notice inviting tender nit description tender … · (cgl/philips/ge/wipro ... the bidders shall...
TRANSCRIPT
NOTICE INVITING TENDER
Chief Engineer/DCRTPP, HPGCL, Yamuna Nagar invites sealed tenders in two parts
from the eligible bidders for the under mentioned supply:-
NIT
No.
Description Tender Fee
(`)
(Non –
refundable)
EMD
(`)
Last date
of sale of
tender
documents
Last date
of
submission
of bids
POM-
12225 Supply of Lighting Material
(CGL/Philips/GE/WIPRO/Havells/Bajaj
make)
1132/- 38000/- 23.07.2014 24.07.2014
Tender should reach DCRTPP office latest by 13:00 Hrs on the above mentioned “Last
date of submission of bid” and the Part-I Bid shall be opened at 15:00 hrs. on the same
day.
Tender documents alongwith qualifying requirements and Technical specifications etc.
can be seen & downloaded from HPGCL website www.hpgcl.gov.in.
Chief Engineer/DCRTPP, HPGCL, Yamuna Nagar reserves the right to accept/cancel any
or all tenders without assigning any reason whatsoever.
Executive Engineer/ Proc-I,
For Chief Engineer/DCRTPP,
HPGCL, Yamuna Nagar.
Deenbandhu Chhotu Ram Thermal Power Project, Yamuna Nagar A Unit of Haryana Power Generation Corporation Ltd.
(Regd. Office-C-7, Urja Bhawan, Sector-6, Panchkula)
Corporate Identity Number: U45207HR1997SGC033517
Website: www.hpgcl.gov.in E-mail: [email protected]
Telefax. No. 01732-204510/204504
NIT No. POM-12225
INSTRUCTIONS TO THE BIDDERS
1. Pre Qualification Requirements (PQRs) / Eligibility Conditions for the tenderers:
The manufacturers (CGL/PHILIPS/GE/WIPRO/HAVELLS/BAJAJ) are eligible.
OR
The authorized dealers/distributors of above manufacturers are eligible to participate. As a
qualifying condition, the bidder (Applicable for authorized dealer/distributor only) shall
submit the following documents duly signed/stamped along with the Part-I tender
i) Valid Authorization Certificate from manufacturers (CGL/PHILIPS/GE/HAVELLS/
WIPRO/BAJAJ) alongwith Part-I bid. Without the authorisation certificate their offer
shall not be accepted.
ii) A purchase order copy of lighting material amounting to minimum ` 2.00 lacs
executed during last 5 years as on 30.06.2014.
iii) A certificate will be given to the effect that the bidder is not black listed from any
public sector undertaking, NTPC, BHEL, Power Utilities etc during last five years.
The bidder should submit complete and correct documents in the first instance to
avoid disqualification.
Depending upon the evaluation of Part-I tenders by the DCRTPP committee, Part-II
tenders of successful bidders would be opened accordingly. Decision of the HPGCL
regarding fulfillment of pre qualification requirement shall be final and binding upon the
bidders.
Note:- The firm should fill statement to bidders as per annexure-2 of General Terms &
Conditions and submit authentic supporting documents for proving its credential. Original
document may be asked for verification at the time of finalizing the tender.
2. Disqualification of the Bidder:-
i) Even though the bidders meet the above Qualifying Criteria they are subject to be
disqualified, if they have made misleading or false representations in the forms,
statements and attachments submitted in the proof of the qualification requirements.
ii) The Bidders shall supply partnership deed in case of partnership firm / Memorandum of
Association and Article of Association in case of a company.
iii) Not withstanding any thing stated above Haryana Power Generation Corporation Ltd.
reserves the right to assess the tenderer‟s capacity to perform the contract should the
circumstances warrant such assessment in the overall interest of the Haryana Power
Generation Corporation Ltd. In this regard the decision of corporation will be final.
