by regd. post - sjvn limited€¦ · 15%including swachh bharat cess & krishi kalyan cess) is...

37
Registered & Corporate Office SJVN Corporate Office Complex, Shanan, Shimla, Himachal Pradesh Pin No.-171006 Liaison/Co- ordination Office SJVN, IRCON Building, Ground Floor, Saket New Delhi. PIN-110017, TELE: 011- 41659210/17 FAX: 011- 41659204/14 BY REGD. POST SJVN LTD. (A Joint Venture of Govt. of India and Govt. of Himachal Pradesh) (A Mini Ratna and Schedule A Company) (6X250MW Nathpa Jhakri Hydro Power Station) Procurement & Contract Department Jhakri. Dist. Shimla. H.P. 172201, INDIA. Phone. 01782-275236,275459,275106, Fax No. 01782-275106,234049, http://www.sjvn.nic.in TIN No. 02011000291 CIN No. L40101HP1988GOI008409 NOTICE INVITING TENDER (Global Competitive Bidding) Open press global tender enquiries under two part system through e-tendering are hereby invited only from the manufacturers or their authorized representative on behalf of SJVN Limited for “Package (P)-NJHPS-177(O&M) /2017- Supply of Hard Coating Powder for HVOF Thermal Spray Process” for the Nathpa Jhakri Hydro Power Station. Please visit websites www.sjvn.nic.in or www.tenders.gov.in or www.eprocure.gov.in to know further details & bid submission procedure w.e.f. 12/05/2017. Bid closing date (Last date and time for uploading of filled in bids) is 09/06/2017 13:00 HRS (IST). The bid is to be submitted through e-tendering on https://sjvn.abcprocure.com. Manager, Procurement & Contract Deptt. NJHPS, SJVN LTD., Jhakri-172201, INDIA. SAVE ENERGY FOR BENEFIT OF SELF & NATION No. SJVN/P&C/ Package (P)-NJHPS-177(O&M)/2017- Dated:-

Upload: others

Post on 25-Jun-2020

3 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: BY REGD. POST - SJVN Limited€¦ · 15%including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder should also have the

Registered & Corporate Office

SJVN Corporate Office Complex, Shanan, Shimla, Himachal Pradesh Pin No.-171006

Liaison/Co-ordination Office

SJVN, IRCON Building, Ground Floor, Saket New Delhi. PIN-110017, TELE: 011- 41659210/17 FAX: 011- 41659204/14

BY REGD. POST

SJVN LTD.

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

(6X250MW Nathpa Jhakri Hydro Power Station) Procurement & Contract Department Jhakri. Dist. Shimla. H.P. 172201, INDIA.

Phone. 01782-275236,275459,275106, Fax No. 01782-27 5106,234049, http://www.sjvn.nic.in TIN No. 02011000291

CIN No. L40101HP1988GOI008409

NOTICE INVITING TENDER (Global Competitive Bidding)

Open press global tender enquiries under two part system through e-tendering are hereby invited only from the manufacturers or their authorized representative on behalf of SJVN Limited for “Package (P)-NJHPS-177(O&M) /2017- Supply of Hard Co ating Powder for HVOF Thermal Spray Process” for the Nathpa Jhakri Hydro Power Station. Please visit websites www.sjvn.nic.in or www.tenders.gov.in or www.eprocure.gov.in to know further details & bid submission procedure w.e.f. 12/05/2017. Bid closing date (Last date and time for uploading of filled in bids) is 09/06/2017 13:00 HRS (IST). The bid is to be submitted through e-tendering on https://sjvn.abcprocure.com .

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

SAVE ENERGY FOR BENEFIT OF SELF & NATION

No. SJVN/P&C/ Package (P)-NJHPS-177(O&M)/2017- Dated:-

Page 2: BY REGD. POST - SJVN Limited€¦ · 15%including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder should also have the

Registered & Corporate Office

SJVN Corporate Office Complex, Shanan, Shimla, Himachal Pradesh Pin No.-171006

Liaison/Co-ordination Office

SJVN, IRCON Building, Ground Floor, Saket New Delhi. PIN-110017, TELE: 011- 41659210/17 FAX: 011- 41659204/14

PQR of PKG (P)-NJHPS-177(O&M)/2017 for Supply of Hard Coating Powder Page 1 of 1

PRE QUALIFICATION CRITERIA Package (P)-NJHPS-177(O&M)/2017

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

Thermal Spray Coating” of Nathpa Jhakri Hydro Power Station (6x250 MW), Jhakri, HP.

1.0 The bidder should be a manufacturer or authorised dealer/ distributor/ representative of the proposed manufacturer.

2.0 If the bidder is authorised dealer / distributor/ representative then

they should submit the valid authorised dealership certificate from the manufacturer specific to this tender.

3.0 The offered powder shall comply with specifications/ requirements

of the Technical Specifications.

(B) General Conditions of Prequalification:

1. The specifications of the powder are mentioned in the Technical Specification of the bidding document.

2. SJVN reserves the right to cancel / withdraw the invitation for bid

without assigning any reason and shall bear no liability whatsoever consequent upon such a decision.

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

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

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

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

Page 3: BY REGD. POST - SJVN Limited€¦ · 15%including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder should also have the
Page 4: BY REGD. POST - SJVN Limited€¦ · 15%including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder should also have the

Registered & Corporate Office

SJVN Corporate Office Complex, Shanan, Shimla, Himachal Pradesh Pin No.-171006

Liaison/Co-ordination Office

SJVN, IRCON Building, Ground Floor, Saket New Delhi. PIN-110017, TELE: 011- 41659210/17 FAX: 011- 41659204/14

ITB- Package (P)-NJHPS-177(O&M) /2017- Supply of 3000 Kg Hard Coating Powder

Page 1 of 19

INSTRUCTIONS TO BIDDERS (ITB) The bids are invited using e-procurement mode, so p lease read the instructions carefully and upload the filled in bid s as per requirement of bid documents. The acknowledgement copy is to be sent as a proof for the bid submission through tendering. 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 Complex, Shanan, Shimla, Himachal Pradesh Pin No.-171006, 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 can not 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 last date & time for availably/downloading of bid document is 08.06.2017 at

1200 Hrs (IST). The complete filled in bids and necessary scanned documents shall be uploaded at the mentioned address up to 09.06.2017 at 1300 Hrs (IST). The bids cannot be uploaded / submitted later than 09.06.2017 at 1300 Hrs (IST) at 1300 hrs. The techno-commercial bid shall be opened on 09.06.2017 at 1400 HRS (IST). However, Price bid part of qualified & techno-commercial responsive bidders shall be opened on subsequent date, for which the qualified bidders shall be informed separately.

1.7 Please note that bids in physical form shall not be entertained under any circumstances and are only to be submitted through e-tendering at https://sjvn.abcprocure.com .

