Vous êtes sur la page 1sur 42

BY REGD.

POST
SJVN LTD./ एसजेवीएन िलिमटे ड
(भारत सरकार तथा िहमाचल सरकार का सांझा उपक्रम)
( एक िमनी र न तथा अनस
ु ूची ए पीएसयू)
(6X250MW नाथपा झाकड़ी जल िव युत पिरयोजना)
प्रापण एवं संिवदा िवभाग झाकड़ी िजला िशमला . ही. प्रे.- 172201
दरू भाष- 01782-275236,275459,275106, फ़ैक्स. 01782-275106,234049.
वैबसाइट: http://www.sjvn.nic.in.
िटन संख्या. 02011000291, िसन संख्या : L40101HP1988GOI008409

NOTICE INVITING TENDER/िनिवदा आमंत्रण सूचना


(Domestic Competitive Bidding/ घरे लू प्रित पधार् मक बोली)

Open press tender enquiries under two part system through e-tendering are hereby invited
on behalf of SJVN Limited for “PCD-NJHPS-575(O&M) /2015- Supply & Installation of
Inclinometer and 2D crack meter at NJHPS Sites- Nathpa & Jhakri” for the Nathpa
Jhakri Hydro Power Station.
Please visit website www.sjvn.nic.in or www.tenders.gov.in or www.eprocure.gov.in to know
further details & bid submission procedure w.e.f. 04/01/2016. Bid closing date (Last date
and time for uploading of filled in bids) is 27/01/2016 13:00 HRS (IST). The bid is to be
submitted through e-tendering at https://sjvn.abcprocure.com.

विर ठ प्रबंधक,
प्रापण एवं संिवदा िवभाग,
एनजेएचपीएस , एसजेवीएन, झाकड़ी।

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

SAVE ENERGY FOR BENEFIT OF SELF & NATION

No. SJVN/P&C/ PCD/NJHPS-575 (O&M)/2015- dated:-

Registered & Himfed Building, New Shimla, Shimla (HP) Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New
Corporate PIN-171009, Tel: 0177-2670064,490,521,741 ordination Office Delhi. PIN-110017, TELE: 011- 41659210/17
Office Fax: 0177-2670542 FAX: 011- 41659204/14
PCD-NJHPS-575 (O&M) /2015
QUALIFICATION CRITERIA

Qualifying requirement for “Supply & Installation of Inclinometer and 2D crack meter at
NJHPS Sites- Nathpa & Jhakri” of Nathpa Jhakri Hydro Power Station.

A. Proven Experience: The bidder should be a contractor for “Supply & Installation of
Inclinometer” and should have successfully completed such works for “Supply &
Installation of Inclinometer” in the past ending last day of month previous to one in which
applications are invited.

The bidder must submit the copies of LOAs/ work orders/ agreements for the same along
with the satisfactory completion certificate from the end users and in the case the LOAs/
work orders/ agreements are from the private company (ies) /firm (s), then copy (ies) of
TDS for the same are also need to be submitted along with the satisfactory completion
certificate.

B. FINANCIAL REQUIREMENTS

1.0 Financial Turnover Requirement: The Bidder must have an average annual turnover
of ₹ 10, 44,660/- (₹ Ten Lacs Forty Four Thousand Six Hundred Sixty Only) during
last three years ending 31st March of previous financial year.

2.0 Financial Experience Requirement The Bidder should have successfully completed
similar works as per any of the following criteria, during last 7 years ending last day of
month previous to one in which applications are invited:

(a) The Bidder should have completed out the 3 similar works valuing not less than
₹ 13,92,880/- (₹ Thirteen Lacs Ninety Two Thousand Eight Hundred Eighty
only) each.
Or
(b) 2 similar completed works, valuing not less than ₹ 17,41,100,/- (₹ Seventeen
Lacs Forty One Thousand One Hundred only) each.
Or
(c) 1 similar completed work, valuing not less than ₹ 27,85,760/- (₹ Twenty Seven
Lacs Eighty Five Thousand Seven Hundred Sixty Only).
The bidder must submit the copies of LOAs/ work orders/ agreements for the same
along with the satisfactory completion certificate from the end users and in the case the
LOAs/ work orders/ agreements are from the private company (ies) /firm (s), then copy
(ies) of TDS for the same are also need to be submitted along with the satisfactory
completion certificate.

Note: Similar work means “Work of drilling holes in any terrain and supply &
installation of any of the following geotechnical instruments:
1. Inclinometer
2. Crack meter
3. Piezometer
4. MPBX (Multipoint borehole extensometer).

PQR- PCD-NJHPS-575(O&M) /2015 Supply & Installation of Inclinometer and 2D crack meter at NJHPS Sites- Nathpa & Jhakri
Page 1 of 2
C. General Conditions of qualifications:

1. Any kind of subcontracting including joint ventures, consortium formation,


associates or group formation to fulfill the qualifying requirements of this tender
will disqualify the Bidder i.e. the qualifying requirement at (A) & (B) 1.0 & 2.0
must be met by the bidder independently.

2. Detailed scope of work has been described in other sections of bidding


documents.

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

4. Notwithstanding anything stated above, SJVN reserves the right to assess the
Bidder’s capability and capacity to perform the contract satisfactorily, should the
circumstances warrant such assessment in the overall interest of SJVN.

5. Price bid of only those bidders shall be opened who qualify based on the
specified qualifying requirements after Scrutiny of details / documents furnished
by them and found to be techno- commercial responsive.

PQR- PCD-NJHPS-575(O&M) /2015 Supply & Installation of Inclinometer and 2D crack meter at NJHPS Sites- Nathpa & Jhakri
Page 2 of 2
Annexure-B

General Terms & Condition

1) All correspondence related to work activities: release of payments, etc. shall


be Addressed to AGM (Dam In charge), NJHPS-Nathpa, Who shall be the
Engineer In- charge for the works under this contract.
2) The Contractor should visit the site of installation of Instruments before
quoting their rates.
3) All type of civil work/structural work at site will be in contractor scope.
4) The location of the Instruments shall be provided by SJVN Ltd.
5) The Warranty period of the Instruments/materials should be one year from
the date of Installation.
6) All necessary Tools, Manpower etc. shall be provided by contractor itself.
7) The payment shall be made at actual based on verification by the EIC or
his representative.
Annexure-C
BILL OF QUANTITY

Subject: Name of Work: Estimate for supply and Installation of Inclinometer and
2D crack meter at NJHPS Sites-Nathpa & Jhakri.

S. No Description Of work Qty.


Part A Supply Part
1 Portable Inclinometer system:
The portable Inclinometer system which takes reading in
transverse at every 0.5m interval, complete with one probe, 50m 01No
cable drum and cable gate.
1.1 Read Out Unit for Inclinometer:-
Read out unit for Inclinometer with data analysis software 01No
1.2 Casing:
ABS Inclinometer casing having internal four groves, OD 70mm
in length of 3m suitable for joining with coupling up to desired 240m
depth. Total Depth 30m and No’s holes 08.The total requirement
of casing: 30X8= 240m.
1.3 Coupling for Inclinometer casings. 75Nos
Total coupling required 75Nos
1.4 End Caps:
Top and bottom caps for Inclinometer casings. One borehole will 16Nos
require two caps. Total caps required 16.
1.5 Installation material:
Rivet, rivet gun, sealing tape complete for 08 boreholes. 1Pack
2 2-D Crack meter:
Bi-directional crack meter to monitor the crack opening in two
directions i.e. X-axis and Y-axis. The system will have water
resistant VW displacement sensor of range 0-50mm and 06Nos
mounting brackets etc.
2.1 Read out Unit for 2-D crack meter: 01No
Read out unit for VW crack meter.
Part B Installation Part
3 Drilling Charges:
Drilling of 100 mm dia borehole for installation of Inclinometer
casing .One borehole shall have total depth of 30m.The total
No’s of borehole is 08. The total drilling required is 30X8=240m
The drilling charge is inclusive of mobilization charge of drilling 240m
equipment and shifting charge of machine from point to point.
3.1 Installation Charge: L.S
Installation & commissioning and training charges for all
instruments.
ANNEXURE-D
Basic Requirements:

1. The contractor has to observe all site norms applicable for the
contractor and his deployed personnel’s at worksite.
(Employees; regular/ daily wages/ contract basis etc.)

2. NJHPS is ISO 9001:2000 Quality Management Systems, ISO 14000


Environment Management Systems and ISO 18000 - Occupational
Health and Safety Management System certified project. In line with
the requirements of same, the Contractor needs to follow health,
safety and environmental norms strictly while working within the
premises of the company during the whole currency of the contract.

a) The contractor and/ or supervisor engaged by the contractor for the


supervision of the work should be well aware of the safety & health
practices and effective implementation.

b) The contractor should have sufficient variety and stock of suitable


safety gears and its use by workmen should be ensured on all
occasion.

c) All the equipment deployed for the job should have proper safety
guards.

d) Contractor needs to maintain an accident insurance policy for his


workmen. In case of any accident, fatal or non fatal, he shall only be
sole responsible. Any incident of accident in the workplace need to
be intimated to EIC and project safety officer immediately.

e) The contractor and his employees shall follow Industrial/Project


Security Norm strictly. The contractor or his authorized
representative shall arrange all requisite documents for himself and
for his employees or the machinery deployed by him from the Project
Security Wing (P&A deptt. /CISF). Such documents are liable for
scrutiny at any time.

f) All workmen deployed by contractor should be identifiable.


Contractor workmen are required to bear identical dress / overall
(except green) with the company name and logo on it.

g) All the requisite registers/ documents required under the labour /


workmen law shall be maintained by the contractor and need to be
produced if required. The list of such documents, provided along with
the bid, needs to be maintained by the contractor. Failure to maintain
such records and documentation, the contractor shall only be sole
responsible. When desired by the EIC or his representative,
contractor shall produce the same.
h) No drunken personnel shall be allowed to perform duties or
approach the worksite. Such defaulters shall be taken seriously and
dealt severely.

i) Cleanliness at and around the workplace need to be maintained


through a good housekeeping. The contractor is required to use the
bins for collection & disposable of the waste and sacks for storing
metal chips outside work place. No littering at and around the
worksite shall be permitted. If the contractor fails to do so he is liable
to be penalized. The token penalty of Rs. 1000.00 can be imposed
by the EIC on such defaults. The representative of the EIC may
record such default in the progress register. The EIC have sole
discretion for imposing and recovery of token penalty.

j) Maintaining clean environment:

i. The Contractor shall use exhaust blowers/ fans of suitable


capacity for effective ventilation of the workplace.

ii. The environmental pollution due to welding fumes needs to be


minimized by using Fume extractors of suitable capacity.