3. Application for Bidding, condition of the contract and other information can be had from the
office of XEN/Proc.-I (E-mail: [email protected], Telefax No. 01732-204510) on any
working day prior to last date of receipt of tenders on payment of ` 1132/- (Non Refundable)
(Cost of Document: ` 1000/- & VAT ` 132/-) in cash at the counter or through DD in favour
of Sr. A. O., DCRTPP, HPGCL, Yamuna Nagar payable on any scheduled Bank at Yamuna
Nagar.
4. The Tender Document can also be downloaded from HPGCL website [email protected].
Hard copy of the tender document so downloaded duly filled up completely is only
acceptable when accompanied with prescribed tender cost and earnest money deposit.
5. Before submitting tenders the instructions may be read carefully regarding submission of
tender. If any bidder finds discrepancies or omissions in the tender documents or is in doubt
as to the true meaning of any part, he shall clarify same from tender issuing office in writing
before the due date and time of submission of the bid.
6. The offer / Tender should be typed or written in ink. Offer/ Tender written in pencil shall be
ignored. No alterations, omissions, erasures or whitening, additions or rewriting shall be
permitted. Changes if any shall be effected only by cancellation of original writing by
Deenbandhu Chhotu Ram Thermal Power Project, Yamuna Nagar (Haryana Power Generation Corporation Ltd.)
striking and rewriting it along side duly initialed by the person signing the bid. In case there
is a discrepancy between the amounts in figures and in words, the amount in words will
govern.
7. The tenderer shall quote the prices in English language and international numerals. The
rates shall be in whole rupees and shall be entered in figures as well as in words. For the
purpose of tender, the metric system of units shall be used.
8. The tenderers will quote their rates strictly as per details of material specifications/rate
quoting sheet (Annex-3 of general terms & conditions). Conditional discount offered by
any tenderer will not be considered for the purpose of relative comparison of rates quoted
by participating tenderers.
9. The complete tender documents set including “Application for Bidding‟ along with
the „Terms and conditions of the contract‟ and its Annexures (including drawings, if
any) should be submitted duly filled up completely and signed on each page by the
tenderer as a token acceptance of terms/conditions & scope of NIT. A copy of recent
ITR should also be submitted.
10. The tenderers shall submit their tender in two parts- the first part containing documents for
qualifying criteria, technical specification, schedule of deliveries, and all other terms and
conditions except the rates (price bid), and the second part containing the rates (price bid)
quoted for each item as well as other related terms like freight, Excise Duty, VAT, Central
Sales tax, price escalation, etc. Each part of the tender shall be submitted in separate sealed
cover super scribed with the tender enquiry No. and the Part No. of the tender. Earnest
Money Deposit (EMD) and cost of tender shall be submitted in separate envelope. All the
three sealed covers shall be placed in another sealed envelope submitted by the tenderer
addressed to:-
SE/MM & Stores,
Room No. 106, New Admn. Building,
DCRTPP, HPGCL,
Yamuna Nagar-135001
11. The tenders can be submitted by registered post / courier / speed post / delivered in person
before the due date & time of opening of tenders as per NIT. In case the last date of
submission / opening of Tender is declared as holiday, the tenders shall be submitted /
opened on the next working day. Late tender i.e. tender received after the due date and
time of submission of tender due to any reason shall not be considered. Any postal delay or
other reasons shall not be to HPGCL account.
12. Tenders through Fax / E-mail / telegraphic tenders shall not be considered. Incomplete,
obscure or irregular tender is liable for rejection. If the tenderer deliberately gives wrong
information in his tender, HPGCL reserves the right to reject such tender at any stage.
13. All tenders received against open tender enquiry irrespective of whether they are from the
approved suppliers on the registered list or others, shall be considered, provided they are
on the prescribed form and in accordance with the tender conditions and specifications.
14. Unless exempted specifically, tenders not accompanied with the prescribed EMD shall be
rejected.
15. The validity of the tender/ quotation should be atleast for 90 days from the date of opening
of price bid. If the firms are unable to keep their offer open for the specified period, they
should specifically state the period for which their offer will remain valid but they must
realize that such a provision may prevent their offer from being considered. However, the
day up to which the offer remains valid is declared as Holiday for HPGCL offices, the
offer shall be considered valid for acceptance till next working day.