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

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

Page 5: BY REGD. POST - SJVN Limited€¦ · 15%including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder should also have the

Registered & Corporate Office

SJVN Corporate Office Complex, Shanan, Shimla, Himachal Pradesh Pin No.-171006

Liaison/Co-ordination Office

SJVN, IRCON Building, Ground Floor, Saket New Delhi. PIN-110017, TELE: 011- 41659210/17 FAX: 011- 41659204/14

ITB- Package (P)-NJHPS-177(O&M) /2017- Supply of 3000 Kg Hard Coating Powder

Page 2 of 19

•••• 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 und er “Personal” heading Requirement of Digital Signature Certificate

•••• Please enable ActiveX Controls & Plug-ins. (Tools->Internet Optio ns->

Security- >Custom Level)

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

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

1. https://sjvn.abcprocure.com

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

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 shoul d 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.

1.9 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

Page 6: BY REGD. POST - SJVN Limited€¦ · 15%including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder should also have the

Registered & Corporate Office

SJVN Corporate Office Complex, Shanan, Shimla, Himachal Pradesh Pin No.-171006

Liaison/Co-ordination Office

SJVN, IRCON Building, Ground Floor, Saket New Delhi. PIN-110017, TELE: 011- 41659210/17 FAX: 011- 41659204/14

ITB- Package (P)-NJHPS-177(O&M) /2017- Supply of 3000 Kg Hard Coating Powder

Page 3 of 19

registration on web site is Rs 2990/- (Rs 2600/- plus service tax @ 15%including Swachh Bharat Cess & Krishi Kalyan Ces s) is payable directly to M/s e-Procurement Technologies Ltd. The bidder should also have the Digital Signatures for security purpose. The detailed procedure for the registration is as under:-

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

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

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

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

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

made through DD. g. The User ID will be activated after DD/RTGS/NEFT/Net Banking/Credit

Card/Cash is received. Send the Acknowledgement copy and uploaded document 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 [email protected] and [email protected] .

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 Down loading 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”.

1.12 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. 1.13 The link “help manual” and “vendor help” for submission of bids is also available

on the website. For any assistance/ clarification for e–tendering r egistration,

Page 7: BY REGD. POST - SJVN Limited€¦ · 15%including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder should also have the

Registered & Corporate Office

SJVN Corporate Office Complex, Shanan, Shimla, Himachal Pradesh Pin No.-171006

Liaison/Co-ordination Office

SJVN, IRCON Building, Ground Floor, Saket New Delhi. PIN-110017, TELE: 011- 41659210/17 FAX: 011- 41659204/14

ITB- Package (P)-NJHPS-177(O&M) /2017- Supply of 3000 Kg Hard Coating Powder

Page 4 of 19

submission of bid through e-tendering/ procurement , bidder may contact the following persons/ representatives of M/s abcPr ocure :-

i. Mr. Rakesh Panwar -M- 80913-81583, e-Mail: [email protected] ii. Mr. Yash Modi- Ph- 079- 400 16 802, E-Mail: [email protected] iii. Mr. Pankesh Kumar-Ph- 079-4001 6865, e-Mail: [email protected] iv. Mr. Pradip Parmar-Ph-079-4001 6865 e-Mail: [email protected] v. Mr. Prashant Rajyaguru, Ph.-079- 400 16 828, E-Mail: [email protected] vi. Mr. Pankesh Kumar, Ph-0 79- 400 16 865, E-Mail: [email protected] vii. Link ”Contact us” available on the home page of https//:sjvn.abcprocure.com

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

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

(i) Sh. Ajay Kumar: Mobile No. 09418014928 (E-mail ID: [email protected]) (ii) Sh. Rajesh Negi: Mobile No. 08894725811(E-mail ID:

[email protected]) 2.0 Plant Information

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

3.0 Communication and Transport Limitation The Plant Site is located in the interior of Himachal Pradesh. The dam is located on the Sutlej River near village Nathpa in District Kinnaur. The underground power house is located near village Jhakri in District Shimla. Jhakri is ahead of Shimla, the capital of the State of Himachal Pradesh about 150Km on NH-5. The rail head (broad gauge) is at Kalka (NR). Kalka is about 235 Km (Approx.) from Jhakri. Approximate Distance from Kalka

To Mumbai

To Kolkata

To Chennai

(i) By Rail 1906 1809 2558 (ii) By Road 1753 1791 2482

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

(i) Kalka - Dharampur - Solan - Shimla - Narkanda - Rampur - Jhakri (NH -5).

: 235 Km (Approx.)

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

: 252 Km (Approx.)

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

: 337 Km (Approx.)

Transport Limitation

Page 8: BY REGD. POST - SJVN Limited€¦ · 15%including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder should also have the

Registered & Corporate Office

SJVN Corporate Office Complex, Shanan, Shimla, Himachal Pradesh Pin No.-171006

Liaison/Co-ordination Office

SJVN, IRCON Building, Ground Floor, Saket New Delhi. PIN-110017, TELE: 011- 41659210/17 FAX: 011- 41659204/14

ITB- Package (P)-NJHPS-177(O&M) /2017- Supply of 3000 Kg Hard Coating Powder

Page 5 of 19

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

4.0 Minimum Qualifying Requirement: As per PQR of the b idding document

5.0 SCOPE OF PROPOSAL 5.1 Supply of Hard Coating Powder for HVOF Thermal Spray Coating as detailed in

the Technical Specifications.

5.2 The quantity to be supplied under this contract “Package(P)-NJHPS-177(O&M)/2017” is as under: Sr. No.

Description Unit Qty.

1. Hard Coating Powder as per Technical specifications

Kg. 3000

5.3 The different manufacturer’s offer different Pa cking i.e. in Kgs or Pounds

as per the manufacturer country origin. This differ ent packing may lead to shortage of the supply of the material. The shortag e in the supplied material shall be allowed to maximum of 10 kg. Howe ver the payment shall be made at actual quantity of the material supplied .

5.4 The Hard Coating Powder shall be delivered directly from OEM warehouse to NJHPS Stores eliminating third party handling of powder in INDIA or abroad.

6.0 Quality Assurance Plan 6.1 The QAPs as approved by QA & I Deptt. Shimla is also enclosed. The QAP shall

be as per QAP no. SJVN/QA/NJ/HC-02 dated 07/10/2015 respectively. The inspection and testing of the material shall be carried out by QA&I Deptt. Shimla as per technical Specifications and approved QAP. The MDCC shall be issued accordingly by QA &I Deptt. Shimla.