Remarks: - Non-adherence of the any of above shall attract suitable


penalties on first & subsequent observations.
GENERAL CONDITIONS OF CONTRACT (GCC)
1.0 Definitions

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

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

(b) "The Contract Price" means the price payable to the Contractor under the
Contract for the full and proper performance of its contractual obligations.

(c) "The Services" means all those services necessary for the PCD-NJHPS-
575(O&M) /2015- Supply & Installation of Inclinometer and 2D crack
meter at NJHPS Sites- Nathpa & Jhakri and any other incidental services
etc. and other such obligations of the Contractor covered under the
Contract.

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

(e) "The Contractor" means the individual or firm supplying the material &
providing the services under this Contract.

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

(g) "Fraudulent Practice" means a misrepresentation of facts in order to


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

2.0 CONTRACT PERFORMANCE SECURITY

2.1 Within thirty (30) days of receipt of the notification of Contract award, the
successful Bidder shall furnish to the Owner, an unconditional performance
security for ten percent (10%) of the Contract Price with a validity up to 60 days
after the Warranty Period (Refer clause 18.0).

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

2.3 The performance security shall be denominated in the currency of the Contract
and shall be in the form of Bank Guarantee ( As per SJVN standard format)
issued preferably by a nationalized Bank or any reputed bank (As per list
enclosed), acceptable to the Owner or in the form of FDR or TDR etc.

Registered & Himfed Building, New Shimla, Shimla (HP) Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New
Corporate PIN-171009, Tel: 0177-2670064,490,521,741 ordination Office Delhi. PIN-110017, TELE: 011- 41659210/17
Office Fax: 0177-2670542 FAX: 011- 41659204/14
Page 1 of 9
2.4 The performance security will be discharged by the Owner and returned to the
Contractor not later than sixty (60) days after completion of guarantee period.

2.5 The NSIC registered firms are not exempted from the submission of CPG.

2.6 The interest @15.5% shall be charged on delay period for breach in timely
submission of CPG/Initial Security Deposit without prejudice to right of
SJVN to other remedies available under the contract.

3.0 PACKING: The bidder shall provide such packing to the goods as is required to
prevent damage or deterioration during transit to their final destination. The
packing shall be sufficient to withstand, without limitation, rough handling during
transit and precipitation during transit and open storage. Packing case size and
weights shall take into consideration, the remoteness of the Goods’ final
destination, the existing road condition and the absence of heavy handling
facilities at all points in transit and project storage site.

4.0 INSURANCE

4.1 The goods to be supplied and work to be completed under the scope of the
work shall be insured for all risks by the contractor till the completion of work.
The Contractor shall at his expense take out and maintain in effect, or cause to be
taken out and maintain in effect, during the performance of the Contract, the
insurance set forth below in sums and other conditions specified.

Sl. Insurance Amount insured Conditions


No.

A. All risk 1. 110% of FOR and 1) Owner to be named as


Insurance for inland transportation co-insured
material to be value
supplied & + 2) Warehouse to warehouse
services to be 2. 110% of the services basis
completed value
+ 3) Open policy
3. All taxes & duties
4) All risk insurance, SRCC
(Strikes, Riots, Civil
Commotion), terrorism etc.

Note:

(i) The owner shall be named as co-insured under all insurance policies taken out
by the contractor except for Third Party Liability and Workman’s Compensation /
Employee’s Liability Insurances.

(ii) Notwithstanding the insurance requirements mentioned above, it would be the


Contractor’s responsibility to take adequate insurance cover as may be pertinent
to protect his interest and interest of the Owner.

(iii) The Contractor shall follow law of the land as may be prevalent from time to time
for insurance.
Registered & Himfed Building, New Shimla, Shimla (HP) Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New
Corporate PIN-171009, Tel: 0177-2670064,490,521,741 ordination Office Delhi. PIN-110017, TELE: 011- 41659210/17
Office Fax: 0177-2670542 FAX: 011- 41659204/14
Page 2 of 9
4.2 In addition to above contractor shall insure his man and machinery etc. against
any mishap / accident. Contractor shall submit the insurance policy to this effect to
the EIC of the work. SJVN shall bear no responsibility and financial liability for any
mishap/accident for contractor man power / machinery.

5.0 GUARANTEE/WARRANTY

5.1 The material supplied & work done under the scope of this contract will be
warranted against any manufacturing defects, poor workmanship and the
consumable/material used for minimum of 12 months from the date of successful
installation, testing & commissioning. In case of any problem within the warranty
period due to manufacturing defects, their performance, poor workmanship and
the consumable/material used arises, the same will be rectified/replaced free of
cost at site by the supplier within fortnight of such notification by the EIC, as
necessary.

6.0 PAYMENT TERMS

6.1 The Hundred percent (100%) payment (including 100% taxes & duties) for
Supply & Installation of Inclinometer and 2D crack meter shall be made within
30 days after completion of work and on submission of followings documents in
bound folder to the EIC:-

(i) Bills in triplicate


(ii) Accepted copy of LOA.
(iii) Guarantee/Warranty Certificate
(iv) Copy of the Contract Performance Security.
(v) Material Physical verification certificate issued by store deptt.
(vi) Copy of TIN No.
(vii) Photocopy of Service Tax Registration No. (If applicable).
(viii) Photocopy of PAN Card.
(ix) Certificate from the EIC that the entire scope of the work (Supply &
Installation of Inclinometer and 2D crack meter) under the contract
has been completed.

6.2 The payment shall be released through electronic fund transfer and hence you are
requested to give your bank account detail along with IFSC/RTGS code of your
bank branch. The required detail is to be filled in “Schedule-4”. Bank charges
if any, shall be borne by you. The details to be submitted in the schedule as
enclosed.

6.3 The service tax shall be paid by the SJVN/ bidder as per applicable rules of
service tax. The service tax is to mentioned separately in price schedules & same
shall be reimbursed on submission of following information along with the bills:-
a. Name, Address & Contact Details (Tel. no. etc.) of the Service Provider.
b. Service Tax Number of the Service Provider.
c. PAN of the Service Provider.
d. Service Tax Invoice Number.
e. Gross amount of services.
f. Service Tax amount.
6.4 As per SJVN Ltd. policy, no advance payment can be given.
Registered & Himfed Building, New Shimla, Shimla (HP) Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New
Corporate PIN-171009, Tel: 0177-2670064,490,521,741 ordination Office Delhi. PIN-110017, TELE: 011- 41659210/17
Office Fax: 0177-2670542 FAX: 011- 41659204/14
Page 3 of 9
7.0 TAX DEDUCTION AT SOURCE & WCT

SJVN shall be entitled to make all deduction towards taxes (TDS, WCT etc.)
from the payments to be made to the contractor as may be mandatory as
per rules. However SJVN shall give a statement in respect of such
deductions to the contractor.

8.0 WORK COMPLETION PERIOD

8.1 The basic consideration and the essence of the Contract shall be the strict
adherence to the Work Completion Schedule.

8.2 The Maximum work completion period for complete scope of work {Supply &
Installation of Inclinometer and 2D crack meter at NJHPS Sites- Nathpa &
Jhakri} is 90 days from the date of issue of LOA. However, Bidder can also offer
a shorter completion period which will also be acceptable to SJVN Ltd. However,
any bidder offering work completion of more than 90 days will not be considered
and his bid will be rejected.

9.0 LIQUIDATED DAMAGES

9.1 if the bidder fails to complete the scope of work under this contract within the
period(s) specified in the Contract, the Owner shall, without prejudice to its other
remedies under the Contract, deduct from the Contract Price, as Liquidated
Damages, as specified here in below,

9.2 The Liquidated Damage for delay in work completion period beyond the maximum
period as stipulated at clause 8.0 above shall be @ ½% (Half percent) per week
or part thereof. The total amount of Liquidated Damages for delay under the
Contract will be subject to a maximum of five percent (5%) of the Contract price).

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


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

9.4 Supplier’s obligations and the Owner’s remedies in respect of delay are solely and
exclusively as stated in this Liquidated Damages clause subject to provisions of
Clause 13.0 and consequence thereof.

10.0 FORCE MEAJEURE

10.1 The firm shall not be liable for loss or damage to SJVN resulting from any delays
or failure to make shipment to Jhakri site within schedule time for all or any part of
the item due to the act of God, war declared or undeclared, acts of public enemy,
riots, civil commotion, invasion, insurrection, sabotage, acts of restraint of
Government, federal, state or municipal action or regulation, fire, flood, hurricanes,
accidents, epidemic, quarantine, restrictions, or any failure on the part of the
Owner or his representative to approve or comments on drawings or other causes,
contingencies or circumstances not subject to their control, whether of a similar or
dissimilar nature which prevents the Contractor from completion of work. Any
such cause or delays even though not existing on the date of the contract on or
Registered & Himfed Building, New Shimla, Shimla (HP) Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New
Corporate PIN-171009, Tel: 0177-2670064,490,521,741 ordination Office Delhi. PIN-110017, TELE: 011- 41659210/17
Office Fax: 0177-2670542 FAX: 011- 41659204/14
Page 4 of 9
the date of start of reclaiming shall extend the time of performance automatically
by length of delays occasioned thereby, including delay reasonably incidental to
the resumption of normal reclamation work even though such case may occur
after performance of firm’s obligation has been delayed for the other causes.

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

11.0 TERMINATION OF CONTRACT ON CONTRACTOR'S DEFAULT

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

a) if the Contractor fails to complete any part of all the work or all of the Goods within
the period(s) specified in the Contract, or within any extension thereof granted by
the Owner.

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

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


fraudulent practices in competing for or in executing the Contract.

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

12.0 TERMINATION FOR INSOLVENCY

The Owner may at any time terminate the Contract by giving written notice to the
Contractor if the Contractor becomes bankrupt or otherwise insolvent. In this
event, termination will be without compensation to the Contractor, provided that
such termination will not prejudice or affect any right of action or remedy which
has accrued or will accrue thereafter to the Owner.