16. The delivery period as stipulated in the delivery schedule (Annex-1 of general terms &
conditions) is the essence of the contract. Delivery schedule should be specific and
realistic and should not be too long or too short. Range of delivery schedule may be
accepted only in case of delivery in lots, where it means delivery is to be started from
lower range and will be finished up to higher range. Delivery period shall be reckoned
from the 7th
day of issue of P.O. / L.O.I.
17. Negotiation if required, may be held upto L-3 bidder at discretion of HPGCL.
18. No provision for price escalation is made on any account. The price quoted by the tenderer
shall be FIRM till the contract is completed. The tenderer‟s acceptance of this condition
should be indicated along with the Bid. Rates shall be quoted by the tenderer item wise
with price breakup on FOR destination basis. Ordinarily the deviation in terms shall not be
considered. However if required in order to make a comparison, loading on various
elements shall be done as under:
(i) P&F: @ 0.5% of basic rate.
(ii) Freight: @ 2.5% of basic rate.
(iii) Transit Insurance: @0.25% of basic rate.
19. Any statutory taxes/duties/other levies, if to be charged extra should be clearly indicated by
tenderer in their offer separately, failing which it will be presumed that their quoted prices
are inclusive of all such statutory taxes/ duties/other levies.
20. Normally the tenders should not differ from the Terms & Conditions and technical
specifications incorporated in the Tender Documents. In case of any deviation the same
shall be specifically mentioned on separate sheet otherwise it will be presumed that
tenderer agreed all terms & conditions as per Tender Document.
21. Purchase preference of the tendered quantities may be allowed as per policy of the State
Government to the Industrial Units located in Haryana on the lowest valid rates if tenderer so
claims with requisite documentary evidence in the Part-I bid.
22. The bidders / suppliers / contractors shall observe the highest standard of ethics during the
submission of tender, procurement and execution of the contract. In case of evidence of
cartel formation by the bidder(s), EMD is liable to be forfeited.
23. The bidder shall bear all costs associated with the preparation and submission of his bid,
and the purchaser will in no case be responsible or liable for those costs, regardless of the
conduct or outcome of the bidding process.
24. Opening of Tender:-
The tenders will be opened in the office of XEN/Proc.-I, DCRTPP, HPGCL, Yamuna
Nagar in the presence of authorized representative of the tenderers, if they so desire, at the
time and date set for opening of tenders or in case any extension was given thereto on the
extended tender opening date and time notified to all the tenderers who have purchased the
tender documents. Tenderer‟s authorized representatives (up to two persons) may attend
the opening.
a. After opening the main cover, the envelopes containing the cost of tender set (applicable for
downloaded tender set) and EMD shall be opened first. Qualifying requirements for the
Bidders and Techno Commercial offer shall be opened subsequently, if cost of tender &
EMD of requisite amount and in proper mode have been submitted by the tenderer.
Otherwise the tender shall not be opened and re-sealed. The cost of tender documents is not
exempted in any case. For EMD exemption, the clause no. 5 of schedule „C‟ (GTC of
Contract) may be referred.
b. The Price Bid (Part-II of the tender) shall be opened after Part-I of the tenders have been
scrutinized and evaluated. The tenderers whose Part I have been approved, will be allowed
to participate in opening of Price Bid (Part-II). The due date and time for opening of Price
Bid (Part-II) shall be informed later on. Revised price-bid, if submitted by the bidder in any
case suo-moto, the original as well as revised price-bid shall be opened and lowest will be
considered only.
25. Earnest Money:-
The Tenderer shall deposit requisite Earnest Money along with the tender to ensure that the
tenderer takes up the contract in right earnest. An EMD amounting to ` 38000/- (` Thirty
Eight Thousand only) through a Crossed Demand Draft / Pay Order drawn on the State
Bank of Patiala or any other Scheduled Bank payable at Yamuna Nagar in favour of Sr.
