI) make

1252 Way Splitter For Cable TV, Any Standard (ISI)

make

1263 Way Splitter For Cable TV, Any Standard (ISI)

make

1274 Way Splitter For Cable TV, Any Standard (ISI)

make

1286 Way Splitter For Cable TV, Any Standard (ISI)

make

129Rg-6, Co-Axial TV Cable, Finolex/ Polycab/

Anchor

130Geyser Thermostate 20Amp, 250 V Ac Manual Reset Type,

Any Standard (ISI) make

131Geyser Thermostate 20Amp, 250 V Ac Auto Reset Type,

Any Standard (ISI) make

132Immersion Rod 2000W, 220-240V Ac, 50Hz For Geyser,

Any Standard (ISI) make

133

Air Break Power Contactor, 3 Pole With Main Contact- 3No And Auxiliary Contact 1No, 415V 3Ph Ac3, 9Amp, 220V Dc,

GE/Schneider/ L&T/Legrand

134

Air Break Power Contactor, 3 Pole With Main Contact- 3No And Auxiliary Contact 1No, 415V 3Ph Ac3, 16Amp, 220V Dc,

GE/Schneider/ L&T/Legrand

135

Additional Contact Block Side Mount 1 N.O. / 1 N.C for Capacitors Switching Contactor, Suitable For Capacitors Switching Contactor, Ac3 25A,

GE/Schneider/ L&T/Legrand

136Power Contactor Ac3 25 A, Number Of Contacts 3 Main And 1 No Auxiliary Contact,

GE/Schneider/ L&T/Legrand

137

Additional Contact Block Side Mount 1 N.O. / 1 N.C, for Power Contactor Ac3 25 A Suitable For Power Contactor Ac3 25A,

GE/Schneider/ L&T/Legrand

Page 5 of 6

Page 33: Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4 Technical Specification 1 7 7 7 Section - 5 Tender Forms and Schedules TF&S-0 TF&S-12

Sl. No. Item Description with Technical Specification Make Offered MakeDeviation from technical

specification if anyReason for Deviation

138Power Contactor Ac3 10 A, Number Of Contacts 4 Main, 4 Pole,

GE/Schneider/ L&T/Legrand

139Electromechanical Timer Daily Dial Type, Any Standard (ISI)

make140 Casing/Capping 1/2" (PVC), Any Make141 Casing/Capping 1" (PVC), Any Make142 Casing/Capping 2" (PVC), Any Make143 Board, Size:6"x8" (Wooden), Any Make144 Board, Size:4"x4" (Wooden), Any Make145 Board, Size:4"x7" (Wooden), Any Make

146Telephone Crown Punch, Any Standard (ISI)

make

147Telephone Female Socket For Rj11 2Pin/6Wire,

Legrand/ Havells/ Anchor

Signature & Seal of the Bidder

Page 6 of 6

Page 34: Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4 Technical Specification 1 7 7 7 Section - 5 Tender Forms and Schedules TF&S-0 TF&S-12

TF&S0

SECTION - 5

TENDER FORMS & SCHEDULES

OMKARESHWAR POWER STATION

Page 35: Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4 Technical Specification 1 7 7 7 Section - 5 Tender Forms and Schedules TF&S-0 TF&S-12

TF&S1

SCHEDULE-A (BOQ)

Enclosed Separately as Excel Sheet

Page 36: Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4 Technical Specification 1 7 7 7 Section - 5 Tender Forms and Schedules TF&S-0 TF&S-12

Bidder Name :

Sl.No.

Description of work No.orQty.

Unit Estimated Rate (in. Rs.)

AMOUNT Rs. P

Figures Words

1.00 200 Amp HRC Fuse Link, Bolted Type, Center Tag 2 Holes 415V Ac 80Ka Gg Make

50.00 No. Rupees only 0.00

SCHEDULE OF WORKS(This BoQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns,

else the bidder is liable to be rejected for this tender. Bidders are allowed to enter the Bidder Name and Values only)

Tender Inviting Authority : Chief Engineer (C&P), Omkareshwar Power Station

Nature of Work: Supply of Electrical Items at Omkareshwar Power Station, NHDC Ltd.

NIT No.: NHDC/3C/571/14/2141

RATE In Figures To be entered by the Bidder Rs. P

VALIDATE

PRINT

HELP

2 Holes, 415V Ac, 80Ka Gg, Make-GE/L&T/Siemens/ HPL

2.00 200 Amp HRC Fuse Link, Blade Type, 500V Ac, 80Ka Gg, Size 1, Make-GE/L&T/Siemens/ HPL

50.00 No. Rupees only 0.00

3.00 250 Amp HRC Fuse Link, Bolted Type, 415 V Ac, 80 Ka Gg, Make-GE/L&T/Siemens/ HPL

50.00 No. Rupees only 0.00

4.00 125 Amp HRC Fuse Link, Bolted Type, Center Tag 2 Holes, 415V Ac, 80Ka Gg, Size A4, Make-GE/L&T/Siemens/ HPL

50.00 No. Rupees only 0.00

5.00 125 Amp HRC Fuse Link, Bolted Type, Offset 415 V Ac, 80 Ka Gg, Size B1, Make-GE/L&T/Siemens/ HPL

50.00 No. Rupees only 0.00

6.00 63 Amp HRC Fuse, Blade Type, 415 V Ac, 80 Ka Gg, Size 00, Din Type , Make-GE/L&T/Siemens/ HPL

50.00 No. Rupees only 0.00

7.00 100 Amp HRC Fuse Link, Blade Type, 500 V Ac, 120 Ka Gg, Size 000, Din Type, Make-GE/L&T/Siemens/ HPL

50.00 No. Rupees only 0.00

Page 1

Page 37: Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4 Technical Specification 1 7 7 7 Section - 5 Tender Forms and Schedules TF&S-0 TF&S-12

Bidder Name :

Sl.No.

Description of work No.orQty.

Unit Estimated Rate (in. Rs.)

AMOUNT Rs. P

Figures Words

SCHEDULE OF WORKS(This BoQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns,

else the bidder is liable to be rejected for this tender. Bidders are allowed to enter the Bidder Name and Values only)

Tender Inviting Authority : Chief Engineer (C&P), Omkareshwar Power Station

Nature of Work: Supply of Electrical Items at Omkareshwar Power Station, NHDC Ltd.

NIT No.: NHDC/3C/571/14/2141

RATE In Figures To be entered by the Bidder Rs. P

VALIDATE

PRINT

HELP

8.00 Fuse Base, 415V, 20 Amp , Suitable For 4 A Fuse Link

25.00 No. Rupees only 0.00Link, Make-GE/L&T/Siemens/ HPL

9.00 HRC Fuse Base 160A, Suitable For 200A Fuse Link Hn, Size 000, Make-GE/L&T/Siemens/ HPL

50.00 No. Rupees only 0.00

10.00 HRC Fuse Base 160 A, Suitable For Fuse Link Hn, Size 00, Make-GE/L&T/Siemens/ HPL

50.00 No. Rupees only 0.00

11.00 HRC Fuse Base 250 Amp, Suitable For Fuse Link Hn, Size 1, Make-GE/L&T/Siemens/ HPL

50.00 No. Rupees only 0.00

12.00 Control Circuit Glass Fuse 1 Amp, Make-Any Standard (ISI) make

50.00 No. Rupees only 0.00

13.00 HRC Fuse 4 Amp , 500V- 80Ka, Size F1, Make-Any Standard (ISI) make

50.00 No. Rupees only 0.00

14.00 Fluorescent Tube Rod Holder , For 36/40W Fluorescent Tube Rod, Make-Any Standard (ISI) make

100.00 No. Rupees only 0.00

Page 2

Page 38: Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4 Technical Specification 1 7 7 7 Section - 5 Tender Forms and Schedules TF&S-0 TF&S-12

Bidder Name :

Sl.No.