6.2 MDCC shall be issued by SJVN within 07 working days from the date of intimation of powder readiness for dispatch.

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

Page 9: BY REGD. POST - SJVN Limited€¦ · 15%including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder should also have the

Registered & Corporate Office

SJVN Corporate Office Complex, Shanan, Shimla, Himachal Pradesh Pin No.-171006

Liaison/Co-ordination Office

SJVN, IRCON Building, Ground Floor, Saket New Delhi. PIN-110017, TELE: 011- 41659210/17 FAX: 011- 41659204/14

ITB- Package (P)-NJHPS-177(O&M) /2017- Supply of 3000 Kg Hard Coating Powder

Page 6 of 19

responsive to the bidding documents in every respect will be at the Bidder's risk and may result in rejection of its bid.

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

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

9.2 The amendment will be notified 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.

9.3 In order to afford prospective Bidders reasonable time in which to take the

amendment into account in preparing their bid, the Owner may, at its discretion, extend the deadline for the submission of bids.

9.4 After publishing of NIT in Newspapers/journals, any amendment(s)/

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

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

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

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

(ONLINE) / FDR /TDR

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

amounting to ₹ 2,23,365/- (₹Two Lacs Twenty Three Thousand Three Hundred Sixty Five Only).

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

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

Page 10: BY REGD. POST - SJVN Limited€¦ · 15%including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder should also have the

Registered & Corporate Office

SJVN Corporate Office Complex, Shanan, Shimla, Himachal Pradesh Pin No.-171006

Liaison/Co-ordination Office

SJVN, IRCON Building, Ground Floor, Saket New Delhi. PIN-110017, TELE: 011- 41659210/17 FAX: 011- 41659204/14

ITB- Package (P)-NJHPS-177(O&M) /2017- Supply of 3000 Kg Hard Coating Powder

Page 7 of 19

otherwise the bid shall be considered as non-respon sive and price of such firms shall not be opened.

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

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

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

► Credit Card/Debit Card/Net Banking: •••• Bidder is required to add https://www.tpsl-india.in website in Trusted Zone

as suggested above. •••• Bidder needs to feed correct details while making the payment through online

payment gateway.

► NEFT/RTGS: •••• To make payment through NEFT/RTGS, bidders will get an auto generated e-

Mail which contains details of their Unique Bidder Code and when and how to do RTGS/NEFT and details pertaining to it. This information will also be available on screen under heading of “NEFT/RTGS Instruction” once bidder gets login.

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

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

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

(e) FDR/TDR (OFFLINE): Please note that EMD (Earnest Money Deposit) / Bid

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

Page 11: BY REGD. POST - SJVN Limited€¦ · 15%including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder should also have the

Registered & Corporate Office

SJVN Corporate Office Complex, Shanan, Shimla, Himachal Pradesh Pin No.-171006

Liaison/Co-ordination Office

SJVN, IRCON Building, Ground Floor, Saket New Delhi. PIN-110017, TELE: 011- 41659210/17 FAX: 011- 41659204/14

ITB- Package (P)-NJHPS-177(O&M) /2017- Supply of 3000 Kg Hard Coating Powder

Page 8 of 19

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

(f) If EMD in the form of FDR/TDR does not reach i n physical form within seven (07) days after the bid closing date, the bid (s) shall not be entertained and such bid(s) shall be treated as lat e bid(s)/non-responsive bid(s). Remarks: - The EMD submitted in the form of BG, DDs , local Cheque/ outstations Cheque will not be considered.

(g) The required details of the EMD/Bid security are to be filled while submitting

the bid through e-tendering.

11.2 FOR FOREIGN BIDDER (a) The cost for purchase of bid document is ZERO.

(b) The bidder shall furnish, as part of its bid, a bid security in a sealed envelope

amounting to or ₹ (INR) 2,23,365/- OR $ (USD) 3460 OR € (EURO) 3230 OR ¥ (YEN) 378393.

(c) The Earnest Money Deposit (EMD)/ Bid Security may be submitted in the

form of Bank Guarantee denominated in the currency of the contract with a validity not earlier than sixty ( 60) days after expiry of bid validity ,issued by a reputed bank ( Bank located outside India in case of a foreign Bidder), acceptable to the Owner or by nationalised or public sector bank of owner or scheduled bank as per RBI guidelines (As per list enclosed at Annexure-I) , in the format enclosed at Annexure -III. The BG issued by foreign bank should be routed through/confirmed from its Correspondent Bank in India. All banks except public sector bank of owner’s country shall have with overall International Corporate Rating or rating of long term debit not less than A- (A minus) or equivalent by reputed rating agency. The BG may be required to be extended further as per the request of SJVN.

OR

The Earnest Money Deposit (EMD)/ Bid Security may also be submitted in the form of Electronic Fund Transfer to the following bank account details:- Beneficiary Name : SJVNL NJHPS Account No. : 08058640000023 Bank Name & Branch : HDFC BANK, RAMPUR Swift Code : HDFCINBB

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

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

borne by the bidder. The foreign bidders are reques ted to deposit EMD amount as above sr. no. 11.2 plus bank charges (for Foreign Bank & as well as for Indian Bank).

Page 12: BY REGD. POST - SJVN Limited€¦ · 15%including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder should also have the

Registered & Corporate Office

SJVN Corporate Office Complex, Shanan, Shimla, Himachal Pradesh Pin No.-171006

Liaison/Co-ordination Office

SJVN, IRCON Building, Ground Floor, Saket New Delhi. PIN-110017, TELE: 011- 41659210/17 FAX: 011- 41659204/14

ITB- Package (P)-NJHPS-177(O&M) /2017- Supply of 3000 Kg Hard Coating Powder

Page 9 of 19

� The EMD should be transferred to above account well in advance before bid closing date & same should be credited t o the account with in seven (07) days after the bid closing date, otherwise the bid(s) shall not be entertained and such bid(s) sha ll be treated as late bid(s)/non-responsive bid(s).

(d) The EMD in any other form will not be considere d. (e) The required details of the EMD/Bid security are to be filled while submitting

the bid through e-tendering.

11.3 The bid security shall be prepared and scanned copy of the same shall be uploaded at the designated place in web site. The EMD in physical form should reach preferably before the last date and time of submission of bid. If EMD does not reach in physical form within seven (07) days after the bid closing date, the bid(s) shall not be entertained and such bid(s) shall be treated as late bid(s)/non-responsive bid(s).

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

possible, but not later than twenty-eight (28) days after the expiration of the bid validity period.

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

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

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

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

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

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

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

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

time limit;

(i) To accept the Letter of Award or

(ii) To furnish the required performance security.

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

12.0 Deviations

Deviations (Technical & Commercial), if any, from the terms and conditions of Bidding Documents or Technical Specifications including drawings shall be listed only in the online Deviation Schedule of the bid i.e.Schedule-2 “Schedule of

Page 13: BY REGD. POST - SJVN Limited€¦ · 15%including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder should also have the

Registered & Corporate Office

SJVN Corporate Office Complex, Shanan, Shimla, Himachal Pradesh Pin No.-171006

Liaison/Co-ordination Office

SJVN, IRCON Building, Ground Floor, Saket New Delhi. PIN-110017, TELE: 011- 41659210/17 FAX: 011- 41659204/14

ITB- Package (P)-NJHPS-177(O&M) /2017- Supply of 3000 Kg Hard Coating Powder

Page 10 of 19

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 the online Deviation

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

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

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

adherence to the Delivery Schedule. The complete material under this contract is to be supplied (FOR O&M Stores, NJHPS, Jhakri, INDIA) within 60 days from the date of issue of the LOA.