13.0 TERMINATION OF CONTRACT ON OWNER'S INITIATIVE

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

13.2 The Contractor upon receipt of such notice shall discontinue the work on the date
and to the extent specified in the notice, make all reasonable efforts to obtain
cancellation of all orders and contracts to the Owner, stop all further sub-
contracting or purchasing activity related to the work terminated, and assist the

Registered & Himfed Building, New Shimla, Shimla (HP) Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New
Corporate PIN-171009, Tel: 0177-2670064,490,521,741 ordination Office Delhi. PIN-110017, TELE: 011- 41659210/17
Office Fax: 0177-2670542 FAX: 011- 41659204/14
Page 5 of 9
Owner in storage, maintenance, protection, and disposition of the works acquired
under the contract by the Owner.

13.3 In the event of such a termination, the Contractor shall be paid equitable and
reasonable compensation, as dictated by the circumstances prevalent at the time
of termination.

14.0 SETTLEMENT OF DISPUTES


14.1 Any dispute(s) or difference(s) arising out of or in connection with the Contract
shall, to the extent possible in the first instance be resolved amicably between the
Contractor and the Owner’s Engineer.
14.2 If any dispute or difference of any kind whatsoever shall arise between the Owner
and the Contractor, arising out of the Contract for the performance of the Works
whether during the progress of the Works or after its completion or whether before
or after the termination, abandonment or breach of the Contract, it shall, in the first
place, be referred to and settled by the Engineer, who within a period of ten (10 )
days after being requested by either party to do so, shall give written notice of his
decision to the Owner and the Contractor.
14.3 Save as hereinafter provided, such decision in respect of every matter so referred
shall be final and binding upon the parties until the completion of the entire work
under the Contract and shall forthwith be given effect to by the Contractor who
shall comply with all such decisions, with all due diligence, whether he or the
Owner requires arbitration as hereinafter provided or not.
14.4 If after the Engineer has given written notice of his decision to the parties, no claim
to arbitration has been communicated to him by either party within ten (10) days
from the receipt of such notice, the said decision shall become final and binding
on the parties.
14.5 In the event of the Engineer failing to notify his decision within ten (10) days after
being requested as aforesaid or in the event of either the Owner or the Contractor
being dissatisfied with any such decision, or within ten (10) days after the expiry of
the first mentioned period of ten (10) days, as the case may be, either party may
require, by written notice to the other party, that the matters in dispute be referred
to arbitration as hereinafter provided.

15.0 ARBITRATION
15.1 All disputes or differences in respect of which the decision, if any, of the Engineer
has not become final or binding as aforesaid shall be settled by arbitration in the
manner hereinafter provided.
15.2 In the event of the Contractor, that is to say a citizen and/or a permanent resident
of India, a firm or a company duly registered or incorporated in India, the
arbitration shall be conducted by three arbitrators, one each to be nominated by
the contractor and the Owner and the third to be named by the President of
Institution of Engineers, India. If either of the parties fails to appoint its arbitrator
within thirty (30) days after receipt of a notice from the other party invoking the
arbitration clause, the President of the Institution of Engineers, India shall have the
power at the request of either of the parties, to appoint the arbitrators. A certified
copy of the said President making such an appointment shall be furnished to both
the parties.

Registered & Himfed Building, New Shimla, Shimla (HP) Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New
Corporate PIN-171009, Tel: 0177-2670064,490,521,741 ordination Office Delhi. PIN-110017, TELE: 011- 41659210/17
Office Fax: 0177-2670542 FAX: 011- 41659204/14
Page 6 of 9
15.3 The arbitration shall be conducted in accordance with the provisions of the
Arbitration & Conciliation Act, 1996 or any statutory modification thereof.

15.4 Arbitration(s) shall give reasoned award.

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

15.6 The arbitrator shall have full powers to review and/or revise any decision, opinion,
directions certification or valuation of the Engineer in consonance with the
contract.

16.0 APPLICABLE LAW

16.1 The Contract shall be governed by and interpreted in accordance with the laws in
force in India. The courts of Rampur Bushahr/Shimla shall have exclusive
jurisdiction in all matters arising under the Contract.

17.0 NOTICES

► Any notice given by one party to the other pursuant to this Contract shall be sent to
the other party in writing or by cable telex or facsimile and confirmed in writing to the
other party's address specified in NIT/NIQ.

► A notice shall be effective when delivered or on the notice's effective date, whichever
is later.

18.0 DEPLOYMENT OF LABOUR

► The contractor shall not deploy any person below the age of 18 years.

► The workmen/Supervisors shall be qualified and well versed in similar nature of


work.

► The Workmen/Supervisors are to be engaged shall be exclusively on contract basis


and they shall have no right in any way for direct or indirect employment in SJVN.
During the currency of contract and after its expiry or termination no employee of the
contractor who has ever worked on contract against this work will be offered direct or
indirect employment of SJVN Ltd.

► The contractor will have to obtain necessary “Gate Pass” from CISF authority to
enter into the Dam Site complex for his workman / supervisor as-well-as vehicles
deployed against this contract at his own cost.
► The contractor will comply with all acts/laws and other statutory provisions, rules,
regulations and byelaws as are applicable or which might become applicable with
regard to the performance of the work and engagement of the workers.

► The Contractor is required to pay minimum wages as circulated by Govt. of


H.P./Central Govt. (whichever is higher) to all workmen hired by him for this job.
Registered & Himfed Building, New Shimla, Shimla (HP) Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New
Corporate PIN-171009, Tel: 0177-2670064,490,521,741 ordination Office Delhi. PIN-110017, TELE: 011- 41659210/17
Office Fax: 0177-2670542 FAX: 011- 41659204/14
Page 7 of 9
► The Payment in respect of EPF and ESI contribution as applicable shall be made by
the contractor and no additional liability on this account shall be borne by SJVN.

► The contractor shall be responsible to ensure all safety measures during the work. In
case any mishap, the contractor shall have to bear all financial liability. SJVN shall
not bear any compensation or responsibility.

► The contractor will have to make his own arrangement to reach Nathpa and for local
conveyance during his stay at Nathpa or elsewhere during the execution of the
contract.

► The contractor will have to make his own arrangement to provide accommodation for
his engineers/staff/workers at Nathpa or elsewhere. The accommodation if available
shall be provided by SJVN on payment basis.

► The contractor shall follow all labour law reticulation as applicable in H.P.

► The contractor will comply with all acts/laws and other statutory provisions, rules,
regulations and byelaws as are applicable or which might become applicable with
regard to the performance of the work and engagement of the workers.

► The contractor or his authorized representative shall make himself available


in the following designated areas / offices, so that he can be given instructions
about the job.

► The contractor shall apply for photo gate pass to all labourers who are engaging for
the work in the undertaking with their full residential address as perform “B”. The
form “B” shall be issued by P&A Deptt., NJHPS, SJVN, Jhakri/Nathpa.

► The character and antecedents of all the labourers are required to be verified
through local police before engaging.

► The labourers of Nepal, Bangladesh, J&K and Tibet origin are required to be
registered in the local Police Station before engaging by the contractor for work and
their finger impression and photographs are required to be recorded in the local
police station.

► The labour will not use a dangry, Army/ police force colour while doing work.

► The basic requirements to be followed are enclosed along with the bid
documents at Annexure-D.

19.0 ENGINEER IN CHARGE (EIC)

EIC of the work shall be AGM, (Incharge), NJHPS, SJVN Nathpa, Distt. Kinnaur
(H.P.), PIN 172115. All the post award communication is to be done with the EIC of
the work.

20.0 CONSIGNEE: Shall be informed at the time of award.

21.0 The material is to transport through “Registered Common Carrier” only


(Registered Common Carrier mean the carrier registered with a State
Transport Authority or a Regional Transport Authority).
Registered & Himfed Building, New Shimla, Shimla (HP) Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New
Corporate PIN-171009, Tel: 0177-2670064,490,521,741 ordination Office Delhi. PIN-110017, TELE: 011- 41659210/17
Office Fax: 0177-2670542 FAX: 011- 41659204/14
Page 8 of 9
22.0 CORRESPONDENCE:

i. All correspondence related to this purchase before award of the contract shall
be addressed to SM, Procurement & Contract Deptt, NJHPS, SJVN Ltd, Jhakri,
Distt Shimla (H.P.), PIN- 172201. PH No. 0091-1782-275236 Fax: No. 0091-
1786-234049.
ii. All the correspondences after award of the contract shall be addressed to AGM
(Incharge Nathpa), NJHPS, SJVN Ltd, Nathpa, Distt Kinnaur (H.P.), PIN-
172115. PH No. 0091-1786-263590 Fax: No. 0091-1786-263364

* * *

Registered & Himfed Building, New Shimla, Shimla (HP) Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New
Corporate PIN-171009, Tel: 0177-2670064,490,521,741 ordination Office Delhi. PIN-110017, TELE: 011- 41659210/17
Office Fax: 0177-2670542 FAX: 011- 41659204/14
Page 9 of 9
INSTRUCTIONS TO BIDDERS (ITB)
The bids are invited using e-tendering mode, so please read the
instructions carefully and upload the filled in bids as per
requirement of bid documents.

1.0 General Instructions

1.1 The SJVN Limited, hereinafter called "SJVN" / "Owner" is a Joint Venture of
Govt. of India and Govt. of Himachal Pradesh having its registered office at
Himfed Building, New Shimla - 171 009, have their Nathpa Jhakri Hydroelectric
Power Plant with a capacity of 6x250 MW at Nathpa (Distt. Kinnaur) and Jhakri
(Distt. Shimla) in the State of Himachal Pradesh, India.

1.2 SJVN has issued an invitation to bid as enclosed and will receive bids as set
forth in the accompanying Bid documents.

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

1.4 SJVN reserves the right to accept or reject any or all Bids without assigning any
reason for such a decision.

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

1.6 The bid documents can be downloaded by bidders up to 26/01/2016 at 1200


hrs. The complete filled in bids and necessary scanned documents shall be
uploaded at the mentioned address up to 27/01/2016 at 1300 hrs. The bids
cannot be uploaded / submitted later than 27/01/2016 at 1300 hrs. The techno-
commercial bid shall be opened on 27/01/2016 at 1400 hrs. However, Price bid
part of qualified & techno-commercial responsive bidders shall be opened on
subsequent date, for which the qualified bidders shall be informed separately.