Description of work No.orQty.

Unit Estimated Rate (in. Rs.)

AMOUNT Rs. P

Figures Words

SCHEDULE OF WORKS(This BoQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns,

else the bidder is liable to be rejected for this tender. Bidders are allowed to enter the Bidder Name and Values only)

Tender Inviting Authority : Chief Engineer (C&P), Omkareshwar Power Station

Nature of Work: Supply of Electrical Items at Omkareshwar Power Station, NHDC Ltd.

NIT No.: NHDC/3C/571/14/2141

RATE In Figures To be entered by the Bidder Rs. P

VALIDATE

PRINT

HELP

15.00 Ding Dong Bell, Dore Bell, Suitable For 220-250 V 50 Hz

100.00 No. Rupees only 0.00V,50 Hz, Make-Anchor/Cona/Western

16.00 Modular Type 10A/6A, 1 Way Switch, Make- Legrand/Havells/ Anchor

50.00 No. Rupees only 0.00

17.00 Modular Type 16A, 1 Way Switch, Make- Legrand/Havells/ Anchor

30.00 No. Rupees only 0.00

18.00 Modular Type 6A, 3 Pin Socket, Make- Legrand/Havells/ Anchor

30.00 No. Rupees only 0.00

19.00 Modular Type 20A, 3/5 Pin Socket, Make- Legrand/Havells/ Anchor

30.00 No. Rupees only 0.00

20.00 Modular Type 5 Step Fan Regulator , Make- Legrand/Havells/ Anchor

50.00 No. Rupees only 0.00

21.00 Modular Type Telephone Socket, Make- Legrand/Havells/ Anchor

50.00 No. Rupees only 0.00

22.00 T.V Socket Outlet, Modular Type, Make- Legrand/Havells/ Anchor

50.00 No. Rupees only 0.00

23.00 Capacitor 2.5 Mfd, 440Vac,50/60 Hz, Make- Siemens/EPCOS/ Schneider

200.00 No. Rupees only 0.00

24.00 Capacitor 3.15 Mfd , 440Vac,50/60 Hz, Make- Siemens/EPCOS/ Schneider

50.00 No. Rupees only 0.00

Page 3

Page 39: Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4 Technical Specification 1 7 7 7 Section - 5 Tender Forms and Schedules TF&S-0 TF&S-12

Bidder Name :

Sl.No.

Description of work No.orQty.

Unit Estimated Rate (in. Rs.)

AMOUNT Rs. P

Figures Words

SCHEDULE OF WORKS(This BoQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns,

else the bidder is liable to be rejected for this tender. Bidders are allowed to enter the Bidder Name and Values only)

Tender Inviting Authority : Chief Engineer (C&P), Omkareshwar Power Station

Nature of Work: Supply of Electrical Items at Omkareshwar Power Station, NHDC Ltd.

NIT No.: NHDC/3C/571/14/2141

RATE In Figures To be entered by the Bidder Rs. P

VALIDATE

PRINT

HELP

25.00 Capacitor 4 Mfd , 440Vac,50/60 Hz , Make Siemens/EPCOS/ Schneider

250.00 No. Rupees only 0.00Make- Siemens/EPCOS/ Schneider

26.00 Capacitor 6 Mfd, 440Vac,50/60 Hz, Make- Siemens/EPCOS/ Schneider

50.00 No. Rupees only 0.00

27.00 Capacitor 8 Mfd, 440Vac,50/60 Hz, Make- Siemens/EPCOS/ Schneider

50.00 No. Rupees only 0.00

28.00 Capacitor 10 Mfd, 440Vac,50/60 Hz, Make- Siemens/EPCOS/ Schneider

50.00 No. Rupees only 0.00

29.00 Capacitor 20 Mfd, 440Vac,50/60 Hz, Make- Siemens/EPCOS/ Schneider

50.00 No. Rupees only 0.00

30.00 Capacitor 42 Mfd, 440Vac,50/60 Hz, Make- Siemens/EPCOS/ Schneider

100.00 No. Rupees only 0.00

31.00 MCB 25 A TPN, 415V, 50/60Hz Triple Pole, Make- GE/Schneider/ L&T/Legrand

30.00 No. Rupees only 0.00

32.00 MCB TPN 20 Amp, 415V, 50/60Hz Triple Pole, Make- GE/Schneider/ L&T/Legrand

30.00 No. Rupees only 0.00

33.00 MCB TPN 32 A, 415V, 50/60Hz Triple Pole, Make- GE/Schneider/ L&T/Legrand

30.00 No. Rupees only 0.00

34.00 MCB TPN 63 A, 415V, 50/60Hz Triple Pole, Make- GE/Schneider/ L&T/Legrand

50.00 No. Rupees only 0.00

Page 4

Page 40: Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4 Technical Specification 1 7 7 7 Section - 5 Tender Forms and Schedules TF&S-0 TF&S-12

Bidder Name :

Sl.No.

Description of work No.orQty.

Unit Estimated Rate (in. Rs.)

AMOUNT Rs. P

Figures Words

SCHEDULE OF WORKS(This BoQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns,

else the bidder is liable to be rejected for this tender. Bidders are allowed to enter the Bidder Name and Values only)

Tender Inviting Authority : Chief Engineer (C&P), Omkareshwar Power Station

Nature of Work: Supply of Electrical Items at Omkareshwar Power Station, NHDC Ltd.

NIT No.: NHDC/3C/571/14/2141

RATE In Figures To be entered by the Bidder Rs. P

VALIDATE

PRINT

HELP

35.00 MCB , 6 A, Single Pole, Make GE/Schneider/ L&T/Legrand

50.00 No. Rupees only 0.00Make- GE/Schneider/ L&T/Legrand

36.00 MCB , 16 A, Single Pole, Make- GE/Schneider/ L&T/Legrand

50.00 No. Rupees only 0.00

37.00 MCB , 32 A, Single Pole, Make- GE/Schneider/ L&T/Legrand

50.00 No. Rupees only 0.00

38.00 MCB , 10 A, Single Pole, Make- GE/Schneider/ L&T/Legrand

50.00 No. Rupees only 0.00

39.00 MCB ,20A, Single Pole, Make- GE/Schneider/ L&T/Legrand

30.00 No. Rupees only 0.00

40.00 MCB , 63A, Single Pole, Make- GE/Schneider/ L&T/Legrand

30.00 No. Rupees only 0.00

41.00 MCB , 2 A, Single Pole, Make- GE/Schneider/ L&T/Legrand

15.00 No. Rupees only 0.00

42.00 MCB, 6A, Double Pole, Make- GE/Schneider/ L&T/Legrand

30.00 No. Rupees only 0.00

43.00 MCB , 32A, Double Pole, Make- GE/Schneider/ L&T/Legrand

30.00 No. Rupees only 0.00

44.00 MCB , 20 Amp , Single Pole With Neutral, Make- GE/Schneider/ L&T/Legrand

20.00 No. Rupees only 0.00

Page 5

Page 41: Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4 Technical Specification 1 7 7 7 Section - 5 Tender Forms and Schedules TF&S-0 TF&S-12

Bidder Name :

Sl.No.

Description of work No.orQty.

Unit Estimated Rate (in. Rs.)

AMOUNT Rs. P

Figures Words

SCHEDULE OF WORKS(This BoQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns,

else the bidder is liable to be rejected for this tender. Bidders are allowed to enter the Bidder Name and Values only)

Tender Inviting Authority : Chief Engineer (C&P), Omkareshwar Power Station

Nature of Work: Supply of Electrical Items at Omkareshwar Power Station, NHDC Ltd.