Accounts Officer, DCRTPP, HPGCL, Yamuna Nagar shall be submitted. The fact of
enclosing the EMD is to be super scribed in the envelope containing EMD in Part-I of Bid.
ii) The EMD of the successful tenderer will be adjusted against security deposit in the event of
placement of order. EMD of unsuccessful tenderer will be refunded on finalization of
contract.
iii) No interest shall be payable on Earnest Money Deposit.
iv) HPGCL reserves the right to forfeit Earnest Money Deposit or part thereof in
circumstances which may indicate that the contractor is not earnest in executing the
contract. EMD shall also be forfeited in case the bidder does not come forward for
execution of the contract agreements and submission of balance security deposit.
v) If the tenderer withdraws his tender at any stage during the currency of his validity period,
the earnest money shall be forfeited in full in such cases.
26. Purchaser reserves the right to amend/ cancel the NIT or to change qualifying requirement or
to reject any or all the tenders so received without assigning any reason.
Executive Engineer/Proc-I.
for SE/ MM & Stores,
DCRTPP, HPGCL,
Yamuna Nagar
SCHEDULE „C‟
(Referred to in regulation 7)
GENERAL TERMS AND CONDITIONS OF CONTRACT
1) Definitions:-
In the contract (as defined below) unless the context requires otherwise the words and
expressions defined below shall have the meaning hereinafter assigned to them.
a) The „Purchaser‟ shall mean the HPGCL and shall include its successors in office and
assigns.
b) The „Supplier /Manufacturer‟ shall mean M/s.______________________ and shall include
the Supplier‟s legal representatives, successors, and assigns.
c) „Material‟ shall mean include the material to be supplied by the Supplier under the contract
as per contract.
d) „Specification‟ shall mean and include the specifications as detailed in the Annexure
attached herewith and Drawing attached thereto as well as samples and patterns, (if any).
e) „Drawing‟ shall mean the drawing /drawings annexed to the specification (if any) or as
approved by the purchaser.
f) The „Site‟ shall mean and include lands & buildings over / under upon where the materials
are to be installed and used in accordance with terms & conditions.
g) „Place of delivery‟ shall mean the place of delivery at which the Supplier is responsible to
deliver the materials at the specified contract price.
h) The terms „‟F.A.S‟, ‟F.O.R‟, ‟F.O.B.‟, ‟C.I.F.‟ and other shipping dispatch terms as used
herein shall have meaning in accordance with their usage in India.
i) „Work‟ shall mean and include supply of all materials, plants and equipment and rendering
of other services by the Supplier under this contract.
j) „Consignee‟ shall mean the officer to whom the material is required to be despatched or the
person specified in the purchase order.
k) „Contract‟ shall mean the Notice Inviting the tender, Tender Form, and conditions of
contract with their annexure and Purchase Order / Acceptance of offer / tender.
l) „Purchasing Authority‟ shall mean the officer signing the acceptance of tender and shall
include any officer who has authority to execute the relevant contract on behalf of the
Purchaser.
m) „Purchase Order‟ shall mean an order of supply of material including the acceptance of the
tender.
n) „Annexure‟ shall mean the Annexure to the terms & conditions.
o) „Test‟ shall mean such test as is prescribed by the ISI or by the HPGCL and / or considered
necessary by the authorized agent of the Purchaser whether conducted / performed or made
by him or any other agency acting under his direction.
p) „Delivery‟ shall be deemed to take place on delivery of material in accordance with terms of
the Contract after test and inspection by the Purchaser or his authorized agent, to the
consignee.
q) Inspecting Agency” means the agencies nominated and authorized by the competent
authority for inspecting the material at the works of the supplier or at the designated place of
inspection.
r) “Inspecting Officer” means, officer of the corporation appointed by the Chief Engineer or
the purchasing authority for inspection.
s) “Contract Value” shall mean the bare value of the goods „ex-works price‟ without taking
into account taxes, duties or any other incidentals charges where the prices is ex-works, but
where the prices given in the PO are on FOR destination basis inclusive or exclusive of ED
and CST etc., the „Contract value‟ would mean FOR destination prices, given in the PO
inclusive of ED, CST, other statutory levies etc. as the case may be.
2) PARTIES:
The parties to the Contract are the Supplier and the Purchaser, Legal address of the Parties to
the Contract is as under:
Supplier: M/s. On which P.O. is placed.