1.7 However, Price bid part of qualified & techno-commercial responsive bidders
shall be opened on subsequent date, for which the qualified bidders shall be
informed separately.

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

1.9 The bids are to be filled and submitted online. To participate in e-tendering/e-
procurement, it is requested to register with our website https://
sjvn.abcprocure.com. Annual Vendor / contract Registration charges in e-
Registered & Himfed Building, New Shimla, Shimla (HP) Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New
Corporate PIN-171009, Tel: 0177-2670064,490,521,741 ordination Office Delhi. PIN-110017, TELE: 011- 41659210/17
Office Fax: 0177-2670542 FAX: 011- 41659204/14
Page 1 of 17
tendering portal is ` 2600/- plus S.T. The bidder should also have the Digital
Signatures for security purpose. The detailed procedure for the registration is
as under:-

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


vender Registration.
b. Click on “New Bidder’s Registration” link available on home page.
c. You need to furnish individual details as well as of company details in
registration form.
d. After filling all mandatory fields, you need to click on “submit” button to
complete the registration process.
e. On successful completion of registration you will prompted a message
saying that “ You have successfully registered on (SJVN Limited)’s e-
Procurement Portal”

For Registration enquiry and to activate User ID please call abcprocure Help
Desk Centre +91-79-40016865 / 37 / 02 / 85 / 79 / 91 / 23 / 52 e-Mail ID
support@abcprocure.com and info@abcprocure.com .

Already valid registered vendor at SJVN Limited need not follow


registration formality then they may contact support team on contact
details provided at the end of the document for further participation.

1.10 All the bidders are requested to get themselves registered well in advance to
facilitate timely submission of the bid. In case bidders wait till last moment for
uploading the bids and if any technical problem is encountered at that time, the
bid closing date & time may elapse.

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

 Open Internet Explorer.


 Select Tools menu from menu bar. OR (Press Alt + T on your keyboard).
 Click on Internet Options >>Content >>Certificate button.
The bidder should view your digital certificate under “Personal”
heading
Requirement of Digital Signature Certificate

 Please enable ActiveX Controls & Plug-ins. (Tools->Internet Options->
Security- >Custom Level)

Active-X controls need to be enabled in your Internet browser. In
order to ensure this, please do the following:

Registered & Himfed Building, New Shimla, Shimla (HP) Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New
Corporate PIN-171009, Tel: 0177-2670064,490,521,741 ordination Office Delhi. PIN-110017, TELE: 011- 41659210/17
Office Fax: 0177-2670542 FAX: 011- 41659204/14
Page 2 of 17
a. In Menu Bar ---Click on Tools - Internet Options – Security – Click on
Trusted Sites Icon – Click on Sites button.
Add 2 Website in Trusted Sites……

1. https://sjvn.abcprocure.com
&
2. https://www.tpsl-india.in

After that, click on


Tools menu of Internet explorer - Internet Options – Security – Click on Internet
Icon.

After Click on Custom Level button –

From below ActiveX controls and plug-ins ---- Select below 5 Items to be
enabled

1) Download signed ActiveX controls –select Prompt or Enable


2) Download unsigned ActiveX controls – select Prompt or Enable
3) Initialize and script ActiveX controls not marked as safe for scripting – select
Prompt or Enable
4) Run ActiveX controls and plug-ins-select Enable
5) Script ActiveX controls marked safe for scripting – select Enable

After completed this above selection----Below option has available---Reset


custom settings---Reset To: Select low or medium ---Click on OK.
Also, please check your system Date & Time it should be set as current
date & time.
 In case of Digital Certificate based Login, user need to download & install
"Signer" file available under Download Section at
https://sjvn.abcprocure.com.
 Download & Install "Intermediary Certificate" available under Download
Section at https://sjvn.abcprocure.com.
 Please disable or uninstall Third Party Toolbar / Add-ons from Browser.
1.12 The contract & procurement process through e-tendering/e-procurement
system is in process at NJHPS, SJVN Jhakri and hence this tender is to be
processed through e-tendering/e-procurement system. The bids are to be filled
and submitted online. To participate in e-tendering/e-procurement, it is
requested to register with our website https//:sjvn.abcprocure.com. The one
year cost of registration on web site is Rs 2977/- (Rs 2600/- plus service tax @
14% + 0.5% Swachh Bharat Cess) is payable directly to M/s e-Procurement
Technologies Ltd. The bidder should also have the Digital Signatures for
security purpose. The detailed procedure for the registration is as under:-
a. Go to the url: - https://sjvn.abcprocure.com In the home page click on
vender Registration.
b. Click on “New Bidder’s Registration” link available on home page.
c. You need to furnish individual details as well as of company details in
registration form.

Registered & Himfed Building, New Shimla, Shimla (HP) Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New
Corporate PIN-171009, Tel: 0177-2670064,490,521,741 ordination Office Delhi. PIN-110017, TELE: 011- 41659210/17
Office Fax: 0177-2670542 FAX: 011- 41659204/14
Page 3 of 17
d. After filling all mandatory fields, you need to click on “submit” button to
complete the registration process.
e. After submission of the form, the user id and password are generated in
the form of Acknowledgement.
f. The payment of annual registration fee amounting to Rs.2964/- is to be
made through DD.
g. The User ID will be activated after DD is received. Send the
Acknowledgement copy and uploaded document to below mentioned e-
Mail ID.

For Registration enquiry and to activate User ID please call abcprocure


Help Desk Centre +91-79-40016865 / 37 / 02 / 85 / 79 / 91 / 23 / 52 e-
Mail ID support@abcprocure.com and info@abcprocure.com.

1.13 All the bidders are requested to get themselves registered well in advance to
facilitate timely submission of the bid. In case bidders wait till last moment for
uploading the bids and if any technical problem is encountered at that time, the
bid closing date & time may elapse.
1.14 Downloading Bid Documents: Bidder to access e-Tender portal of SJVN
(http://sjvn.abcprocure.com) to access NIT document, after completing
registration formality and successful login vendor need to process for Tender
Fee / Document Fee (if any) and after that bidder can download detailed tender
document.
“Download Document” link is available at the end of every tender notice
along with access to “Corrigendum”.
1.15 Bid Submission:
(i) Bidder needs to login first on the tendering portal of SJVN (i.e.
https://sjvn.abcprocure.com).
(ii) Search tender by filling necessary searching criteria after Login.
(iii) After finding the tender on the screen, click on the “Dashboard”.
(iv) Click on “Declaration” and then click on “I Agree”.
(v) Click on the “Tender Fees” (if any) & Pay the tender fees online.
(vi) Click on the “EMD” & Pay the EMD online.
(vii) Click on “Prepare Bid” and fill necessary Forms (Schedules).
(viii) After filling Price Bid Form click on “Final Encrypt”.
(ix) After filling all Forms & final Encryption of Price Bid click on “Final
Submission”.
(x) After Final Submission bidder will get receipt of Final Submission of their
Bid.

1.16 The link “help manual” and “vendor help” for submission of bids is also
available on the website. For any assistance/ clarification for e–tendering
registration, submission of bid through e-tendering/ procurement , bidder
may contact the following persons/ representatives of M/s abcProcure:-

(i) Mr. Safal Pandya, M- 91-909 900 7386, Phone: +91-79-40016816, e-


mail: safal@procuretiger.com.
(ii) Mr. Satya narayan Behera | Sr. Executive, M- 09558167782.
Phone: +91-79-40016 802 | 879 | 800. E-mail:
satyanarayan@procuretiger.com, satyanarayan@abcprocure.com
Registered & Himfed Building, New Shimla, Shimla (HP) Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New
Corporate PIN-171009, Tel: 0177-2670064,490,521,741 ordination Office Delhi. PIN-110017, TELE: 011- 41659210/17
Office Fax: 0177-2670542 FAX: 011- 41659204/14
Page 4 of 17
(iii) Mr. Rakesh Panwar-M- 80913-81583, e-Mail:
rakesh.panwar@abcprocure.com
(iv) - Mr. Vismay Jagad -Ph- 07940016867, e-Mail:
vismay@abcprocure.com
(v) - Mr. Pankesh Kumar-Ph- 079-4001 6837, e-Mail:
pankesh@abcprocure.com
(vi) - Mr. Pradip Parmar-Ph-079-4001 6865 e-Mail:
pradip@abcprocure.com
(vii) Link”Contact us” available on the home page of
https://sjvn.abcprocure.com

The above persons are to be contacted for help/ assistance related to e–


tendering registration, submission of bid through e-tendering only.

For any other clarifications regarding the tender bidder may contact the
following persons/ representatives of M/s SJVN:-

(i) Sh. Rajeev Kapoor: Telephone No. 01782-275459 (E-mail ID :


Rajeev.kapoor@sjvn.nic.in)
(ii) Sh. Ajay Kumar: Mobile No. 09418014928 (E-mail ID :
aj.kumar@sjvn.nic.in)
(iii) Sh. Devender Kumar: Mobile No. 09418001243 (E-mail ID :
devender.kumar@sjvn.nic.in)

2.0 Plant Information

The 1500 MW Nathpa Jhakri Hydroelectric Power Plant is located between


Nathpa (Distt. Kinnaur) and Jhakri (Distt. Shimla) in the State of Himachal
Pradesh.

3.0 Communication and Transport Limitation

The Plant Site is located in the interior of Himachal Pradesh. The dam is
located on the Sutlej River near village Nathpa in District Kinnaur. The
underground power house is located near village Jhakri in District Shimla.
Shimla, the capital of the State of Himachal Pradesh is enroute about 150Km
South-West from Jhakri. The distance by road from Jhakri to Nathpa upstream
is about 45 Km (Approx.).

The rail head (broad gauge) is at Kalka (NR). Kalka is about 235 Km (Approx.)
from Jhakri.

Approximate
Distance from To To To
Kalka Mumbai Kolkata Chennai
(i) By Rail 1906 1809 2558
(ii) By Road 1753 1791 2482

The distance from Kalka to Delhi by road is 285 Km (approx.).