NIT No.: NHDC/3C/571/14/2141

RATE In Figures To be entered by the Bidder Rs. P

VALIDATE

PRINT

HELP

45.00 MCB , 16 Amp, Single Pole With Neutral, Make GE/Schneider/ L&T/Legrand

30.00 No. Rupees only 0.00Make- GE/Schneider/ L&T/Legrand

46.00 MCB , 32 Amp , Single Pole With Neutral, Make- GE/Schneider/ L&T/Legrand

20.00 No. Rupees only 0.00

47.00 CFL Lamp 2-Pin, 9W, Make-Philips/Bajaj/Wipro/CG

100.00 No. Rupees only 0.00

48.00 CFL Lamp 2-Pin, 11W, Make-Philips/Bajaj/Wipro/CG

50.00 No. Rupees only 0.00

49.00 CFL Lamp 4-Pin, 18W, Make-Philips/Bajaj/Wipro/CG

100.00 No. Rupees only 0.00

50.00 CFL Lamp 2-Pin, 18W, Make-Philips/Bajaj/Wipro/CG

25.00 No. Rupees only 0.00

51.00 CFL Lamp, 4-Pin, 36W, Make-Philips/Bajaj/Wipro/CG

100.00 No. Rupees only 0.00

52.00 CFL 5 Watt Threaded Type , Make-Philips/Bajaj/Wipro/CG

50.00 No. Rupees only 0.00

53.00 CFL ≥ 14 Watt, Normal CFL, Make-Philips/Bajaj/Wipro/CG

250.00 No. Rupees only 0.00

54.00 Thread Type Glass Lamp 40 Watt (incandescent lamp), Make-Philips/Bajaj/Wipro/CG

50.00 No. Rupees only 0.00

Page 6

Page 42: Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4 Technical Specification 1 7 7 7 Section - 5 Tender Forms and Schedules TF&S-0 TF&S-12

Bidder Name :

Sl.No.

Description of work No.orQty.

Unit Estimated Rate (in. Rs.)

AMOUNT Rs. P

Figures Words

SCHEDULE OF WORKS(This BoQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns,

else the bidder is liable to be rejected for this tender. Bidders are allowed to enter the Bidder Name and Values only)

Tender Inviting Authority : Chief Engineer (C&P), Omkareshwar Power Station

Nature of Work: Supply of Electrical Items at Omkareshwar Power Station, NHDC Ltd.

NIT No.: NHDC/3C/571/14/2141

RATE In Figures To be entered by the Bidder Rs. P

VALIDATE

PRINT

HELP

55.00 Fluorescent Tube Rod 36/40 Watt (120 cm) Fitting, Make Philips/Bajaj/Wipro/CG

200.00 No. Rupees only 0.00Make-Philips/Bajaj/Wipro/CG

56.00 Fluorescent Tube Rod 36/40 Watt (120 cm), Make-Philips/Bajaj/Wipro/CG

400.00 No. Rupees only 0.00

57.00 36/40 Watt Electronic Ballast (Choke), Suitable for 36/40 Watt Fluorescent Tube , Make- Philips/Bajaj/Wipro/CG

100.00 No. Rupees only 0.00

58.00 Choke 7/9/11 Watt , Vaccum Impregnated Copper Ballast, Suitable For 220-250 V,50 Hz, Make- Philips/Bajaj/Wipro/CG

200.00 No. Rupees only 0.00

59.00 Choke 20 Watt. , Copper Ballast, 230V, 50Hz, Make- Philips/Bajaj/Wipro/CG

50.00 No. Rupees only 0.00

60.00 Fluorescent Tube Rod 18/20 Watt, Make-Philips/Bajaj/Wipro/CG

100.00 No. Rupees only 0.00

61.00 Tubelight Starter, For 36/40W Fluorescent Tube Rod, Make-Philips/Bajaj/Wipro/CG

200.00 No. Rupees only 0.00

62.00 100 Amps., 4 Pole Isolator, 415V,50/60Hz, Make-GE/L&T/Siemens/HPL

30.00 No. Rupees only 0.00

Page 7

Page 43: Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4 Technical Specification 1 7 7 7 Section - 5 Tender Forms and Schedules TF&S-0 TF&S-12

Bidder Name :

Sl.No.

Description of work No.orQty.

Unit Estimated Rate (in. Rs.)

AMOUNT Rs. P

Figures Words

SCHEDULE OF WORKS(This BoQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns,

else the bidder is liable to be rejected for this tender. Bidders are allowed to enter the Bidder Name and Values only)

Tender Inviting Authority : Chief Engineer (C&P), Omkareshwar Power Station

Nature of Work: Supply of Electrical Items at Omkareshwar Power Station, NHDC Ltd.

NIT No.: NHDC/3C/571/14/2141

RATE In Figures To be entered by the Bidder Rs. P

VALIDATE

PRINT

HELP

63.00 Isolator 63 A, 415 V, 4 Pole , 50/60Hz, Make GE/L&T/Siemens/HPL

25.00 No. Rupees only 0.00Make-GE/L&T/Siemens/HPL

64.00 4 Pole MCCB, 100 A, 50/60 Hz, 415V Make-GE/L&T/Siemens/HPL

10.00 No. Rupees only 0.00

65.00 4 Pole MCCB, 250 A, 415V, 50/60Hz Make-GE/L&T/Siemens/HPL

10.00 No. Rupees only 0.00

66.00 200 Amps Busbar, TPN, Rising Mains With Alumininum Busbar 415V,50/60Hz, 4 Pole , Make-GE/L&T/Siemens/HPL

2.00 No. Rupees only 0.00

67.00 100 Amp HRC Fuse, Size 00, 500V, Ac, 80Ka Gg, Blade Type , Make-GE/L&T/Siemens/HPL

25.00 No. Rupees only 0.00

68.00 RCCB, 2 Pole, 63 A, Sensitive - 30 Ma, Make-GE/L&T/Siemens/HPL

25.00 No. Rupees only 0.00

69.00 Modular Type Bell Switch, Make- Legrand/Havells/ Anchor

10.00 No. Rupees only 0.00

70.00 H.P.S.V. Lamp 70 Watt, Suitable For 220-250 V, 50 Hz, Make- Philips/Wipro/Bajaj/CG

25.00 No. Rupees only 0.00

Page 8

Page 44: Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4 Technical Specification 1 7 7 7 Section - 5 Tender Forms and Schedules TF&S-0 TF&S-12

Bidder Name :

Sl.No.

Description of work No.orQty.

Unit Estimated Rate (in. Rs.)

AMOUNT Rs. P

Figures Words

SCHEDULE OF WORKS(This BoQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns,

else the bidder is liable to be rejected for this tender. Bidders are allowed to enter the Bidder Name and Values only)

Tender Inviting Authority : Chief Engineer (C&P), Omkareshwar Power Station

Nature of Work: Supply of Electrical Items at Omkareshwar Power Station, NHDC Ltd.