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

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

► Bidders are required to quote the price for the commercial, contractual and

technical obligations outlined in the bidding documents.

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

► The Prices quoted by the Bidder shall be FIRM during the performance of the

contract and not subject to variation on any account. A bid submitted with an adjustable price quotation will be treated as non-responsive and rejected.

16.0 Bid Currencies

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

17.0 Period of Validity of Bid

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

Page 14: BY REGD. POST - SJVN Limited€¦ · 15%including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder should also have the

Registered & Corporate Office

SJVN Corporate Office Complex, Shanan, Shimla, Himachal Pradesh Pin No.-171006

Liaison/Co-ordination Office

SJVN, IRCON Building, Ground Floor, Saket New Delhi. PIN-110017, TELE: 011- 41659210/17 FAX: 011- 41659204/14

ITB- Package (P)-NJHPS-177(O&M) /2017- Supply of 3000 Kg Hard Coating Powder

Page 11 of 19

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

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

18.0 BID PROPOSAL SHEETS (BPS)

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

19.0 FORMAT AND SIGNING OF BID

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

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

► Satisfactory evidence of authority of the person di gitally signing on

behalf of the Bidder shall be furnished in the form of a Power of Attorney, indicating that the person(s) signing the bid have the authority to sign the bid and that the bid is bindi ng upon the Bidder during the full period of its validity. This Power of Attorney is to be uploaded along with the bid.

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

firm. ► 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 bid document except schedules-1, schedule-2, schedule-3 & schedule-4 can be downloaded by the bidder through https://sjvn.abcprocure.com only after registration as explained above in clause 1.8 . The bid is to be filled only in the schedules available on the web. The schedules-1, 2, 3 & 4 cannot be downloaded as they are to be filled online, however Bid Proposal Sheet is to be downloaded first and is to be uploaded again after filling the same. The bid is called under two part system as under :-

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

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

Page 15: BY REGD. POST - SJVN Limited€¦ · 15%including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder should also have the

Registered & Corporate Office

SJVN Corporate Office Complex, Shanan, Shimla, Himachal Pradesh Pin No.-171006

Liaison/Co-ordination Office

SJVN, IRCON Building, Ground Floor, Saket New Delhi. PIN-110017, TELE: 011- 41659210/17 FAX: 011- 41659204/14

ITB- Package (P)-NJHPS-177(O&M) /2017- Supply of 3000 Kg Hard Coating Powder

Page 12 of 19

Remarks: Above dynamic schedule is to be filled ONL INE

► The following may be considered by the bidders:-

a. The entry tax (as applicable) for the entry of g oods in Himachal Pradesh shall be paid by SJVN directly to concerned authorities. During bid evaluation, the bid of the bidders quoti ng outside from H.P. shall be loaded at the applicable rate of the Entry Tax.

b. The Foreign bidder (manufacturer) & Indian Bidde r shall be required

to offer their rates & prices for entire supply for complete scope of supply. FIRM prices for FOR, O&M Stores Jhakri (HP, INDIA) basis is to be quoted inclusive of the charges towards P&F, Air Freight & Air Insurance , port handling, custom clearance, custom duty , Inland transportation and Inland Insurance etc. The insura nce up to O&M Stores, NJHPS, SJVN, Jhakri, Distt. Shimla (HP)-172 201, INDIA shall also be arranged by the supplier. Presently CST & E ntry Tax is not applicable to imported items as the transaction is to be covered under Sales in course of Import under CST Act 5(2). However the taxes & duties shall be paid as per applicable rate at the time of delivery of the material. Any increase in taxes & d uties /new introduction of new taxes & duties/ levy by the Gov t. shall be paid by SJVN Ltd. provided that such increase in taxes & du ties /new introduction of new taxes & duties/ levy by the Gov t. is made with in schedule completion/delivery period as per LOA, oth erwise same shall be paid by the bidders. Accordingly the taxes & duties shall be paid/reimbursed at actual as per & implementation o f GST (If applicable).

c. In order to facilitate the tender processing of this case, the tender may be evaluated based on present applicable law. F urther in the case of change in GST law, without changing status of L-1 bidder (As calculated on the bases of present law),financi al implication shall not exceed amount payable to L-1 bidder among st the qualified bidder re-evaluated under new law. In case there is no change in the status of L-1 bidder under new GST law, extras fina ncial implication on account of introduction of new taxes/change in r ate of taxes would payable as proposed “b” above.

B. Techno-Commercial bid part consist of followings :

(i) Bid Proposal Sheet. (ii) Copy of Copy of TIN No. (As applicable). (iii) Bid Security / Earnest Money deposit {FDR/TDR/Though Wire

Transfer} as per Sr. no. 11.1 & 11.2 above. (iv) Power of Attorney as per clause no. 19.0. (v) Integrity Pact as per clause no. 32.0 below (vi) Undertaking form, duly signed by the bidder shall be uploaded

along with the bid, the details of which are as per clause 34.0. (vii) Bank Account details dully authenticated by bank al ong with

copy of cancelled Cheque. (viii) The soft/ scanned copies of the Technical Data Shee t/

Technical Catalogues/ Technical Details/ Drawing et c. or any other information are to be uploaded at o the web s ite at the designated place.

Page 16: BY REGD. POST - SJVN Limited€¦ · 15%including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder should also have the

Registered & Corporate Office

SJVN Corporate Office Complex, Shanan, Shimla, Himachal Pradesh Pin No.-171006

Liaison/Co-ordination Office

SJVN, IRCON Building, Ground Floor, Saket New Delhi. PIN-110017, TELE: 011- 41659210/17 FAX: 011- 41659204/14

ITB- Package (P)-NJHPS-177(O&M) /2017- Supply of 3000 Kg Hard Coating Powder

Page 13 of 19

Techno-commercial Schedules

(i) Schedule-2 “Schedule of Deviations” (ii) Schedule-3 “ General Information & Bank Account Det ails” (iii) Schedule-4 “Guarantee Parameter/ Specifications.

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

C. SJVN reserves the right ask additional informati on if necessary after opening of the techno-commercial bid.

► The Techno-Commercial Bid part will be opened elect ronically as per schedule time and date as indicated in the bid docu ments in the O/o Sr. Manager (P&C), SJVN Ltd., Jhakri, Distt. Shimla (H. P.) – 172 201.

► The bidder not submitting the information/documents as per Techno-

Commercial bid part as above shall be considered non-responsive & their price bid shall not be opened.