Registered & Himfed Building, New Shimla, Shimla (HP) Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New
Corporate PIN-171009, Tel: 0177-2670064,490,521,741 ordination Office Delhi. PIN-110017, TELE: 011- 41659210/17
Office Fax: 0177-2670542 FAX: 011- 41659204/14
Page 5 of 17
From the Kalka rail head, the Project is approachable by the following
roads/routes:-

(i) Kalka - Dharampur - Solan - Shimla - Narkanda : 285 Km (Approx.)


- Rampur – Jhakri- Nathpa(NH -22).

(ii) Kalka - Dharampur - Solan - Shimla - Dhalli - : 300 Km


Basantpur - Rampur – Jhakri-Nathpa (Approx.)

(iii) Kalka - Dharampur - Sabathu - Arki - Shalaghat : 385 Km


- Dhami - Basantpur - Rampur – Jhakri-Nathpa. (Approx.)

Transport Limitation

The transport limitation by road from Kalka to the Plant Site at Nathpa would be
the governing factor in respect of the permissible package size and weight.
Bidder should consider all factors as can be envisaged for transportation of
equipment to avoid and overcome the hindrances/ limitations on existing
road on account of weather conditions and any other reasons without
affecting the schedule .

The project area is situated in earthquake zone IV as per BIS 1893(1984).


Hence, the equipment shall have to be suitable to withstand safely and not to
mal operate under earthquake forces corresponding to zone IV.

4.0 Minimum Qualifying Requirement

As per pre-qualification requirement attached.

5.0 Scope of Proposal/ Work: The scope of work includes Supply & Installation
of Inclinometer and 2D crack meter at NJHPS Sites- Nathpa & Jhakri as
per Technical Specification & General Terms & Conditions attached at
Annexure-A & B.

5.1 The detail of the work is as par BOQ attached at Annexure-C.

5.2 The bidder shall be required to offer their rates & prices for entire scope of
work.

5.3 Bidders in their own interest are advised to visit the site to make acquaintance
with work before uploading/submitting their bids. The cost of visiting the site
shall be at bidder’s own expenses.

6.0 Quality Assurance Programme

6.1 The Quality Assurance Program shall be as per the applicable relevant
standard.

Registered & Himfed Building, New Shimla, Shimla (HP) Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New
Corporate PIN-171009, Tel: 0177-2670064,490,521,741 ordination Office Delhi. PIN-110017, TELE: 011- 41659210/17
Office Fax: 0177-2670542 FAX: 011- 41659204/14
Page 6 of 17
7.0 Cost of Bidding
The Bidder shall bear all costs associated with the preparation and submission
of its bid, and the Owner will in no case be responsible or liable for these costs,
regardless of the conduct or outcome of the bidding process.
8.0 The Bidder is expected to examine all instruction, forms, terms, specifications,
and other information in the bidding documents. Failure to furnish all
information required by the bidding documents or submission of a bid not
substantially responsive to the bidding documents in every respect will be at the
Bidder's risk and may result in rejection of its bid.
9.0 Amendment of Bidding Documents
6.2 At any time prior to the deadline for submission of bids, the Owner may, for any
reason, whether at its own initiative, or in response to a clarification requested
by a prospective Bidder, amend the bidding documents.
6.3 The amendment will be notified in writing or by cable or through website (on
www.sjvn.nic.in, www.tenders.gov.in, www.eprocure.gov.in, and
https://sjvn.abcprocure.com) to all prospective Bidders that have received
the bidding documents and will be binding on them. Bidders are required to
immediately acknowledge receipt of any such amendment, and it will be
assumed that the information contained therein has been taken into account by
the Bidder in its bid.

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

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

10.0 Language of Bid

The bid prepared by the Bidder and all correspondence and documents related
to the bid exchanged by the Bidder and the Owner shall be written in English
language. Any printed literature furnished by the bidder may also be written in
English language.

11.0 Cost of Bid Document and Earnest Money deposit (EMD / Bid
Security(ONLINE) / FDR /T DR:

11.1 The cost for purchase of bid document is ₹ 1,000/-(Rupees One Thousand
only).

11.2 The bidder shall furnish, a bid security/ earnest money as part of the bid
amounting to ₹ 70,000/- (Rupees Seventy Thousand only).
Registered & Himfed Building, New Shimla, Shimla (HP) Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New
Corporate PIN-171009, Tel: 0177-2670064,490,521,741 ordination Office Delhi. PIN-110017, TELE: 011- 41659210/17
Office Fax: 0177-2670542 FAX: 011- 41659204/14
Page 7 of 17
11.3 Micro or Small Enterprises (MSE)/NSIC registered firms are exempted from the
submission of the “EMD” & “Cost of Tender Documents” and must enclose
(Upload scanned copy of the MSE/ NSIC certificate) for the same products as
in NIQ above. If the MSE/ NSIC certificate does not contain the item/work as
listed in our NIQ and no EMD is found enclosed, then SJVN may ask the bidder
to submit the EMD. The bidder must also send the copy of the NSIC/MSE
certificate by Fax/e-mail/post with reference to the present tender and
should reach before the bid closing date.

11.4 The cost of “Bid Document” and “Earnest Money (EMD)” shall be submitted
using below mentioned facilities:-

a) Credit Card
b) Debit Card
c) Net Banking
d) NEFT/RTGS
► Credit Card/Debit Card/Net Banking:
 Bidder is required to add https://www.tpsl-india.in website in Trusted Zone
as suggested above.
 Bidder needs to feed correct details while making the payment through
online payment gateway.
► NEFT/RTGS:
 To make payment through NEFT/RTGS, bidders will get an auto generated
e-Mail which contains details of their Unique Bidder Code and when and how
to do RTGS/NEFT and details pertaining to it. This information will also be
available on screen under heading of “NEFT/RTGS Instruction” once bidder
gets login.

 Once bidder deposit amount in Beneficiary account number provided to


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

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

Registered & Himfed Building, New Shimla, Shimla (HP) Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New
Corporate PIN-171009, Tel: 0177-2670064,490,521,741 ordination Office Delhi. PIN-110017, TELE: 011- 41659210/17
Office Fax: 0177-2670542 FAX: 011- 41659204/14
Page 8 of 17
 Caution: Please ensure that you need to mention the correct beneficiary
account number and IFSC code as mentioned above while making payment
via RTGS / NEFT. In the event of funds remitted to wrong beneficiary
account number, SJVN Limited or its Bank or its service provider would not
responsible for the same.

 In case, the payment of the EMD was made through online payment
gateway then the printout of the receipt (Proof) shall also be posted as
per details given in clause 31.0 so as to reach preferably on or before
the last date and time of submission of bid.

Remarks:- The EMD submitted in the form of BG, DDs, local Cheque/
outstations Cheque will not be considered

11.5 FDR/TDR: Please note that EMD (Earnest Money Deposit) / Bid Security in the
form of FDR/TDR {Pledged in favour of the NJHPS, SJVN Ltd. Jhakri} is
also acceptable and the same in physical form should reach preferably before
the last date and time of submission of bid. If EMD in the form of FDR/TDR
does not reach in physical form within the period of techno commercial
evaluation, the bid shall be considered as non-responsive and price bid of such
firms shall not be opened.

11.6 The bid securities of unsuccessful bidders will be returned as promptly as


possible, but not later than twenty-eight (28) days after the expiration of the bid
validity period.
11.7 The bid security of the successful bidder will be returned when the bidder has
furnished the required performance security.

11.8 No interest shall be payable by the Owner on the above Bid security.

11.9 The bid security may be forfeited

(a) if the Bidder withdraws its bid during the period of bid validity specified
by the Bidder in the Bid Form;
(b) if the Bidder does not accept the correction of its Bid Price;

(c) if the Bidder does not withdraw any deviations listed in Deviation
Schedule at the cost of withdrawal indicated by him;
(d) if the Bidder refuses to withdraw, without any cost to the Owner, any
deviation not listed in Deviation Schedule but found elsewhere in the bid;
or

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

(i) To accept the Letter of Award or


(ii) To furnish the required performance security.
(iii) To start activities according to Work Completion Schedule.

Registered & Himfed Building, New Shimla, Shimla (HP) Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New
Corporate PIN-171009, Tel: 0177-2670064,490,521,741 ordination Office Delhi. PIN-110017, TELE: 011- 41659210/17
Office Fax: 0177-2670542 FAX: 011- 41659204/14
Page 9 of 17
12.0 Deviations
Deviations, if any, from the terms and conditions of Bidding Documents or
Technical Specifications including drawings shall be listed only in Deviation
Schedule of the bid i.e.Schedule-2 “Schedule of Deviations”. The Bidder
shall also provide the additional price, if any, for withdrawal of the deviations.

Bidder may further note that except for deviations listed in Deviation Schedule,
the bid shall be deemed to comply with all the requirement in the bidding
documents and the bidders shall be required to comply with all such
requirements of bidding documents and technical specifications and drawings
without any extra cost to the Owner irrespective of any mention to the contrary,
anywhere else in the bid, failing which the bid security of the Bidder may be
forfeited.
The owner has complete right to evaluate the deviations without prejudice. After
evaluation, the deviations may or may not be agreed by the owner. The bidder
shall be intimated in writing accordingly.

13.0 WORK COMPLETION SCHEDULE


13.1 The basic consideration and the essence of the Contract shall be the strict
adherence to the Work Completion Schedule.
13.2 The Maximum work completion period for complete scope of work {Supply &
Installation of Inclinometer and 2D crack meter at NJHPS Sites- Nathpa &
Jhakri} is 90 days from the date of issue of LOA. However, Bidder can also
offer a shorter completion period which will also be acceptable to SJVN Ltd.
However, any bidder offering work completion of more than 90 days will not be
considered and his bid will be rejected.
14.0 Price Adjustment Data
Not applicable being "FIRM" Price Contract.

15.0 Bid Prices

► Unless otherwise specified in the Technical Specifications, Bidders shall


quote for the entire supply on a "single responsibility" basis such that the
total bid price covers all the supplier's obligations mentioned in or to be
reasonably inferred from the bidding documents.

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

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

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

Registered & Himfed Building, New Shimla, Shimla (HP) Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New
Corporate PIN-171009, Tel: 0177-2670064,490,521,741 ordination Office Delhi. PIN-110017, TELE: 011- 41659210/17
Office Fax: 0177-2670542 FAX: 011- 41659204/14
Page 10 of 17
16.0 Bid Currencies

Bidders shall quote all prices in Indian Rupees only.