NIT No.: NHDC/3C/571/14/2141

RATE In Figures To be entered by the Bidder Rs. P

VALIDATE

PRINT

HELP

71.00 H.P.S.V. Lamp 150 Watt, Single Ended Tubular Screw Type Suitable For 220 250

50.00 No. Rupees only 0.00Ended,Tubular,Screw Type, Suitable For 220-250 V,50 Hz, Make- Philips/Wipro/Bajaj/CG

72.00 M.H. Lamp 70 Watt (Single Ended Type), 230-250V,50 Hz, Make- Philips/Wipro/Bajaj/CG

50.00 No. Rupees only 0.00

73.00 M.H. Lamp 150 Watt Single Ended, Tubular, Screw Type, Suitable For 220-250 V,50 Hz, Make- Philips/Wipro/Bajaj/CG

100.00 No. Rupees only 0.00

74.00 M.H. Lamp 250 Watt Single Ended, Tubular, Screw Type, Suitable For 220-250 V,50 Hz, Make- Philips/Wipro/Bajaj/CG

100.00 No. Rupees only 0.00

75.00 M.H. Lamp 400 Watt , Single Ended, Tubular, Screw Type, Suitable For 220-250 V,50 Hz, Make- Philips/Wipro/Bajaj/CG

100.00 No. Rupees only 0.00

76.00 M.H. Lamp70 Watt, Double Ended Type Suitable For 220-250 V,50 Hz, Make-Philips/Wipro/Bajaj/CG

15.00 No. Rupees only 0.00

Page 9

Page 45: Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4 Technical Specification 1 7 7 7 Section - 5 Tender Forms and Schedules TF&S-0 TF&S-12

Bidder Name :

Sl.No.

Description of work No.orQty.

Unit Estimated Rate (in. Rs.)

AMOUNT Rs. P

Figures Words

SCHEDULE OF WORKS(This BoQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns,

else the bidder is liable to be rejected for this tender. Bidders are allowed to enter the Bidder Name and Values only)

Tender Inviting Authority : Chief Engineer (C&P), Omkareshwar Power Station

Nature of Work: Supply of Electrical Items at Omkareshwar Power Station, NHDC Ltd.

NIT No.: NHDC/3C/571/14/2141

RATE In Figures To be entered by the Bidder Rs. P

VALIDATE

PRINT

HELP

77.00 Igniter For 70/150/250 Watt SV/MH LampSuitable For 220 250 V 50 Hz

200.00 No. Rupees only 0.00For 220-250 V,50 Hz, Make- Philips/Wipro/Bajaj/CG

78.00 Ceramic Lamp Holder For 70 Watt MH Lamp, Ceramic Type, Make- Any Standard Make (ISI)

20.00 No. Rupees only 0.00

79.00 Copper Ballast, 150 Watt SV/MH Lamp Vacuum Impregnated Type Suitable For 220/240V, 50 Hz Ac Supply, Make-GE/Philips/Bajaj

50.00 No. Rupees only 0.00

80.00 Ceramic Lamp Holder For 150 Watt MH Lamp Ceramic Type, Make- Any Standard (ISI) make

20.00 No. Rupees only 0.00

81.00 Copper Ballast, 250 Watt SV/MH Lamp, Vacuum Impregnated Type Suitable For 220/240V, 50 Hz Ac Supply, Make- GE/Philips/Bajaj/CG

50.00 No. Rupees only 0.00

82.00 Ceramic Lamp Holder For 250 Watt MH Lamp Ceramic Type, Make-Any Standard (ISI) make

20.00 No. Rupees only 0.00

Page 10

Page 46: Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4 Technical Specification 1 7 7 7 Section - 5 Tender Forms and Schedules TF&S-0 TF&S-12

Bidder Name :

Sl.No.

Description of work No.orQty.

Unit Estimated Rate (in. Rs.)

AMOUNT Rs. P

Figures Words

SCHEDULE OF WORKS(This BoQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns,

else the bidder is liable to be rejected for this tender. Bidders are allowed to enter the Bidder Name and Values only)

Tender Inviting Authority : Chief Engineer (C&P), Omkareshwar Power Station

Nature of Work: Supply of Electrical Items at Omkareshwar Power Station, NHDC Ltd.

NIT No.: NHDC/3C/571/14/2141

RATE In Figures To be entered by the Bidder Rs. P

VALIDATE

PRINT

HELP

83.00 Copper Ballast, 400 Watt SV/MH Lamp Vacuum Impregnated Type Suitable For 220 250 V 50 Hz

50.00 No. Rupees only 0.00Impregnated Type Suitable For 220-250 V,50 Hz, Make- GE/Philips/Bajaj/CG

84.00 Ceramic Lamp Holder For 400 Watt MH Lamp Ceramic Type, Make- Any Standard (ISI) make

20.00 No. Rupees only 0.00

85.00 3 Pin Socket 5/6 A Suitable For 220-250 V,50 Hz, Make- Legrand/Havells/ Anchor

300.00 No. Rupees only 0.00

86.00 Five Pin Socket 15/16 Amp Suitable For 220-250 V,50 Hz, Make- Legrand/Havells/ Anchor

200.00 No. Rupees only 0.00

87.00 Switch Piano Type - 5/6 A Suitable For 220-250 V,50 Hz, Make- Legrand/Havells/ Anchor

300.00 No. Rupees only 0.00

88.00 Switch Piano Type- 15/16 A Suitable For 220-250 V,50 Hz, Make- Legrand/Havells/ Anchor

300.00 No. Rupees only 0.00

89.00 Fan Bearing no. 6201, Make- Any Standard (ISI) make

50.00 No. Rupees only 0.00

Page 11

Page 47: Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4 Technical Specification 1 7 7 7 Section - 5 Tender Forms and Schedules TF&S-0 TF&S-12

Bidder Name :

Sl.No.

Description of work No.orQty.

Unit Estimated Rate (in. Rs.)

AMOUNT Rs. P

Figures Words

SCHEDULE OF WORKS(This BoQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns,

else the bidder is liable to be rejected for this tender. Bidders are allowed to enter the Bidder Name and Values only)

Tender Inviting Authority : Chief Engineer (C&P), Omkareshwar Power Station

Nature of Work: Supply of Electrical Items at Omkareshwar Power Station, NHDC Ltd.

NIT No.: NHDC/3C/571/14/2141

RATE In Figures To be entered by the Bidder Rs. P

VALIDATE

PRINT

HELP

90.00 Fan Bearing no. 6202, Make Any Standard (ISI) make

50.00 No. Rupees only 0.00Make- Any Standard (ISI) make

91.00 CFL Holder 2 Pin Suitable For 2-Pin , 9W/11W/18W/36W, 220/240V, CFL Lamp , Make- Any Standard (ISI) make

50.00 No. Rupees only 0.00

92.00 CFL Holder 4 Pin Suitable For 4-Pin , 9W/11W/18W/36W, 220/240V, CFL Lamp , Make- Any Standard (ISI) make

50.00 No. Rupees only 0.00

93.00 Gls Lamp 40W Suitable For 220-250 V,50 Hz, Make-Philips/Bajaj/Wipro/CG

200.00 No. Rupees only 0.00

94.00 Gls Lamp 60W Suitable For 220-250 V,50 Hz, Make- Philips/Bajaj/Wipro/CG

200.00 No. Rupees only 0.00

95.00 Angle Lamp Holder Suitable For 220-250 V,50 Hz, Make- Legrand/Havells/ Anchor

75.00 No. Rupees only 0.00

96.00 Two Way Switch Piano Type 6A Suitable For 220-250 V,50 Hz, Make- Legrand/Havells/ Anchor

100.00 No. Rupees only 0.00

97.00 24V, 12W, LED Power Supply(Driver) Suitable For 220-250 V,50 Hz, Make- Philips/Bajaj/Wipro/CG

15.00 No. Rupees only 0.00

Page 12

Page 48: Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4 Technical Specification 1 7 7 7 Section - 5 Tender Forms and Schedules TF&S-0 TF&S-12

Bidder Name :

Sl.No.

Description of work No.orQty.

Unit Estimated Rate (in. Rs.)