► 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 / through 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/ e-mail/ post as per 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.

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

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

23.0 Conversion to Single Currency

To facilitate the bid evaluation and comparison, the owner will convert all the bid amounts of foreign currency in INR at Bills Clearing (B.C.) Selling Market Rate of Exchange (MRE) established by State Bank of India (SBI), India for similar transactions on date one working day prior to of price bid opening shall be considered. The exchange rates between the different currencies w.r.t. INR shall be taken in account on the date one working day prior to of price bid opening.

24.0 Bid Opening and Evaluation

Page 17: BY REGD. POST - SJVN Limited€¦ · 15%including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder should also have the

Registered & Corporate Office

SJVN Corporate Office Complex, Shanan, Shimla, Himachal Pradesh Pin No.-171006

Liaison/Co-ordination Office

SJVN, IRCON Building, Ground Floor, Saket New Delhi. PIN-110017, TELE: 011- 41659210/17 FAX: 011- 41659204/14

ITB- Package (P)-NJHPS-177(O&M) /2017- Supply of 3000 Kg Hard Coating Powder

Page 14 of 19

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

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

bidders should deposit Mobile Phones with Security gate at Reception. ► Bids will be evaluated for entire scope of Supply. No price preference

shall be given to any firm for the price bid evalua tions. ► No cost loading will be carried out on account of lower delivery period.

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

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

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

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

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

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

clarification of its bid. The request for clarification and the response shall be in writing, and no change in the price or substance of the bid shall be sought, offered or permitted.

26.0 Correction of Errors (Applicable to extent possible )

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

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

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

C. The above entered UNIT RATES in the figures shall be multiplied with

quantity to calculate the TOTAL AMOUNT in figures & as well as in words automatically.

D. 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.

Page 18: BY REGD. POST - SJVN Limited€¦ · 15%including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder should also have the

Registered & Corporate Office

SJVN Corporate Office Complex, Shanan, Shimla, Himachal Pradesh Pin No.-171006

Liaison/Co-ordination Office

SJVN, IRCON Building, Ground Floor, Saket New Delhi. PIN-110017, TELE: 011- 41659210/17 FAX: 011- 41659204/14

ITB- Package (P)-NJHPS-177(O&M) /2017- Supply of 3000 Kg Hard Coating Powder

Page 15 of 19

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

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

27.0 Influencing the Owner

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

► Any effort by a Bidder to influence the Owner in th e Owner’s bid

evaluation, bid comparison or contract award decisi ons may result in rejection of the Bidder’s bid.

28.0 Award of Contract

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

► The Award will be placed for on L1 basis for entire scope of Supply.

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

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

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

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

29.0 Owner's Right to Accept Any Bid and to Reject Any B ids The Owner reserves the right to accept or reject any bid, and to annul the

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

30.0 Notification of Award

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

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

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

Page 19: BY REGD. POST - SJVN Limited€¦ · 15%including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder should also have the

Registered & Corporate Office

SJVN Corporate Office Complex, Shanan, Shimla, Himachal Pradesh Pin No.-171006

Liaison/Co-ordination Office

SJVN, IRCON Building, Ground Floor, Saket New Delhi. PIN-110017, TELE: 011- 41659210/17 FAX: 011- 41659204/14

ITB- Package (P)-NJHPS-177(O&M) /2017- Supply of 3000 Kg Hard Coating Powder

Page 16 of 19

31.0 Corrupt or Fraudulent Practices

A. The Owner requires that Bidders under this contract observe the highest standard of ethics during the procurement and execution of the Contract. For this purpose, the applicant shall sign the Integrit y Pact as per clause no. 32.0 of ITB . In pursuance of this policy, the Owner:

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

(i) "corrupt practice" means the offering, giving, receiving or soliciting

of any thing of value to influence the action of a public official in the procurement process or in contract execution; and

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

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

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

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

(c) will declare a firm ineligible, either indefinitely or for a stated period of

time, to be awarded a contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing, a contract of the Owner.

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

Conditions of Contract". 32.0 Adoption of Integrity Pact

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

The pact essentially envisages an agreement between the prospective vendors / bidders and the buyer, committing the persons / officials of both sides, not to resort to any corrupt practices in any aspect / stage of the contract. Only those vendors / bidders, who commit themselves to such a Pact with the buyer, would be considered competent to participate in the bidding process. In other words, entering into this Pact would be a preliminary qualification. The essential ingredients of the Pact include:

• Promise on the part of the principal not to seek or accept any benefit, which is

not legally available.

Page 20: BY REGD. POST - SJVN Limited€¦ · 15%including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder should also have the

Registered & Corporate Office

SJVN Corporate Office Complex, Shanan, Shimla, Himachal Pradesh Pin No.-171006

Liaison/Co-ordination Office

SJVN, IRCON Building, Ground Floor, Saket New Delhi. PIN-110017, TELE: 011- 41659210/17 FAX: 011- 41659204/14

ITB- Package (P)-NJHPS-177(O&M) /2017- Supply of 3000 Kg Hard Coating Powder

Page 17 of 19

• Principal to treat all bidders with equity and reason. • Promise on the part of bidders not to offer any benefit to the employees of the

Principal not available legally. • Bidders not to enter into any undisclosed agreement or understanding with other

bidders with respect to prices, specifications, certifications, subsidiary contracts, etc.

• Bidders not to pass any information provided by Principal as part of business

relationship to others and not to commit any offence under PC/IPC Act.

Bidders to disclose any transgressions with any other company that may impinge on the anti-corruption principle

The Integrity Pact shall be applicable for transaction having threshold value of Rs. 8 lac for procurement of Goods, Rs. 15 lac for procurement of Service and 50 lac for procurement of Works. Further, the Independent External Monitors (IEMs) would be monitoring the bidding process and execution of contract and shall be responsible for to oversee the implementation of Integrity Pact Program to prevent corruption, bribery or any other unethical practices in SJVN Ltd.

In order to deal with any grievance/dispute(s) and to oversee implementation and

effectiveness of the Integrity Pact programme pertaining to this tender, Bidders/Contractors may refer the same to Independent External Monitors (IEMs). Name and Address of the Independent External Monitor (IEMs) is as under:

1). Sh. S.S. Parmar, IAS (Retd.),

2) Ms. Asha Swarup, IAS (Retd.)

The contact Detail of IEMs is as under: Independent External Monitor for SJVN, C/o Corporate Civil Contracts Department, Shakti Sadan, 2nd Floor, SJVN Ltd., SJVN Corporate Office Complex, Shanan, Shimla – 171006.