17.0 Period of Validity of Bid

► Bids shall remain valid for a period of 120 days after the closing date
prescribed by the Owner for the receipt of bids. A bid valid for a shorter
period shall be rejected by the Owner as being non-responsive.

► In exceptional circumstances, the Owner may solicit the Bidder's consent to


an extension of the bid validity period. The request and responses thereto
shall be made in writing or by cable/fax. If a Bidder accepts to prolong the
period of validity, the bid security shall also be suitably extended. A Bidder
may refuse the request without forfeiting its bid security. A Bidder granting
the request will not be required nor permitted to modify its bid.

18.0 BID PROPOSAL SHEETS (BPS)

The Bidder shall fill and upload all the appropriate Schedules / data required as
per the bidding documents.

19.0 FORMAT AND SIGNING OF BID

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

► Bid by Corporation / Company must be digitally signed with the legal name
of the Corporation / Company by the President, Managing Director, or by
the Secretary or other person or persons authorized to bid on behalf of such
Corporation / Company in the matter.

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

► All the requisite documents shall be scanned & uploaded along with bid at
https://sjvn.abcprocure.com. The hard copy of the documents shall also be
posted as per details given in clause 31.0 so as to reach on or before the
last date and time of submission of bid.

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


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

20.0 Submission of Bids

► The bids will be submitted electronically at designated places in various


schedules. The complete bid document along with the schedules can be
downloaded by the bidder through https://sjvn.abcprocure.com only after
Registered & Himfed Building, New Shimla, Shimla (HP) Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New
Corporate PIN-171009, Tel: 0177-2670064,490,521,741 ordination Office Delhi. PIN-110017, TELE: 011- 41659210/17
Office Fax: 0177-2670542 FAX: 011- 41659204/14
Page 11 of 17
registration as explained above in clause 1.9. The bid is to be filled only in
the in the schedules available on the web. The price schedules cannot be
downloaded as they are to be filled online however techno-commercial
schedules and Bid Proposal Sheet etc. are to be downloaded first and are to
be uploaded again after filling the same. The bid is called under 01 part as
under:-

A. Price Schedule:
(i) Schedule-1 (Page 1of 1) - “Schedule of Prices”.

► The prevailing rate of taxes & duties is to be clearly mentioned in the


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

a. The entry tax for the entry of goods in Himachal Pradesh


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

b. CST/VAT: ‘C’ Form will be issued by SJVN Ltd. for this


tender, thus Sale Tax has to be quoted accordingly by the
bidder.

c. Any other deduction like TDS, “WCT” (As per applicable rate
in H.P.) if applicable under this contract as per the Govt. laws
shall be made from the payment of the contractor and
statement for the same shall be provided by SJVN for the
same.

d. The successful bidder in his own interest shall have to


register himself/firm/company under the HP VAT Act-2005
with the Excise & taxation Deptt., Himachal Pradesh. WCT on
the material portion of the contract shall be deducted as
applicable.

A. Bid Proposal Sheet Techno-commercial Bid Part which consists of the


followings:-

 Bid Proposal Sheet.

 Documents required as per clause no. 5.0, Minimum Qualifying


Requirement.
Registered & Himfed Building, New Shimla, Shimla (HP) Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New
Corporate PIN-171009, Tel: 0177-2670064,490,521,741 ordination Office Delhi. PIN-110017, TELE: 011- 41659210/17
Office Fax: 0177-2670542 FAX: 011- 41659204/14
Page 12 of 17
 Copy of VAT/ CST/ TIN no., Service Tax Registration No. & PAN No.
etc., any other documents as required/ asked in the tender are to be
uploaded/ submitted along with the bid. These documents are to be
uploaded along with the bid.

 Bid Security / Earnest Money deposit (EMD)/ Cost of Tender


Document (If any)/ Copy of NSIC/MSE certificate as per sr. no.
11.0 above.

 Undertaking as per sr. no. 32.0 below.

 Bank details duly authenticated by Bank/ Copy of cancelled


cheque.

 The Bid Proposal Sheet (BPS) techno-commercial schedules to


be filled are as under:-

(i) Schedule-2, Page 1 of 1 “Schedule of Deviations”


(ii) Schedule-3, Page 1 of 1 “Schedule for Contact Details &
Bank Account Details”.
(iii) Schedule-4 Page 1 of 1 “Schedule for Minimum Qualifying
Requirements”

Remarks:-All above schedule are available in single excel sheet


“BPS Techno commercial Schedules”. The bidders have to fill the
required information in the colored boxes only.

► The Techno-Commercial Bid part will be opened electronically as per


schedule time and date as indicated in the bid documents in the O/o Sr.
Manager (P&C), NJHPS, SJVN Ltd., Jhakri, Distt. Shimla (H.P.) – 172
201.

► The Price Part will be opened electronically at same place only for those
bidders whose techno-commercial part is found to be techno-commercially
acceptable and only such bidders will be intimated subsequently either
telephonically or through Fax / Courier / E-mail about the time and date of
price bid opening.

► The Owner further, reserves the right to reject any Bid which is not
submitted according to the instructions stipulated above.

► After submission of the bid through e-tendering an acknowledgment


slip is automatically generated and same is to be send by fax/ post/e-
mail as per clause 32.0 as a proof for bid submission through e-
tendering.

21.0 Late Bids

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

Registered & Himfed Building, New Shimla, Shimla (HP) Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New
Corporate PIN-171009, Tel: 0177-2670064,490,521,741 ordination Office Delhi. PIN-110017, TELE: 011- 41659210/17
Office Fax: 0177-2670542 FAX: 011- 41659204/14
Page 13 of 17
22.0 Withdrawal of Bids

No bid may be withdrawn in the interval between the bid submission deadline
and the expiration of the bid validity period specified in Bid documents.
Withdrawal of a bid during this interval may result in the Bidder's forfeiture of its
bid security / EMD.

23.0 Bid Opening and Evaluation

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

 Bids will be evaluated for the complete scope of the work on “single
responsibility” basis and FOR Nathpa basis including all taxes & duties. During
bid evaluation, the bid of the bidders quoting outside from H.P. shall be loaded at
the applicable rate of the Entry Tax.

 The SJVN liability towards service tax shall also be considered during bid
evaluation.

 No price preference shall be given to any bidder during the bid evaluation.
 Cost loading will be carried out for the deviations taken by the bidder to
determine the lowest evaluated Bid which will be considered for acceptance.
 The items for which bidder does not quote his price i.e. leaves the rate / amount
column blank or simply puts a (-) mark or (*) mark or indicates ‘NIL’ / ‘NA’ or as
applicable, no cost shall be considered for bid evaluation for these items, and for
the purpose of award the value of such item shall be deemed to have been
included in other quoted items. If the bidder does not agree to this consideration,
his bid will be rejected and the bid guarantee may be forfeited.

24.0 Clarification of Bids

During bid evaluation, the Owner may, at its discretion, ask the Bidder for a
clarification of its bid. The request for clarification and the response shall be in
writing, and no change in the price or substance of the bid shall be sought,
offered or permitted.

25.0 Correction of Errors (Applicable to extent possible)

A. The errors /discrepancies in respect of the specified amount in Bid Proposal


Sheets for an individual item and/or sub-item and/or in the sub-total of a
schedule and/or in the Grand total of a schedule and/or in the lump sum
price of the package either due to discrepancy between figures and words
and/or simple arithmetical error while adding and/or multiplying and /or due
to wrong extension of unit rates etc. the error will be rectified and computed
by SJVN as per the following method:
Registered & Himfed Building, New Shimla, Shimla (HP) Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New
Corporate PIN-171009, Tel: 0177-2670064,490,521,741 ordination Office Delhi. PIN-110017, TELE: 011- 41659210/17
Office Fax: 0177-2670542 FAX: 011- 41659204/14
Page 14 of 17
(i) In case of discrepancy between figure and words the value specified
in the words will be considered for computation.
(ii) Firstly the unit rates in words will be considered for computation.

(iii) In case unit rates are not indicated in words then unit rates indicated
in figure will be considered and will be used for deriving the amount
from the quantities specified in the bid documents.

(iv) In case error is due to wrong extension of quantities, the quantities as


specified in the bid documents will be considered and multiplied by
the quoted unit rates to obtain the amount. The amounts will be
computed as per the extension of amount on the basis of unit rates of
individual item, sub-item, sub-total of a schedule, grand total of a
schedule and lump sum price of the package based on the above
consideration.

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


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

C. The Owner's determination of a bid's responsiveness is to be based on the


contents of the bid itself without recourse to extrinsic evidence. If a bid is
not substantially responsive, it will be rejected by the Owner, and may not
subsequently be made responsive by the Bidder by correction of the non-
conformity.

26.0 Influencing the Owner

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

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

27.0 Award of Contract

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

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

Registered & Himfed Building, New Shimla, Shimla (HP) Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New
Corporate PIN-171009, Tel: 0177-2670064,490,521,741 ordination Office Delhi. PIN-110017, TELE: 011- 41659210/17
Office Fax: 0177-2670542 FAX: 011- 41659204/14
Page 15 of 17
► Bidders would be required to comply with all other requirement of the Bidding
Documents except for those deviations in Deviation Schedule, which are
accepted by the Owner, failing which the bid security of the Bidder may be
forfeited.

► Award will be placed for Entire Scope of work on L1 basis for substantially
responsive bid on single responsibility basis.

28.0 Owner's Right to Accept Any Bid and to Reject Any Bids

The Owner reserves the right to accept or reject any bid, and to annul the
bidding process and reject all bids at any time prior to award of contract,
without thereby incurring any liability to the affected Bidder or bidders or any
obligation to inform the affected Bidder or bidders of the grounds for the
Owner's action.

29.0 Notification of Award

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

► Upon the successful Bidder's furnishing of the performance security, the Owner
will promptly notify each unsuccessful Bidder and will discharge its bid security.
► SIGNING OF THE CONTRACT AGREEMENT(Format enclosed)
► The Contract Agreement (s) will be signed in two (2) originals on non –judicial
Stamp Paper of appropriate value within 30( thirty) days of issue of Notification
of awards/letter of Awards and the contractor shall be provided with one signed
copy of “Original Agreement” and other will be retained by the owner.
► Subsequent to signing of the Contract(s), the contractor at his cost shall provide
the owner with at least four (4) copies of Agreement (Hard Bound) with in twenty
(20) days after signing of the contracts.