AMOUNT Rs. P

Figures Words

SCHEDULE OF WORKS(This BoQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns,

else the bidder is liable to be rejected for this tender. Bidders are allowed to enter the Bidder Name and Values only)

Tender Inviting Authority : Chief Engineer (C&P), Omkareshwar Power Station

Nature of Work: Supply of Electrical Items at Omkareshwar Power Station, NHDC Ltd.

NIT No.: NHDC/3C/571/14/2141

RATE In Figures To be entered by the Bidder Rs. P

VALIDATE

PRINT

HELP

98.00 12V, 12W, LED Power Supply(Driver) Suitable For 220 250 V 50 Hz Make

15.00 No. Rupees only 0.00220-250 V,50 Hz, Make- Philips/Bajaj/Wipro/CG

99.00 12V, 6W,LED Power Supply(Driver) Suitable For 220-250 V,50 Hz, Make- Philips/Bajaj/Wipro/CG

15.00 No. Rupees only 0.00

100.00 CFL Lamp 18W Suitable For 220-250 V,50 Hz, Make- Philips/Bajaj/Wipro/CG

25.00 No. Rupees only 0.00

101.00 Ring Type Copper Lugs 4.00 SqMM, Make-Any Standard (ISI) make

25.00 No. Rupees only 0.00

102.00 Ring Type Copper Lugs 6.00 SqMM , Make-Any Standard (ISI) make

25.00 No. Rupees only 0.00

103.00 Ring Type Copper Lugs 10.00 SqMM , Make-Any Standard (ISI) make

25.00 No. Rupees only 0.00

104.00 Ring Type Copper Lugs 16.00 SqMM , Make-Any Standard (ISI) make

25.00 No. Rupees only 0.00

105.00 Ring Type Copper Lugs 25.00 SqMM , Make-Any Standard (ISI) make

25.00 No. Rupees only 0.00

106.00 Pin Type Aluminium Lugs 6 Sq.MM, Make-Any Standard (ISI) make

50.00 No. Rupees only 0.00

Page 13

Page 49: Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4 Technical Specification 1 7 7 7 Section - 5 Tender Forms and Schedules TF&S-0 TF&S-12

Bidder Name :

Sl.No.

Description of work No.orQty.

Unit Estimated Rate (in. Rs.)

AMOUNT Rs. P

Figures Words

SCHEDULE OF WORKS(This BoQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns,

else the bidder is liable to be rejected for this tender. Bidders are allowed to enter the Bidder Name and Values only)

Tender Inviting Authority : Chief Engineer (C&P), Omkareshwar Power Station

Nature of Work: Supply of Electrical Items at Omkareshwar Power Station, NHDC Ltd.

NIT No.: NHDC/3C/571/14/2141

RATE In Figures To be entered by the Bidder Rs. P

VALIDATE

PRINT

HELP

107.00 Pin Type Aluminium Lugs 10 SqMM, Make Any Standard (ISI) make

50.00 No. Rupees only 0.00Make-Any Standard (ISI) make

108.00 Pin Type Aluminium Lugs 16 SqMM, Make-Any Standard (ISI) make

50.00 No. Rupees only 0.00

109.00 Pin Type Aluminium Lugs 25 SqMM, Make-Any Standard (ISI) make

50.00 No. Rupees only 0.00

110.00 Pin Type Aluminium Lugs 35 SqMM, Make-Any Standard (ISI) make

50.00 No. Rupees only 0.00

111.00 Pin Type Aluminium Lugs 50 SqMM, Make-Any Standard (ISI) make

50.00 No. Rupees only 0.00

112.00 Pin Type Aluminium Lugs 90 SqMM, Make-Any Standard (ISI) make

50.00 No. Rupees only 0.00

113.00 Pin Type Aluminium Lugs 120 SqMM, Make-Any Standard (ISI) make

50.00 No. Rupees only 0.00

114.00 Pin Type Aluminium Lugs 150 SqMM, Make-Any Standard (ISI) make

50.00 No. Rupees only 0.00

115.00 3 Pin Plug Top 5/6 Amp Suitable For 220-250 V,50 Hz, Make-Legrand/Havells/ Anchor

100.00 No. Rupees only 0.00

116.00 3 Pin Plug Top 15/16 Amp Suitable For 220-250 V,50 Hz, Make-Legrand/Havells/ Anchor

50.00 No. Rupees only 0.00

Page 14

Page 50: Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4 Technical Specification 1 7 7 7 Section - 5 Tender Forms and Schedules TF&S-0 TF&S-12

Bidder Name :

Sl.No.

Description of work No.orQty.

Unit Estimated Rate (in. Rs.)

AMOUNT Rs. P

Figures Words

SCHEDULE OF WORKS(This BoQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns,

else the bidder is liable to be rejected for this tender. Bidders are allowed to enter the Bidder Name and Values only)

Tender Inviting Authority : Chief Engineer (C&P), Omkareshwar Power Station

Nature of Work: Supply of Electrical Items at Omkareshwar Power Station, NHDC Ltd.

NIT No.: NHDC/3C/571/14/2141

RATE In Figures To be entered by the Bidder Rs. P

VALIDATE

PRINT

HELP

117.00 Anchor Fastner 3 Inch Size With Nut & Bolt, Make-Any Standard (ISI) make

75.00 No. Rupees only 0.00Any Standard (ISI) make

118.00 Battery 9 Volt , Make-Panasonic/Eveready/ BPL

75.00 No. Rupees only 0.00

119.00 Battary 1.5V 'AA' Size, Make-Panasonic/Eveready/ BPL

100.00 No. Rupees only 0.00

120.00 Battary 1.5V 'AAA' Size, Make-Panasonic/Eveready/ BPL

100.00 No. Rupees only 0.00

121.00 TV Socket, Make- Legrand/Havells/ Anchor 30.00 No. Rupees only 0.00

122.00 TV Pin, Make-Any Standard (ISI) make 50.00 No. Rupees only 0.00

123.00 Rg-11 Cable TV Connector, Suitable for Rg-11 Cable Make-Any Standard (ISI) make

75.00 No. Rupees only 0.00

124.00 Rg-6 Cable TV Connector, Suitable for Rg-6 Cable Make-Any Standard (ISI) make

75.00 No. Rupees only 0.00

125.00 2 Way Splitter For Cable TV, Make-Any Standard (ISI) make

20.00 No. Rupees only 0.00

126.00 3 Way Splitter For Cable TV, Make-Any Standard (ISI) make

20.00 No. Rupees only 0.00

Page 15

Page 51: Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4 Technical Specification 1 7 7 7 Section - 5 Tender Forms and Schedules TF&S-0 TF&S-12

Bidder Name :

Sl.No.

Description of work No.orQty.

Unit Estimated Rate (in. Rs.)

AMOUNT Rs. P

Figures Words

SCHEDULE OF WORKS(This BoQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns,

else the bidder is liable to be rejected for this tender. Bidders are allowed to enter the Bidder Name and Values only)

Tender Inviting Authority : Chief Engineer (C&P), Omkareshwar Power Station

Nature of Work: Supply of Electrical Items at Omkareshwar Power Station, NHDC Ltd.