Purchaser: _____________________ Haryana Power Generation Corporation Ltd.
For all purposes of the contract, including the arbitration there under, the address of the
Supplier mentioned above, shall be the address to which all communications address to the
supplier shall be sent, unless the Supplier has specifically intimated a change thereof.
3) AUTHORITY OF THE PERSON SIGNING THE CONTRACT ON BEHALF OF THE
SUPPLIER:-
It is presumed the person who has signed these Tender-papers (including the terms and
condition) has got authority to sign on behalf of the supplier. If it is discovered at any time
that the person so signing had no authority to do so, the purchaser without prejudice to any
other right or remedy available to him, may cancel the contract and make a purchase of the
material at the risk and cost of such person and hold such person liable to the purchaser for all
costs and damages arising from the cancellation of the contract including any loss which the
purchaser may sustain on account of such purchase.
4) PRICES:
(i) Item wise prices with price breakup (i.e. cost price, freight, taxes and duties separately) shall
be quoted by the bidders on FOR destination basis and shall remain FIRM during the currency
of contract unless otherwise agreed. Ordinarily the deviation in terms should not be
considered. However if required in order to make a proper and realistic comparison loading on
various elements shall be done as under:
(a) P&F: @ 0.5% of basic rate.
(b) Freight: @ 2.5% of basic rate.
(c) Insurance: @0.25% of basic rate.
(ii) ED / Sale Tax if charged separately shall be paid as per actual within delivery period on
production of following certificates:-
a. Excise Duty Certificate: a) Certified that the excise duty charged in the bill against P.O. No.
___ dated ___ is not more than what is payable under provisions of the relevant act or rules
made there under. b) Certified that the amount of Rs. _____________ claimed as E.D. in the
bill is in accordance with the rules made there under in all respects and that the same has been
paid to Excise authorities. (Signature of Supplier)
b. Sales Tax Certificate:- a) Certified that transactions against DCRTPP P.O. No. ___ dated
___on which tax has been claimed will be included in the return to be submitted to the sale tax
authorities for assessment of sale tax and the amount claimed from the HPGCL shall be paid
to the sales tax authorities. b) Certified that the goods on which sales tax has been charged
have not been exempted from sales tax under Haryana/ Central sales tax Act and rules made
there under. The charge on the account of the sales tax on these goods are correct under the
provisions of the relevant act and rules made there under. c) Certified that we shall indemnify
to HPGCL in case it is found at a later stage that the incorrect payment has been recovered on
account of sales tax by us. d) Certified that we are registered as dealer and our Haryana/CST
no. is ____. Our CST No. is _____.
(Signature of Supplier)
(iii) ESCALATION CLAUSE.
No escalation shall be permitted in respect of any increase not arising out of the operation of
any law and statutory or mandatory order of the Govt. of India or the concerned State Govt. In
case the period of the purchase order for completion of supplies is sufficiently long and
tenderer wishes to include an escalation clause in his quotation then bidder should provides
full details of the escalation formula and brings out precisely the actual increase in the price of
the finished item for every rupee worth of increase in each item of raw material/component of
wages, to which the escalation applies. The tenderer shall furnish such documentary evidence,
as may be required by the HPGCL, in support of the increase in respect of each item of raw
material/component of wages etc. for which the escalation is claimed.
5) EARNEST MONEY AND SECURITY DEPOSIT:-
Every tenderer, while submitting his tender, shall deposit the earnest money specified in the
NIT by way of demand draft drawn in favor of the HPGCL or by cash deposit. Earnest money
deposit shall necessarily accompany with the sealed tender in separate envelope, without
which the tender shall be rejected forthwith.
The earnest money furnished by the successful tenderers on whom the purchase order is
placed shall be converted into security deposit as a guarantee for faithful and satisfactory
execution of the purchase order up to warranty period.
The EMD of the unqualified bidders will be returned by the purchaser without any interest, as
promptly as possible, within 30 days after declaration of qualification result and that of
unsuccessful bidder within 15 days of the execution of the contract with the selected bidder.