30.0 Corrupt or Fraudulent Practices

A. The Owner requires that Bidders to observe the highest standard of ethics
during the procurement and execution of the Contract. In pursuance of this
policy, the Owner:

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

(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

Registered & Himfed Building, New Shimla, Shimla (HP) Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New
Corporate PIN-171009, Tel: 0177-2670064,490,521,741 ordination Office Delhi. PIN-110017, TELE: 011- 41659210/17
Office Fax: 0177-2670542 FAX: 011- 41659204/14
Page 16 of 17
(ii) "fraudulent practice" means a misrepresentation of facts in order
to influence a procurement process or the execution of a contract
to the detriment of the Owner, and includes collusive practice
among Bidders (prior to or after bid submission) designed to
establish bid prices at artificial non-competitive levels and to
deprive the Owner of the benefits of free and open competition;
(b) will reject a proposal for award if it determines that the Bidder
recommended for award has engaged in corrupt or fraudulent practices
in competing for the contract in question;
(c) will declare a firm ineligible, either indefinitely or for a stated period of
time, to be awarded a contract if it at any time determines that the firm
has engaged in corrupt or fraudulent practices in competing for, or in
executing, a contract of the Owner.
B Furthermore, Bidders shall be aware of the provision stated in the "General
Conditions of Contract".
31.0 Submission of documents by post:
The following documents in hard copy/original form sealed in envelop super
scribed as “Supply & Installation of Inclinometer and 2D crack meter at
NJHPS Sites- Nathpa & Jhakri PCD-NJHPS-575(O&M) /2015” are to be sent
through post:-
i. Earnest Money Deposit in the form of FDR/TDR/ Copy of
NSIC/MSE certificate as per clause no. 11.0.
The scanned copy of above documents is to be uploaded on the web and must
reach preferably before closing date and time as per the bidding document i.e.
on or before 27/01/2016 13:00 HRS.
Any documents as asked or required are to be sent to the following address:-
Sr. Manager (SM),
Procurement and Contract Department,
NJHPS, SJVN LTD., Jhakri,
Distt. Shimla (H.P.)-172201.
Phone No. 01782-275236.
Fax No. 01782-234049/ 275106.
 Any documents as asked or required like scanned copies of Earnest Money
Deposit in the form of FDR/TDR/ Copy of NSIC/MSE certificate, copy of
previous orders etc. are to be uploaded along with the bid at
https://sjvn.abcprocure.com.
32.0 Undertaking:
32.1 We have read carefully all the bidding documents and agreed to the conditions
except for deviation taken clause wise in deviation schedule.
32.2 We have not changed the contents of the bidding documents.
32.3 Scanned copy of documents uploaded along with the bid is true to the best of
our knowledge.

Registered & Himfed Building, New Shimla, Shimla (HP) Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New
Corporate PIN-171009, Tel: 0177-2670064,490,521,741 ordination Office Delhi. PIN-110017, TELE: 011- 41659210/17
Office Fax: 0177-2670542 FAX: 011- 41659204/14
Page 17 of 17
Annexure -

AGREEMENT FORMAT

(ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)

This agreement is made on ……… day of ……………………….Two


Thousand………………… between ………………(Name of the
Employer)……………………having its registered office at……………………(address of the
Employer)…………………………………….……(hereinafter referred to as the “SJVN Ltd.” or
“the Employer”) which expression shall unless repugnant to the context or meaning thereof,
include its successors and permitted assigns of the one part.

AND

………………………..……(Name of Contractor) having its registered office


at………………………..(address of contractor) ………………..……………………..
(hereinafter referred to as the “the Contractor”) which expression shall unless repugnant to
the context or meaning thereof include their respective successors and permitted assigns of
the other part.

Whereas the Employer is desirous that the Contractor executes


………………………………………………. (name and identification number of
Contract)(hereinafter called “the Works”) and the Employer has accepted the Bid submitted
by the Contractor for the execution and completion of such Works and the remedying of any
defects therein, at a Accepted Contract Amount of ..............................(Name of currency and
value in words and figures)

NOW THIS AGREEMENT WITNESSETH as follows:

1. In this Agreement, words and expression shall assume the same meanings as
are respectively assigned to them in the Conditions of Contract hereinafter
referred to and they shall be deemed to form and be read and construed as part
of this Agreement.

2. In consideration of the payments to be made by the Employer to the Contractor


as indicated in this Agreement, the Contractor hereby covenants and agrees with
the Employer that the contractor shall execute and complete the Works and
remedy the defects therein in conformity in all respects with the provisions of the
Contract and shall undertake, ensure and process the completion of the Works
within the Time for Completion.

3. The Employer hereby covenants and agrees to pay the Contractor in


consideration of the execution and completion of the Works and the remedying
the defects therein, the Accepted Contract Amount or such other sum as may
become payable under the provisions of the Contract at the times and in the
manner prescribed by the Contract.

4. The contractor undertakes to execute and complete the Works within the Time for
Completion and to achieve the Milestones within the time prescribed thereof in
the Contract.
5. The following documents shall be deemed to form and be read and construed as
integral part of this Agreement: This Agreement shall prevail over all other
Contract Documents.

a) the Letter of Acceptance, Invitation for bids


b) the Conditions of Contract, Part I- General Conditions of Contract (GCC)
c) the Conditions of Contract, Part II- Particular Conditions
d) Special Conditions of Contract (SCC) and Appendix to Bid
e) the Bid Form and Forms & Procedures
f) the priced Bill of Quantities;
g) the Technical Specifications (including criteria for measurement and
payments) and SJVN's Safety Manual
h) the Drawings;
i) Data Sheets
j) Any other documents forming part of the Contract.

In witness whereof the parties hereto have executed this Agreement on the day, month and
year first written before.

The Common Seal of both the Parties is hereunto affixed in the presence of:

Signed Sealed and Delivered by the said Parties.

For & on behalf of Employer For & on behalf of Contractor


Signature ………………………… Signature …………………………
Name ……………………………... Name ……………………………...
Designation …………………….. Designation ……………………..
Address …………………………. Address ………………………….
……………………………………... ……………………………………...
…………………………………….. ……………………………………..
(Authorized Signatory) (Authorized Signatory)
In the presence of In the presence of
Witness Witness
Signature ………………………… Signature …………………………
Name ……………………………... Name ……………………………...
Designation …………………….. Designation ……………………..
Address …………………………. Address ………………………….
……………………………………... ……………………………………...
…………………………………….. ……………………………………..

Note: The Contract Agreement shall be subject to further modifications by Employer. 


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

[Sections 2(e) and 42]

SCHEDULED BANKS

STATE CO-OPERATIVE BANKS


Andhra Pradesh State Co-operative Bank Ltd. Hyderabad
Bihar State Co-operative Bank Ltd., Bihar
Goa State Co-operative Bank Ltd. , Panaji
Gujarat State Co-operative Bank Ltd., Ahmedabad
Haryana State Co-operative Apex Bank Ltd., Chandigarh
Karnataka State Co-operative Apex Bank Ltd., Bangalore
Kerala State Co-operative Bank Ltd., Thiruvananthapuram
Madhya Pradesh Rajya Sahakari Bank Maryadit, Bhopal
Maharashtra State Co-operative Bank Ltd., Mumbai
Orissa State Co-operative Bank Ltd., Bhubaneswar
Pondicherry State Co-operative Bank Ltd. Pondicherry
Punjab State Co-operative Bank Ltd., Chandigarh
Rajasthan State Co-operative Bank Ltd., Jaipur
Tamil Nadu State Apex Co-operative Bank Ltd., Chennai
Uttar Pradesh Co-operative Bank Ltd., Lucknow
West Bengal State Co-operative Bank Ltd., Kolkata
Urban Co-operative Banks
A P Mahesh Co-operative Urban Bank Ltd., Hyderabad
Abhyudaya Co-operative Bank Ltd., Mumbai
Ahmedabad Mercantile Co-operative Bank Ltd., Ahmedabad
Akola Janata Commercial Co-operative Bank Ltd., Akola
Amanath Co-operative Bank Ltd., Bangalore
Bassein Catholic Co-operative Bank Limited, Vasai
Bharat Co-operative Bank (Mumbai) Ltd., Mumbai
Bharati Sahakari Bank Ltd., Pune
Bombay Mercantile Co-operative Bank Limited, Mumbai
Charminar Co-operative Urban Bank Ltd., Hyderabad
Citizen Credit Co-operative Bank Ltd., Mumbai
Dombivli Nagari Sahakari Bank Ltd., Dombivli
Greater Bombay Co-operative Bank Limited, Mumbai
Indian Mercantile Co-operative Bank Ltd., Lucknow
Jalgaon Janata Sahakari Bank Ltd., Jalgaon
Janakalyan Sahakari Bank Ltd., Mumbai
Janalaxmi Cooperative Bank Ltd., Nashik
Janata Sahakari Bank Ltd., Pune
Kallappanna Awade Ichalkaranji Janata Sahakari Bank Ltd., Ichalkaranji
Kalupur Commercial Co-operative Bank Ltd., Ahmedabad.
Kalyan Janata Sahakari Bank Ltd., Kalyan
Kapol Cooperative Bank Ltd., Mumbai
Karad Urban Co-operative Bank Ltd., Karad
Madhavapura Mercantile Co-operative Bank Ltd., Ahmedabad
Mahanagar Co-operative Bank Ltd., Mumbai
Mapusa Urban Co-operative Bank of Goa Ltd., Mapusa
Mehsana Urban Co-operative Bank Ltd., Mehsana
N K G S B Co-operative Bank Ltd., Mumbai
Nagar Urban Co-operative Bank Ltd., Ahmednagar
Nagpur Nagrik Sahakari Bank Ltd., Nagpur
New India Co-operative Bank Ltd., Mumbai
Nutan Nagrik Sahakari Bank Ltd., Ahmedabad
Parsik Janata Sahakari Bank Ltd., Thane
Pravara Sahakari Bank Ltd., Loni
Punjab & Maharashtra Co-operative Bank Ltd., Mumbai
Rajkot Nagrik Sahakari Bank Ltd., Rajkot
Rupee Co-operative Bank Ltd., Pune
Sangli Urban Co-operative Bank Ltd., Sangli
Saraswat Co-operative Bank Ltd., Mumbai
Sardar Bhiladwala Pardi People's Co-operative Bank Ltd., Killa Pardi
Shikshak Sahakari Bank Ltd., Nagpur
Solapur Janata Sahakari Bank Ltd., Solapur
Surat People's Co-operative Bank Ltd., Surat
Thane Bharat Sahakari Bank Ltd., Thane
Thane Janata Sahakari Bank Ltd., Thane
The Akola Urban Co-operative Bank Ltd., Akola
The Cosmos Co-operative Bank Ltd., Pune
The Goa Urban Co-operative Bank Ltd., Panaji
The Khamgaon Urban Co-operative Bank Ltd., Khamgaon
The Nasik Merchant's Co-operative Bank Ltd., Nasik
The Shamrao Vithal Co-operative Bank Ltd., Mumbai
The Zoroastrian Co-operative Bank Ltd., Mumbai
Vasavi Co-operative Urban Bank Limited, Hyderabad
SBI AND ASSOCIATES
State Bank of India
State Bank of Bikaner & Jaipur
State Bank of Hyderabad
State Bank of Indore
State Bank of Mysore
State Bank of Patiala
State Bank of Saurashtra
State Bank of Travancore