NIT No.: NHDC/3C/571/14/2141

RATE In Figures To be entered by the Bidder Rs. P

VALIDATE

PRINT

HELP

127.00 4 Way Splitter For Cable TV, Make Any Standard (ISI) make

20.00 No. Rupees only 0.00Make-Any Standard (ISI) make

128.00 6 Way Splitter For Cable TV, Make-Any Standard (ISI) make

20.00 No. Rupees only 0.00

129.00 Rg-6, Co-Axial TV Cable, Make-Finolex/Polycab/Anchor

200.00 mtr Rupees only 0.00

130.00 Geyser Thermostate 20Amp, 250 V Ac Manual Reset Type, Make-Any Standard (ISI) make

30.00 No. Rupees only 0.00

131.00 Geyser Thermostate 20Amp, 250 V Ac Auto Reset Type, Make-Any Standard (ISI) make

30.00 No. Rupees only 0.00

132.00 Immersion Rod 2000W, 220-240V Ac, 50Hz For Geyser, Make-Any Standard (ISI) make

30.00 No. Rupees only 0.00

133.00 Air Break Power Contactor, 3 Pole With Main Contact- 3No And Auxiliary Contact 1No, 415V 3Ph Ac3, 9Amp, 220V Dc, Make-GE/Schneider/ L&T/Legrand

10.00 No. Rupees only 0.00

134.00 Air Break Power Contactor, 3 Pole With Main Contact- 3No And Auxiliary Contact 1No, 415V 3Ph Ac3, 16Amp, 220V Dc, Make-GE/Schneider/ L&T/Legrand

20.00 No. Rupees only 0.00

Page 16

Page 52: Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4 Technical Specification 1 7 7 7 Section - 5 Tender Forms and Schedules TF&S-0 TF&S-12

Bidder Name :

Sl.No.

Description of work No.orQty.

Unit Estimated Rate (in. Rs.)

AMOUNT Rs. P

Figures Words

SCHEDULE OF WORKS(This BoQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns,

else the bidder is liable to be rejected for this tender. Bidders are allowed to enter the Bidder Name and Values only)

Tender Inviting Authority : Chief Engineer (C&P), Omkareshwar Power Station

Nature of Work: Supply of Electrical Items at Omkareshwar Power Station, NHDC Ltd.

NIT No.: NHDC/3C/571/14/2141

RATE In Figures To be entered by the Bidder Rs. P

VALIDATE

PRINT

HELP

135.00 Additional Contact Block Side Mount 1 N.O. / 1 N C for Capacitors Switching Contactor Suitable

50.00 No. Rupees only 0.00N.C for Capacitors Switching Contactor, Suitable For Capacitors Switching Contactor, Ac3 25A, Make-GE/Schneider/ L&T/Legrand

136.00 Power Contactor Ac3 25 A, Number Of Contacts 3 Main And 1 No Auxiliary Contact, Make-GE/Schneider/ L&T/Legrand

50.00 No. Rupees only 0.00

137.00 Additional Contact Block Side Mount 1 N.O. / 1 N.C, for Power Contactor Ac3 25 A Suitable For Power Contactor Ac3 25A, Make-GE/Schneider/ L&T/Legrand

50.00 No. Rupees only 0.00

138.00 Power Contactor Ac3 10 A, Number Of Contacts 4 Main, 4 Pole, Make-GE/Schneider/ L&T/Legrand

50.00 No. Rupees only 0.00

139.00 Electromechanical Timer Daily Dial Type, Make- Any Standard (ISI) make

30.00 No. Rupees only 0.00

140.00 Casing/Capping 1/2" (PVC), Any Make 200.00 feet Rupees only 0.00141.00 Casing/Capping 1" (PVC), Any Make 200.00 feet Rupees only 0.00142.00 Casing/Capping 2" (PVC), Any Make 200.00 feet Rupees only 0.00

Page 17

Page 53: Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4 Technical Specification 1 7 7 7 Section - 5 Tender Forms and Schedules TF&S-0 TF&S-12

Bidder Name :

Sl.No.

Description of work No.orQty.

Unit Estimated Rate (in. Rs.)

AMOUNT Rs. P

Figures Words

SCHEDULE OF WORKS(This BoQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns,

else the bidder is liable to be rejected for this tender. Bidders are allowed to enter the Bidder Name and Values only)

Tender Inviting Authority : Chief Engineer (C&P), Omkareshwar Power Station

Nature of Work: Supply of Electrical Items at Omkareshwar Power Station, NHDC Ltd.

NIT No.: NHDC/3C/571/14/2141

RATE In Figures To be entered by the Bidder Rs. P

VALIDATE

PRINT

HELP

143.00 Board, Size:6"x8" (Wooden), Any Make 100.00 No. Rupees only 0.00144.00 Board, Size:4"x4" (Wooden), Any Make 100.00 No. Rupees only 0.00145.00 Board, Size:4"x7" (Wooden), Any Make 100.00 No. Rupees only 0.00146.00 Telephone Crown Punch,

Make-Any Standard (ISI) make6.00 No. Rupees only 0.00

147.00 Telephone Female Socket For Rj11 2Pin/6Wire, Make-Legrand/ Havells/ Anchor

50.00 No. Rupees only 0.00

Total in Words

0.00

Rupees only

Total in Figures

Page 18

Page 54: Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4 Technical Specification 1 7 7 7 Section - 5 Tender Forms and Schedules TF&S-0 TF&S-12

TF&S2

Annexure-I

WARRANTY FORM

I/We (hereinafter referred to as “the Contractor”) having carefully studied all the documents, specifications, drawings, etc. pertaining to the Contract for works, required for the work of “Supply of Electrical Items for Omkareshwar Power Station. I do hereby warrant that: 1 The Contractor is familiar with all the requirements of the Contract.

2 The Contractor has investigated the site and satisfied himself regarding the character of the work and local conditions

that may affect the work or its performance.

3 The Contractor is satisfied that the work can be performed and completed as required in the Contract.

4 The Contractor accepts all risk directly or indirectly connected with the performance of the Contract.

5 The Contractor has had no collusion with other Contractors, with any of the men of the Engineer-in-Charge or with any

other person in Corporation to execute the said works according to the terms and conditions of the said contract.

6 The Contractor has not been influenced by any statement or promise of the Corporation or Engineer-in-Charge but

only by the Contract Documents.

7 The Contractor is financially solvent.

8 The Contractor is experienced and competent to perform the Contract to the satisfaction of the Engineer-in-Charge.

9 The statements submitted by the Contractor are true.

10 The Contractor is familiar with all general and special Laws, Acts, Ordinances, Rules and Regulations of the Municipals,

Districts, State and Central Government of India that may effect the work, its performance or personnel employed

therein.

Signature & Seal of Bidder

Page 55: Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4 Technical Specification 1 7 7 7 Section - 5 Tender Forms and Schedules TF&S-0 TF&S-12

TF&S3

Annexure-II

PROFORMA OF PERFORMANCE GUARANTEE

Bank Guarantee

(To be stamped with Stamp Act, if any, of the State of the Issuing Bank) Bank Guarantee No. .................

Date ........……………....................... To, [Employer’s Name & Address]

Dear Sirs, In consideration of the .... [Employer’s Name] ........ (hereinafter referred to as the ‘Employer’ 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 Employer’s Letter of Award No. ................ dated .................. and the same having been unequivocally accepted by the Contractor, resulting into a Contract bearing No. ................. dated ............... valued at ................ for .................. and the Contract or 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 aforesaid work under the Contract to the Employer. We ............... [Name & Address of the Bank] ........... having its Head Office at ................... (hereinafter referred to as the ‘Bank’, which expression shall, unless repugnant to the context of meaning thereof, include its successors, administrators, executors and assigns) do hereby guarantee and undertake to pay the Employer, 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, contest, recourse or protest and/or without any reference to the Contractor. Any such demand made by the Employer on the Bank shall be conclusive and binding notwithstanding any difference between the Employer 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 Employer and further agrees that the guarantees herein contained shall continue to be enforceable till the Employer discharges this guarantee or till ..................[ days / month / year] whichever is earlier . The Employer 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 Employer 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 any manner, and either to enforce or to forbear to enforce any covenants, contained or implied, in the Contract between the Employer and the Contractor or any other course or remedy or security available to the Employer. The Bank shall not be released of its obligations under these presents by any exercise by the Employer 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 commission or commission on the part of the Employer or any other indulgence shown by the Employer or by any other matter or thing whatsoever which under law would, but for this provision have the effect of relieving the Bank.