All pages of the Integrity pact to be signed between SJVN Ltd. and the bidders / contractors on plain papers at the time of submission of bid as per the approved format. Signed copy of the Integrity Pact is to be included in the bid document while issuing Tender Document / uploading the tender documents on the Portals. The bidders submitting tender document (including downloaded) shall sign the Integrity Pact in original on the signed / scanned Integrity Pact. The duly signed Integrity Pact shall be uploaded & submitted by the bidder along with the bid. Further following may also be noted:- (a) IP is deemed as part of the contract so that the parties concerned are bound

by its provisions. (b) a person signing IP shall not approach the courts while representing the

matters to IEMs and he / she will await their decision in the matter.

Page 21: BY REGD. POST - SJVN Limited€¦ · 15%including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder should also have the

Registered & Corporate Office

SJVN Corporate Office Complex, Shanan, Shimla, Himachal Pradesh Pin No.-171006

Liaison/Co-ordination Office

SJVN, IRCON Building, Ground Floor, Saket New Delhi. PIN-110017, TELE: 011- 41659210/17 FAX: 011- 41659204/14

ITB- Package (P)-NJHPS-177(O&M) /2017- Supply of 3000 Kg Hard Coating Powder

Page 18 of 19

(c) In case of sub-contracting, the principal contractor shall take the responsibility of the adoption of IP by the sub-contractor.

Failure to sign the integrity pact by applicant sha ll be liable to outright rejection of application / bid.

The successful bidder (Contractor) shall submit duly executed Integrity Pact on Non-judicial Stamp Paper of Rs 100/- prior to signing of Contract Agreement for Work/Services and within 15 days from the date of issue of Purchase Order for Supply.

33.0 Submission of documents by post: ► The following documents in hard copy/original form sealed in envelop super

scribed as “Supply of 3000 Kg Hard Coating Powder” are to be sent through post :-

(i) Earnest Money Deposit (FDR/TDR) (In original) as per clause no. 11.1.

(ii) Integrity Pact as per above clause 32.0. (iii) Power of attorney as per above clause no.19.0.

Remarks: The hard copy of the Price & Techno-commer cial Schedules is not required.

► These scanned copies of above documents are 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 09.06.2017 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, INDIA.

Phone No. 01782-275236. Fax No. 01782-234049/ 275459.

► Remarks: The scanned copy (ies) of the document(s) asked as above

are to be uploaded on web and should reach in origi nal/physical form at above address preferably on or before bid closing d ate as specified in the tender. However, the original document(s) in ph ysical shall also be acceptable within 07 days after bid closing date, o therwise bid(s) shall not be entertained and such bid(s) shall be treated as late bid(s)/non-responsive bid(s). Also if the original document(s) in physical form are found to be at variance than the scanned copies sub mitted/uploaded earlier along with e-bids, the bid(s) will be treat ed as non-responsive.

34.0 Undertaking:

34.1 We have read carefully all the bidding documents and agreed to the conditions except for deviation taken clause wise in deviation schedule.

34.2 We have not changed the contents of the bidding documents.

34.3 Scanned copy of documents uploaded along with the bid is true to the best of our knowledge.

Page 22: BY REGD. POST - SJVN Limited€¦ · 15%including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder should also have the

Registered & Corporate Office

SJVN Corporate Office Complex, Shanan, Shimla, Himachal Pradesh Pin No.-171006

Liaison/Co-ordination Office

SJVN, IRCON Building, Ground Floor, Saket New Delhi. PIN-110017, TELE: 011- 41659210/17 FAX: 011- 41659204/14

ITB- Package (P)-NJHPS-177(O&M) /2017- Supply of 3000 Kg Hard Coating Powder

Page 19 of 19

Remarks: The scanned copy of the above undertaking is to be uploaded along with the bid.

Page 23: BY REGD. POST - SJVN Limited€¦ · 15%including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder should also have the

GCC- Package-NJHPS-177(O&M) /2017- Supply of 3000 Kg Hard Coating Powder Page 1 of 8

GENERAL CONDITIONS OF CONTRACT (GCC)

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

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

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

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

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

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

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

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

under this Contract.

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

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

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

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

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

2.3 FOR FOREIGN BIDDER: The performance security shall be denominated in

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

Page 24: BY REGD. POST - SJVN Limited€¦ · 15%including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder should also have the

GCC- Package-NJHPS-177(O&M) /2017- Supply of 3000 Kg Hard Coating Powder Page 2 of 8

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

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

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

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

� All the bank transfer charges for Indian bank and o utside India bank will be borne by supplier (for deposit & refun d).

2.4 FOR INDIAN BIDDER (ABOVE CLUSE NO.2.3): The performance security shall be denominated in the currency of the Contract and shall be in the form of Bank Guarantee (As per format enclosed) issued preferably by a nationalized bank/ scheduled bank as per RBI guidelines (As per the list enclosed), acceptable to the Owner or in the form of FDR or TDR etc.

2.5 The performance security will be discharged by the Owner and returned to the Contractor not later than sixty (60) days after expiry of guarantee period of all the material /works under the scope of the contract.

2.6 The interest @ 15.50 % shall be charged on delay pe riod for breach in

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

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

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

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

5.0 GUARANTEE

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

Page 25: BY REGD. POST - SJVN Limited€¦ · 15%including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder should also have the

GCC- Package-NJHPS-177(O&M) /2017- Supply of 3000 Kg Hard Coating Powder Page 3 of 8

6.0 FORCE MEAJEURE 6.1 The firm shall not be liable for loss or damage to SJVN resulting from any

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

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

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

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

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

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

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

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

issued by the Owner on a date prior to the date of dispatch . (v) Three copies of Test/Compliance Certificate (vi) Three copies of Insurance Certificate. (vii) Copy of Certificate of origin. (viii) Copy of Un-priced Bill of Entry along with receipt for deposit of

custom duty. (ix) Guarantee Certificate issue by the supplier. (x) Accepted copy of the LOA.

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

Page 26: BY REGD. POST - SJVN Limited€¦ · 15%including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder should also have the

GCC- Package-NJHPS-177(O&M) /2017- Supply of 3000 Kg Hard Coating Powder Page 4 of 8

7.4 The payment shall be released through electronic fund transfer/direct remittance/swift transfer/wire transfer and hence bidder is requested to give their bank account detail. The required detail is to be filled in “Schedule-3-General Information & Bank Account Detail”. For Indian bidder, Bank charges if any, shall be borne by the bidder. The details to be submitted in the schedule as enclosed.

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

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

adherence to the Delivery Schedule. The complete material under this contract is to be supplied (FOR O&M Stores, NJHPS, Jhakri, INDIA) within 60 days from the date of issue of the LOA.

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

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

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

stipulated at clause 8.0 above shall be @ 0.5% (half percent) per week or part thereof of the total contract price. The total amount of Liquidated Damages for delay under the Contract will be subject to a maximum of five percent (5%) of the Contract price.

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

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

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

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

10.0 TERMINATION OF CONTRACT ON CONTRACTOR'S DEFAUL T

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

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

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

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

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

fraudulent practices in competing for or in executing the Contract.