NATIONALISED BANKS
Allahabad Bank
Andhra Bank
Bank of Baroda
Bank of India
Bank of Maharashtra
Canara Bank
Central Bank of India
Corporation Bank
Dena Bank
Indian Bank
Indian Overseas Bank
Oriental Bank of Commerce
Punjab National Bank
Punjab and Sind Bank
Syndicate Bank
UCO Bank
Union Bank of India
United Bank of India
Vijaya Bank

OTHER PUBLIC SECTOR BANKS


Industrial Development Bank of India Ltd.

PRIVATE SECTOR BANKS


Bank of Rajasthan Ltd.
Catholic Syrian Bank Ltd.
City Union Bank Ltd.
Development Credit Bank Ltd.
Dhanalakshmi Bank Ltd.
Federal Bank Ltd.
HDFC Bank Ltd.
ICICI Bank Ltd.
IndusInd Bank Ltd.
ING Vysya Bank Ltd.
Jammu and Kashmir Bank Ltd.
Karnataka Bank Ltd.
Karur Vysya Bank Ltd.
Kotak Mahindra Bank Ltd.
Lakshmi Vilas Bank Ltd.
Nainital Bank Ltd.
Ratnakar Bank Ltd.
SBI Commercial International Bank Ltd.
South Indian Bank Ltd.
Tamilnad Mercantile Bank Ltd.
Axis Bank Ltd.
Yes Bank Ltd.
FOREIGN BANKS
ABN Amro Bank N.V.
Abu Dhabi Commercial Bank Ltd.
American Express Banking Corporation
Antwerp Diamond Bank N.V.
Arab Bangladesh Bank
Bank International Indonesia
Bank of America
Bank of Bahrain and Kuwait B.S.C.
Bank of Ceylon
Bank of Nova Scotia
Bank of Tokyo – Mitsubishi Ltd.
Barclays Bank Plc.
BNP Paribas
China Trust Commercial Bank
Shinhan Bank
Citi Bank N.A.
Calyon Bank
Deutsche Bank
DBS Bank Ltd.
The Hongkong and Shanghai Banking Corporation Ltd.
J.P. Morgan Chase Bank N.A.
Krung Thai Bank Public Company Ltd.
Mashreq Bank p.s.c.
Mizuho Corporate Bank Ltd.
Oman International Bank S.A.O.G.
Societe Generale
Sonali Bank
Standard Chartered Bank
State Bank of Mauritius Ltd.
GRAMIN BANKS
Andhra Pradesh Grameen Vikas Bank, Warangal (Andhra Pradesh)
Andhra Pragathi Grameena Bank, Kadapa (Andhra Pradesh)
Aryavart Gramin Bank, Lucknow (Uttar Pradesh)
Arunachal Pradesh Rural Bank, Naharlagun (Arunachal Pradesh)
Assam Gramin Vikas Bank, Guwahati (Assam)
Baitarani Gramya Bank, Baripada (Orissa)
Ballia Kshetriya Gramin Bank, Ballia (Uttar Pradesh)
Bangiya Gramin Vikash Bank, Berhampore (West Bengal)
Baroda Gujarat Gramin Bank, Bharuch (Gujarat)
Baroda Rajasthan Gramin Bank, Ajmer (Rajasthan)
Baroda Uttar Pradesh Gramin Bank, Rae Bareli (Uttar Pradesh)
Bihar Kshetriya Gramin Bank, Monghyr (Bihar)
Cauvery Kalpatharu Grameena Bank, Mysore (Karnataka)
Chaitanya Godavari Grameena Bank (Andhra Pradesh)
Chhattisgarh Gramin Bank, Raipur (Chhattisgarh)
Chikmagalur-Kodaga Grameena Bank, Chikmagalur (Karnataka)
Deccan Grameena Bank, Dilsukhnagar (Hyderabad)
Dena Gujarat Gramin Bank, Gandhinagar (Gujarat)
Durg-Rajnandgaon Gramin Bank, Rajnandgaon (Chhattisgarh)
Ellaquai Dehati Bank, Srinagar (Jammu and Kashmir)
Etawah Kshetriya Gramin Bank, Etawah (Uttar Pradesh)
Faridkot Bhatinda Kshetriya Gramin Bank, Bhatinda (Punjab)
Gurgaon Gramin Bank, Gurgaon (Haryana)
Hadoti Kshetriya Gramin Bank, Kota (Rajasthan)
Haryana Gramin Bank, Rohtak (Haryana)
Himachal Gramin Bank, Mandi (Himachal Pradesh)
Jaipur Thar Gramin Bank, Jaipur (Rajasthan)
Jammu Rural Bank, Jammu
Jhabua-Dhar Kshetriya Gramin Bank, Jhabua (Madhya Pradesh)
Jharkhand Gramin Bank, Ranchi (Jharkhand)
Kalinga Gramya Bank, Cuttack (Orissa)
Kamraz Rural Bank, Sopore (Jammu and Kashmir)
Karnatka Vikas Gramin Bank, Dharwad (Karnataka)
Kashi Gomti Samyut Gramin Bank, Varanasi (Uttar Pradesh)
Khasi J Bank, Shillong (Meghalaya)
Krishna Grameena Bank, Gulbarga (Karnataka)
Kshetriya Kisan Gramin Bank, Mainpuri (Uttar Pradesh)
Langpi Dehangi Rural Bank, Dhiphu (Assam)
Lucknow Kshetriya Gramin Bank, Sitapur (Uttar Pradesh)
Madhya Bharath Gramin Bank, Sagar (Madhya Pradesh)
Madhya Bihar Gramin Bank, Patna (Bihar)
Mahakaushal Kshetriya Gramin Bank, Jabalpur (Madhya Pradesh)
Maharashtra Godavari Gramin Bank (Maharashtra)
Malwa Gramin Bank, Sangrur (Punjab)
Marwar Ganganagar Bikaner Gramin Bank, Pali (Rajasthan)
Manipur Rural Bank, Imphal (Manipur)
Marathwada Gramin Bank, Nanded (Maharashtra)
Mewar Aanchalik Gramin Bank, Udaipur (Rajasthan)
Mizoram Rural Bank, Aizawl (Mizoram)
Nagaland Rural Bank, Kohima (Nagaland)
Nainital Almora Kshetriya Gramin Bank, Nainital (Uttaranchal)
Narmada Malwa Gramin Bank, Indore (Madhya Pradesh)
Neelachal Gramya Bank (Orissa)
North Malabar Gramin Bank, Kannur (Kerala)
Pallavan Grama Bank, Salem (Tamil Nadu)
Pandyan Grama Bank, Virudhunagar (Tamil Nadu)
Paschim Banga Gramin Bank, Howrah (West Bengal)
Parvatiya Gramin Bank, Chamba (Himachal Pradesh)
Pragathi Gramin Bank, Bellary (Karnataka)
Prathama Bank, Moradabad (Uttar Pradesh)
Puduvai Bharthiar Grama Bank (Pondicherry)
Punjab Gramin Bank, Kapurthala (Punjab)
Purvanchal Gramin Bank, Gorakhpur (Uttar Pradesh)
Rajasthan Gramin Bank, Alwar (Rajasthan)
Ratnagiri Sindhudurg Gramin Bank, Ratnagiri (Maharashtra)
Rewa-Sidhi Gramin Bank, Rewa (Madhya Pradesh)
Rushikulya Gramya Bank, Berhampur (Orissa)
Samastipur Kshetriya Gramin Bank, Samastipur (Bihar)
Saptagiri Grameena Bank, Chitoor (Andhra Pradesh)
Sarva UP Gramin Bank (Uttar Pradesh)
Satpura Narmada Kshetriya Gramin Bank, Chhindwara (Madhya Pradesh)
Saurashtra Gramin Bank, Rajkot (Gujarat)
Sharda Gramin Bank, Satna (M.P.)
Shreyas Gramin Bank, Aligarh (Uttar Pradesh)
Solapur Gramin Bank, Solapur (Maharashtra)
South Malabar Gramin Bank (Kerala)
Surguja Kshetriya Gramin Bank, Ambikapur (Chhattisgarh)
Tripura Gramin Bank, Agartala (Tripura)
Triveni Kshetriya Gramin Bank, Orai (Uttar Pradesh)
Utkal Gramya Bank, Bolangir (Orissa)
Uttaranchal Gramin Bank, Dehradun (Uttaranchal)
Uttar Banga Kshetriya Gramin Bank, Cooch-Behar (West Bengal)
Uttar Bihar Kshetriya Gramin Bank, Muzaffarpur (Bihar)
Vananchal Gramin Bank, Dhumka (Jharkhand)
Vidharbha Kshetriya Gramin Bank, Akola (Maharashtra)
Vidisha-Bhopal Kshetriya Gramin Bank, Vidisha (Masdhya Pradesh)
Visveshwaraya Grameen Bank, Mandya (Karnataka)
Wainganga Kshetriya Gramin Bank, Chandrapur (Maharashtra)

Vous aimerez peut-être aussi