Page 56: Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4 Technical Specification 1 7 7 7 Section - 5 Tender Forms and Schedules TF&S-0 TF&S-12

TF&S4

The Bank also agrees that the Employer 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 the Employer may have in relation to the Contractor’s liabilities. i) Our liability under this Bank Guarantee shall not exceed ........................... ii) This Bank Guarantee shall be valid upto ...................................... iii) We are liable to pay the guaranteed amount or any part thereof under this Bank Guarantee only and only if

Employer serve upon Bank a written claim or deemed on or before .................@.................... Notwithstanding anything contained hereinabove our liability under this guarantee is restricted to ...................... (*) ...................... and it shall remain in force upto 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 ..................... 200........ 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 denominated in the types and

proportions of currencies . (@) This date will be 90 (Ninety ) days beyond the Defects liability period as specified in the

Contract .

2. The stamp papers of appropriate value shall be purchased in the name of guarantee issuing Bank. ---------------

Page 57: Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4 Technical Specification 1 7 7 7 Section - 5 Tender Forms and Schedules TF&S-0 TF&S-12

TF&S5

Annexure-III

TENDER ACCEPTANCE LETTER (To be given on Company Letter Head)

Ref No. 12/09/2012 Date: 10/10/2012

To,

Manager (P&C)

NHDC Ltd., Omkareshwar Power Station,

Urja Vihar Parisar, Sidhwarkut, Distt. Khandwa (M.P.)

Sub: Acceptance in respect of Terms & Conditions of Tender document.

Ref:- NIT No. …………….. dated ………………….

Name of Work: Supply of Electrical Items for Omkareshwar Power Station. . Sir,

1. I/We have downloaded/ obtained the tender document(s) for the above mentioned ‘Tender/Work’ from the web site(s)

www.nhdcindia.com/ www.eprocure.gov.in.

2. I/We hereby certify that I/we have read the complete tender document which shall form part of the contract agreement and

I/we shall abide hereby by the content contained therein.

3. The corrigendum(s) issued from time to time by your department/ organization too has also been taken into consideration,

while submitting this acceptance letter.

4. I/ We hereby unconditionally accept all the terms and conditions of above mentioned tender document and corrigendum(s)

as applicable.

5. In case any provisions of this tender are found violated, then your department/ organisation shall without prejudice to any

other right or remedy be at liberty to reject my bid including the forfeiture of earnest money deposit.

Seal and Sign of Bidder

Name:

Address:

Page 58: Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4 Technical Specification 1 7 7 7 Section - 5 Tender Forms and Schedules TF&S-0 TF&S-12

TF&S6

Annexure-IV

DECLARATION/UNDERTAKING

A) I/We confirm that the provisions of Micro, Small & Medium Enterprise are applicable/ not applicable to us and our organization falls under the definition of:

(i) [ ] - Micro Enterprise

(ii) [ ] - Small Enterprise

(iii) [ ] - Medium Enterprise.

Please tick in the appropriate option box [ ] and attach documents/ certificate, if any.

B) I/We also undertake to inform the change in this status as aforesaid during the currency of the contract, if any.

Seal & Sign of Bidder

Page 59: Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4 Technical Specification 1 7 7 7 Section - 5 Tender Forms and Schedules TF&S-0 TF&S-12

TF&S7

Annexure-V INFORMATION SYSTEM ON ELECTRONIC CLEARING SERVICE (CREDIT CLEARING)

(Payment to parties through ECS/RTGS/NEFT/Net banking)

1. PARTY’S NAME : ……………………………………………………….

Address : ……………………………………………………….

E-mail ID : ……………………………………………………….

Phone/ Mobile No. : ………………………………………………………

2. PARTICULARS OF BANK ACCOUNT:

A. BANK NAME : …………………………………………..

B. BRANCH NAME : ……………………………………….

Branch Code : ……………………………………….

Address : ………………………………………………..

Telephone No. : ……………………………….

C. 9-DIGIT CODE NUMBER : ……………….. OF THE BANK & BRANCH (MICR Code) (Pl. enclose a copy of cancelled cheque for record & correctness of code number)

D. IFSC Code of the Beneficiary Bank :

E. ACCOUNT Type : …………………………

(S.B. Account/Current Account or Cash Credit)

F. BANK ACCOUNT NO. OF THE PARTY : ……………………………………………………………………

I hereby declare that the particulars given above are correct and complete. If the transaction is delayed or not effected at all for reasons of incomplete or incorrect information, I would not hold the user Company responsible.

I agree to bear bank charges for transaction through ECS/NEFT/RTGS.

( ……………………………………………)

Date: Signature of the Party

Certified that the particulars furnished above are correct as per our records.

(Bank’s Stamp)

( ………………………………………… )

Signature of the Authorized Official from the bank

Page 60: Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4 Technical Specification 1 7 7 7 Section - 5 Tender Forms and Schedules TF&S-0 TF&S-12

TF&S8

FRAUD POLICY OF NHDC

1. BACKGROUND

The Corporate Governance guideline-2010 to be followed by CPSE describes certain requirements. These requirements inter alias include "Whistle Blower Policy". This policy envisages the companies to put in place a mechanism for employees to report to the Management about unethical behaviour, actual or suspected fraud or violation of conduct or ethics policy.

Further, statutory auditors of the company are required to comment on the Fraud Policy of the company in their report to the Comptroller and Auditor General of India (C&AG) on the annual accounts of the company given in compliance of the provisions of Section 619(3) of the Companies Act, 1956.

In the light of the foregoing and keeping in view the approach of NHDC Ltd. in following Corporate Governance principles proactively, it is appropriate that a Fraud Policy is formulated and implemented.

The policy statement is given below for implementation with immediate effect:

2. POLICY OBJECTIVES:

The "Fraud Policy" has been framed to provide a system for detection and prevention of fraud, reporting of any fraud that is detected or suspected and fair dealing of matters pertaining to fraud.

The policy will ensure and provide for the following:

(i) To ensure that management is aware of its responsibilities for detection and prevention of fraud and for establishing procedures for preventing fraud and/or detecting fraud when it occurs.

(ii) To provide a clear guidance to employees and others dealing with NHDC Ltd. forbidding them from involvement in any fraudulent activity and the action to be taken by them where they suspect any fraudulent activity.

(iii) To conduct investigations into fraudulent activities.

(iv) To provide assurances that any and all suspected fraudulent activity will be fully investigated.

3. SCOPE OF POLICY:

The policy applies to any fraud, or suspected fraud involving employees of NHDC Ltd. (all full time, part time or employees appointed on adhoc/temporary/contract basis) as- well as representatives of vendors, suppliers, contractors, consultants, service providers or any outside agency (ies) doing any type of business with NHDC Ltd.

4. DEFINITION OF FRAUD:

"Fraud" is a willful act intentionally committed by an individual(s) -by deception, suppression, cheating or any other fraudulent or any other illegal means, thereby, causing wrongful gain(s) to self or any other individual(s) and wrongful loss to other(s). Many a times such acts are undertaken with a view to deceive/mislead others leading them to do or prohibiting them from doing a bonafide act or take bonafide decision which is not based on material facts."

5. ACTIONS CONSTITUTING FRAUD:

While fraudulent activity could have a very wide range of coverage, the following are some of the

act(s), which constitute fraud.

Page 61: Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4 Technical Specification 1 7 7 7 Section - 5 Tender Forms and Schedules TF&S-0 TF&S-12

TF&S9

(i) Forgery or alteration of any document or account belonging to the Company.