10.2 In the event the Owner terminates the Contract in whole or in part, the Owner may procure / get repaired, upon such terms and in such manner as it deems

Page 27: BY REGD. POST - SJVN Limited€¦ · 15%including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder should also have the

GCC- Package-NJHPS-177(O&M) /2017- Supply of 3000 Kg Hard Coating Powder Page 5 of 8

appropriate, Goods or Services similar to those undelivered / un-repaired, and the Contractor shall be liable to the Owner for any excess costs for such similar Goods or Services. However, the Contractor shall continue performance of the Contract to the extent not terminated.

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

claim to arbitration has been communicated to him by either party within ten (10) days from the receipt of such notice, the said decision shall become final and binding on the parties.

Page 28: BY REGD. POST - SJVN Limited€¦ · 15%including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder should also have the

GCC- Package-NJHPS-177(O&M) /2017- Supply of 3000 Kg Hard Coating Powder Page 6 of 8

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

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

14.0 ARBITRATION (with Pvt. Party) 14.1 If at any time , any question, disputes or difference, whatsoever, shall arise

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

14.2 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. The arbitration shall be conducted in accordance with the provisions of the Arbitration & Conciliation Act, 1996 or any statutory modification thereof.

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

14.4 Arbitration(s) shall give reasoned award. 14.5 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.

Page 29: BY REGD. POST - SJVN Limited€¦ · 15%including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder should also have the

GCC- Package-NJHPS-177(O&M) /2017- Supply of 3000 Kg Hard Coating Powder Page 7 of 8

14.6 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.

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

14.8 Performance under the contract shall, reasonably possible , continue

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

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

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

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

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

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

whichever is later. 17.0 ENGINEER IN CHARGE (EIC)

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

18.0 TRANSPORTATION

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

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

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

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

Page 30: BY REGD. POST - SJVN Limited€¦ · 15%including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder should also have the

GCC- Package-NJHPS-177(O&M) /2017- Supply of 3000 Kg Hard Coating Powder Page 8 of 8

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

18.6 SJVN shall issue GATT form & related documents for custom clearance to allow them to import the material into INDIA as per government rules. GATT form shall be issued by SJVN as per Indian Custom regulation within 07 working days from the date of intimation of bidder.

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

* * *

Page 31: BY REGD. POST - SJVN Limited€¦ · 15%including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder should also have the
Page 32: BY REGD. POST - SJVN Limited€¦ · 15%including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder should also have the

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

[Sections 2(e) and 42]

SCHEDULED BANKS

STATE CO-OPERATIVE BANKS Andhra Pradesh State Co-operative Bank Ltd. Hyderabad Bihar State Co-operative Bank Ltd., Bihar Goa State Co-operative Bank Ltd. , Panaji Gujarat State Co-operative Bank Ltd., Ahmedabad Haryana State Co-operative Apex Bank Ltd., Chandigarh Karnataka State Co-operative Apex Bank Ltd., Bangalore Kerala State Co-operative Bank Ltd., Thiruvananthapuram Madhya Pradesh Rajya Sahakari Bank Maryadit, Bhopal Maharashtra State Co-operative Bank Ltd., Mumbai Orissa State Co-operative Bank Ltd., Bhubaneswar Pondicherry State Co-operative Bank Ltd. Pondicherry Punjab State Co-operative Bank Ltd., Chandigarh Rajasthan State Co-operative Bank Ltd., Jaipur Tamil Nadu State Apex Co-operative Bank Ltd., Chennai Uttar Pradesh Co-operative Bank Ltd., Lucknow West Bengal State Co-operative Bank Ltd., Kolkata

Page 33: BY REGD. POST - SJVN Limited€¦ · 15%including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder should also have the

Urban Co-operative Banks

A P Mahesh Co-operative Urban Bank Ltd., Hyderabad Abhyudaya Co-operative Bank Ltd., Mumbai Ahmedabad Mercantile Co-operative Bank Ltd., Ahmedabad Akola Janata Commercial Co-operative Bank Ltd., Akola Amanath Co-operative Bank Ltd., Bangalore Bassein Catholic Co-operative Bank Limited, Vasai Bharat Co-operative Bank (Mumbai) Ltd., Mumbai Bharati Sahakari Bank Ltd., Pune Bombay Mercantile Co-operative Bank Limited, Mumbai Charminar Co-operative Urban Bank Ltd., Hyderabad Citizen Credit Co-operative Bank Ltd., Mumbai Dombivli Nagari Sahakari Bank Ltd., Dombivli Greater Bombay Co-operative Bank Limited, Mumbai Indian Mercantile Co-operative Bank Ltd., Lucknow Jalgaon Janata Sahakari Bank Ltd., Jalgaon Janakalyan Sahakari Bank Ltd., Mumbai Janalaxmi Cooperative Bank Ltd., Nashik Janata Sahakari Bank Ltd., Pune Kallappanna Awade Ichalkaranji Janata Sahakari Bank Ltd., Ichalkaranji Kalupur Commercial Co-operative Bank Ltd., Ahmedabad. Kalyan Janata Sahakari Bank Ltd., Kalyan Kapol Cooperative Bank Ltd., Mumbai Karad Urban Co-operative Bank Ltd., Karad Madhavapura Mercantile Co-operative Bank Ltd., Ahmedabad Mahanagar Co-operative Bank Ltd., Mumbai Mapusa Urban Co-operative Bank of Goa Ltd., Mapusa Mehsana Urban Co-operative Bank Ltd., Mehsana N K G S B Co-operative Bank Ltd., Mumbai Nagar Urban Co-operative Bank Ltd., Ahmednagar Nagpur Nagrik Sahakari Bank Ltd., Nagpur New India Co-operative Bank Ltd., Mumbai Nutan Nagrik Sahakari Bank Ltd., Ahmedabad Parsik Janata Sahakari Bank Ltd., Thane Pravara Sahakari Bank Ltd., Loni Punjab & Maharashtra Co-operative Bank Ltd., Mumbai Rajkot Nagrik Sahakari Bank Ltd., Rajkot Rupee Co-operative Bank Ltd., Pune Sangli Urban Co-operative Bank Ltd., Sangli Saraswat Co-operative Bank Ltd., Mumbai Sardar Bhiladwala Pardi People's Co-operative Bank Ltd., Killa Pardi Shikshak Sahakari Bank Ltd., Nagpur Solapur Janata Sahakari Bank Ltd., Solapur Surat People's Co-operative Bank Ltd., Surat Thane Bharat Sahakari Bank Ltd., Thane Thane Janata Sahakari Bank Ltd., Thane The Akola Urban Co-operative Bank Ltd., Akola The Cosmos Co-operative Bank Ltd., Pune The Goa Urban Co-operative Bank Ltd., Panaji The Khamgaon Urban Co-operative Bank Ltd., Khamgaon The Nasik Merchant's Co-operative Bank Ltd., Nasik The Shamrao Vithal Co-operative Bank Ltd., Mumbai The Zoroastrian Co-operative Bank Ltd., Mumbai Vasavi Co-operative Urban Bank Limited, Hyderabad

Page 34: BY REGD. POST - SJVN Limited€¦ · 15%including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder should also have the

SBI AND ASSOCIATES State Bank of India State Bank of Bikaner & Jaipur State Bank of Hyderabad State Bank of Indore State Bank of Mysore State Bank of Patiala State Bank of Saurashtra State Bank of Travancore

NATIONALISED BANKS

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

OTHER PUBLIC SECTOR BANKS

Industrial Development Bank of India Ltd.

PRIVATE SECTOR BANKS Bank of Rajasthan Ltd. Catholic Syrian Bank Ltd. City Union Bank Ltd. Development Credit Bank Ltd. Dhanalakshmi Bank Ltd. Federal Bank Ltd. HDFC Bank Ltd. ICICI Bank Ltd. IndusInd Bank Ltd. ING Vysya Bank Ltd. Jammu and Kashmir Bank Ltd. Karnataka Bank Ltd. Karur Vysya Bank Ltd. Kotak Mahindra Bank Ltd. Lakshmi Vilas Bank Ltd. Nainital Bank Ltd. Ratnakar Bank Ltd. SBI Commercial International Bank Ltd. South Indian Bank Ltd. Tamilnad Mercantile Bank Ltd. Axis Bank Ltd. Yes Bank Ltd.

Page 35: BY REGD. POST - SJVN Limited€¦ · 15%including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder should also have the

FOREIGN BANKS ABN Amro Bank N.V. Abu Dhabi Commercial Bank Ltd. American Express Banking Corporation Antwerp Diamond Bank N.V. Arab Bangladesh Bank Bank International Indonesia Bank of America Bank of Bahrain and Kuwait B.S.C. Bank of Ceylon Bank of Nova Scotia Bank of Tokyo – Mitsubishi Ltd. Barclays Bank Plc. BNP Paribas China Trust Commercial Bank Shinhan Bank Citi Bank N.A. Calyon Bank Deutsche Bank DBS Bank Ltd. The Hongkong and Shanghai Banking Corporation Ltd. J.P. Morgan Chase Bank N.A. Krung Thai Bank Public Company Ltd. Mashreq Bank p.s.c. Mizuho Corporate Bank Ltd. Oman International Bank S.A.O.G. Societe Generale Sonali Bank Standard Chartered Bank State Bank of Mauritius Ltd.

Page 36: BY REGD. POST - SJVN Limited€¦ · 15%including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder should also have the

GRAMIN BANKS Andhra Pradesh Grameen Vikas Bank, Warangal (Andhra Pradesh) Andhra Pragathi Grameena Bank, Kadapa (Andhra Pradesh) Aryavart Gramin Bank, Lucknow (Uttar Pradesh) Arunachal Pradesh Rural Bank, Naharlagun (Arunachal Pradesh) Assam Gramin Vikas Bank, Guwahati (Assam) Baitarani Gramya Bank, Baripada (Orissa) Ballia Kshetriya Gramin Bank, Ballia (Uttar Pradesh) Bangiya Gramin Vikash Bank, Berhampore (West Bengal) Baroda Gujarat Gramin Bank, Bharuch (Gujarat) Baroda Rajasthan Gramin Bank, Ajmer (Rajasthan) Baroda Uttar Pradesh Gramin Bank, Rae Bareli (Uttar Pradesh) Bihar Kshetriya Gramin Bank, Monghyr (Bihar) Cauvery Kalpatharu Grameena Bank, Mysore (Karnataka) Chaitanya Godavari Grameena Bank (Andhra Pradesh) Chhattisgarh Gramin Bank, Raipur (Chhattisgarh) Chikmagalur-Kodaga Grameena Bank, Chikmagalur (Karnataka) Deccan Grameena Bank, Dilsukhnagar (Hyderabad) Dena Gujarat Gramin Bank, Gandhinagar (Gujarat) Durg-Rajnandgaon Gramin Bank, Rajnandgaon (Chhattisgarh) Ellaquai Dehati Bank, Srinagar (Jammu and Kashmir) Etawah Kshetriya Gramin Bank, Etawah (Uttar Pradesh) Faridkot Bhatinda Kshetriya Gramin Bank, Bhatinda (Punjab) Gurgaon Gramin Bank, Gurgaon (Haryana) Hadoti Kshetriya Gramin Bank, Kota (Rajasthan) Haryana Gramin Bank, Rohtak (Haryana) Himachal Gramin Bank, Mandi (Himachal Pradesh) Jaipur Thar Gramin Bank, Jaipur (Rajasthan) Jammu Rural Bank, Jammu Jhabua-Dhar Kshetriya Gramin Bank, Jhabua (Madhya Pradesh) Jharkhand Gramin Bank, Ranchi (Jharkhand) Kalinga Gramya Bank, Cuttack (Orissa) Kamraz Rural Bank, Sopore (Jammu and Kashmir) Karnatka Vikas Gramin Bank, Dharwad (Karnataka) Kashi Gomti Samyut Gramin Bank, Varanasi (Uttar Pradesh) Khasi J Bank, Shillong (Meghalaya) Krishna Grameena Bank, Gulbarga (Karnataka) Kshetriya Kisan Gramin Bank, Mainpuri (Uttar Pradesh) Langpi Dehangi Rural Bank, Dhiphu (Assam) Lucknow Kshetriya Gramin Bank, Sitapur (Uttar Pradesh) Madhya Bharath Gramin Bank, Sagar (Madhya Pradesh) Madhya Bihar Gramin Bank, Patna (Bihar) Mahakaushal Kshetriya Gramin Bank, Jabalpur (Madhya Pradesh) Maharashtra Godavari Gramin Bank (Maharashtra) Malwa Gramin Bank, Sangrur (Punjab) Marwar Ganganagar Bikaner Gramin Bank, Pali (Rajasthan) Manipur Rural Bank, Imphal (Manipur) Marathwada Gramin Bank, Nanded (Maharashtra) Mewar Aanchalik Gramin Bank, Udaipur (Rajasthan) Mizoram Rural Bank, Aizawl (Mizoram) Nagaland Rural Bank, Kohima (Nagaland) Nainital Almora Kshetriya Gramin Bank, Nainital (Uttaranchal) Narmada Malwa Gramin Bank, Indore (Madhya Pradesh) Neelachal Gramya Bank (Orissa) North Malabar Gramin Bank, Kannur (Kerala) Pallavan Grama Bank, Salem (Tamil Nadu)

Page 37: BY REGD. POST - SJVN Limited€¦ · 15%including Swachh Bharat Cess & Krishi Kalyan Cess) is payable directly to M/s e-Procurement Technologies Ltd. The bidder should also have the

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)