(ii) Forgery or alteration of cheque, bank draft or any other financial instrument etc.

(iii) Misappropriation of funds, securities, supplies or others assets by fraudulent means etc.

(iv) Falsifying records such as pay-rolls, removing the documents from files and /or replacing it by

a fraudulent note etc.

(v) Willful suppression of facts/deception in matters of appointment, placements, submission of reports, tender committee recommendations etc. as a result of which a wrongful gain(s) is made to one and wrongful loss(s) is caused to the others.

(vi) Utilizing Company funds for personal purposes.

(vii) Authorizing or receiving payments for goods not supplied or services not rendered.

(viii) Destruction, disposition, removal of records or any other assets of the Company with an ulterior motive to manipulate and misrepresent the facts so as to create suspicion/suppression/cheating as a result of which objective assessment/decision would not be arrived at.

(ix) Any other act that falls under the gamut of fraudulent activity.

6. REPORTING OF FRAUD:

Any employee (full time, part time or employees appointed on adhoc /temporary/contract basis), representative of vendors, suppliers, contractors, consultants, service providers or any other agency (ies) doing any type of business with NHDC Ltd. as soon as he / she comes to know of any fraud or suspected fraud or any other fraudulent activity must report such incident(s). Such reporting shall be made to the designated Nodal Officer(s), nominated in every project/unit/Corporate Centre. If, however, there is shortage of time such report should be made to the immediate controlling officer whose duty shall be to ensure that input received is immediately communicated to the Nodal Officer.

The reporting of the fraud normally should be in writing. In case the reporter is not willing to furnish a written statement of fraud but is in a position to give sequential and specific transaction of fraud/suspected fraud, then the officer receiving the information/Nodal Officer should record such details in writing as narrated by the reporter and also maintain the details about the identity of the official/ employee / other person reporting such incident. Reports can be made in confidence and the person to whom the fraud or suspected fraud has been reported must maintain the confidentiality with respect to the reporter and such matter should under no circumstances be discussed with any unauthorized person.

(i) All reports of fraud or suspected fraud shall be handled with utmost speed and shall be coordinated by Nodal Officer(s) to be nominated.

(ii) Officer receiving input about any suspected fraud/nodal officer(s) shall ensure that all relevant records documents and other evidence is being immediately taken into custody and being protected from being tampered with, destroyed or removed by suspected perpetrators of fraud or by any other official under his influence.

7. INVESTIGATION PROCEDURE:

(i) The "Nodal Officer" shall, refer the details of the Fraud/suspected fraud to the Vigilance Department of NHDC Ltd. for further appropriate investigation and needful action.

(ii) This input would be in addition to the intelligence, information and investigation of cases of fraud being investigated by the Vigilance Dept. of their own as part of their day-to-day functioning.

Page 62: Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4 Technical Specification 1 7 7 7 Section - 5 Tender Forms and Schedules TF&S-0 TF&S-12

TF&S10

(iii) After completion of the investigation, due & appropriate action, which could include administrative action, disciplinary action, civil or criminal action or closure of the matter if it is proved that fraud is not committed etc. depending upon the outcome of the investigation shall be undertaken.

(iv) Vigilance Department shall apprise "Nodal Officer" of the results of the investigation undertaken by them. There shall be constant coordination maintained between the two.

8. RESPONSIBILITY FOR FRAUD PREVENTION:

(i) Every employee (full time, part time, ad hoc, temporary, contract), representative of vendors, suppliers, contractors, consultants, service providers or any other agency (ies) doing any type of business with NHDC Ltd. is expected and shall be responsible to ensure that there is no fraudulent act being committed in their areas of responsibility/control. As soon as it is learnt that a fraud or suspected fraud has taken or is likely to take place they should immediately apprise the same to the concerned as per the procedure.

(ii) All controlling officers shall share the responsibility of prevention and detection of fraud and for implementing the Fraud Policy of the Company. It is the responsibility of all controlling officers to ensure that there are mechanisms in place within their area of control to:

a. Familiarize each employee with the types of improprieties that might occur in their area.

b. Educate employees about fraud prevention and detection.

c. Create a culture whereby employees are encouraged to report any fraud or suspected fraud, which comes to their knowledge, without any fear of victimization.

d. Promote employee awareness of ethical principles subscribed to by the Company through CDA Rules;

(iii) Due amendments shall be made in the general conditions of contracts of the organization wherein all bidders/service providers/ vendors/ consultants etc. shall be required to certify that they would adhere to the Fraud Policy of and not indulge or allow anybody else working in their organization to indulge in fraudulent activities and would immediately apprise the organization of the fraud/suspected fraud as soon as it comes to their notice.

These conditions shall form part of documents both at the time of submission of bid and agreement of execution of contract.

9. ADMINISTRATION AND REVIEW OF THE POLICY:

The Managing Director/CED/CEO shall be responsible for the administration, interpretation, application and revision of this policy. The policy will be reviewed and revised as and when needed.

Page 63: Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4 Technical Specification 1 7 7 7 Section - 5 Tender Forms and Schedules TF&S-0 TF&S-12

TF&S11

Annexure-VI

CERTIFICATE

This is to certify that I/We would adhere to the Fraud policy of NHDC Ltd., and not indulge or allow anybody

else working in our organisation to indulge in fraudulent activities and would immediately apprise the

organisation of the fraud/ suspected fraud as soon as it comes to our notice.

(……………………………..)

SEAL AND SIGNATURE OF THE

AUTHORISED REPRESENTATIVE OF FIRM

Page 64: Tender Document - NHDC Ltd.nhdcindia.com/download/Tender-2141.pdf · TCC 0 TCC 5 6 6 Section - 4 Technical Specification 1 7 7 7 Section - 5 Tender Forms and Schedules TF&S-0 TF&S-12

TF&S12

Annexure-VII CHECK LIST OF SCANNED DOCUMENTS TO BE SUBMITTED BY THE BIDDER IN ENVELOP-1 TECHNICAL BID.

S. No.

Document to be submitted Submitted by the Bidder Yes/No, if no reason for not submitting

1. Earnest money Deposit (refundable) of Rs. 42000/-

2. Tender fee (Non- refundable) of Rs. 500/-

3. The bidder or his authorized representative has signed and submitted all the documents, owning responsibility for their correctness/ authenticity and submit declaration in respect of acceptance of technical specifications and terms and conditions of tender document as per Annexure-III, Section-5.

4. In case of Small Scale Units registered with National Small Scale Units registered with national Small Industries Corporation (NSIC) should furnish with the tender a photo copy of valid registration certificate duly attested by Gazetted Officer/ Notary, issued by NSIC for tendered items, in their favor for the works covered under this tender document.

5. Attested copy of Pan No. and TIN/ Sales Tax/ Commercial Tax Registration Certificate.

7. Attested copies of Supply Orders, Attested by Gazetted Officer/ Notary in fulfillment of Eligibility Criteria.

8. Trading and Profit & loss Accounts/ Balance sheet attested by Gazetted Officer/ Notary or Certificates audited by CA for last three financial years in fulfillment of Eligibility Criteria.

9. Comparative Technical Data Sheet as per Annexure-I of Section-4.

10.

Duly filled, stamped and signed Annexure-I ,VI and VII of Section-5

11.

Duly filled, Form for Electronic Clearing Services (Credit Clearing) and duly Certified by the Bank Authority (Section-5, Annexure-V)

12 Declaration/ Undertaking for identifying Micro, Small & Medium Enterprises under MSMEDA-2006 (Section-5, Annexure-IV)

13 Authorization , As per Section-2, Point No. 7- A (iii),