Provided further that the provision of this regulation may not apply to a Public Sector
undertaking of the Central/ State Government, firms borne on D.G.S & D / DS&D Haryana
rate contract, firm registered with Director of Industries, Haryana or with National small
industries corporation, Govt. of India or the firms having permanent EMD of Rs.10.00 Lac at
the respective project / office.
The earnest money /security deposit shall be forfeited in part or in full under the following
circumstances:-
i) If the tenderer withdraws his tender at any stage during the currency of his validity period.
ii) If the P.O. has been issued but the supplier refuses to comply with it.
iii) Where the purchase order has been complied with but the supplier stops making the supplies
after partially fulfilling the purchase order.
iv) In the event of a breach of contract in any manner.
v) In case of evidence of cartel formation by the bidder(s).
In case where the Performance Bank Guarantee has been agreed by the supplier, the security
deposit shall be released on the completion of the supplies. In other cases the same shall be
released only after warrantee period on the certificate of the purchaser for satisfactory
completion of warrantee period.
No interest shall be paid on EMD for the period it will remain deposited with HPGCL.
6) RIGHT OF ACCEPTANCE:-
This office does not bid itself to accept the lowest or any tender and reserves to itself the
right to accept the whole or any part of the tender or portion of the quantity offered and
the firm shall supply the same at the rate quoted. The firm is at liberty to tender for the
whole or any portion or to state in the tender that the rates quoted shall apply only if the
order for all items is placed on them. Preference will be given to the tenderers quoting for
all the items stipulated in the tender enquiry.
7) PAYMENT TERMS:-
i) One hundred percent payment shall be made within 07 working days of receipt of material at
site in good condition alongwith 10% PBG.
OR
95% payment against documents through bank within 07 working days on receipt of
information from the bank alongwith 10% PBG and balance 5% after receipt of material in
good condition.
ii) Incase the quoted payment terms are other than mentioned above, the tender is likely to be
rejected.
8) MODE OF PAYMENT:-
Payment shall be released by the Sr. Accounts Officer, DCRTPP, Yamuna Nagar by account
payee cheque payable at Yamuna Nagar.
9) DELIVERY PERIOD AND DAMAGES FOR DELAY:- The delivery of material as specified in the purchase order shall be the essence of the contract
between the supplier and the Corporation, and the delivery of each consignment must be made
as per delivery schedule.
No supplies/ consignments received after the date on which they were actually due according
to the terms of the purchase order, shall be accepted by the consignee, except with the written
approval of the purchasing authority. Even in case of acceptance of delayed supply the
supplier shall liable to pay @ 0.5% per week or part thereof of the delay of the value of the
goods so delayed where the part supply is acceptable and of the PO value where part supply is
not acceptable, subject to a maximum of 5% of the total value of the delayed / undelivered
supplies.
The delivery period shall be reckoned from the 7th
day of issue of P.O./ L.O.I.
Property in the material shall not pass to the purchaser unless and until the material has been
delivered to the consignee in accordance with the terms and conditions.
10) TESTS AND INSPECTION:-
The inspection and tests shall normally be arranged at the supplier‟s premises before the
material is dispatched to the Corporation, and copy of the inspection/ test report in such case
shall be attached by the supplier in original along with Railway Receipt/ GR and other
requisite document as per P.O. For this purpose, the supplier shall give at least fifteen days
notice to the purchasing authority, to arrange for the inspection of goods before dispatch if
inspection is not waived off.
The inspection call received after expiry of delivery period may or may not be entertained.
Supplier shall dispatch the material with copy of inspection report and manufacturer test
certificate, immediately after inspection but not later than 7 (seven) days failing which the
delay shall be on the part of supplier for the purpose of L.D. In case of waival of inspection,
supplier shall dispatch the material within 7 days of receipt of waival letter or 10 days of
dispatch of waival letter whichever is earlier.
11) DOCUMENTATION:- The supplier shall submit a set of documents as detailed below well in time to the following
offices for processing his bill for pass and payment.
A) Concerned Executive Engineer (Purchaser copy)-
a) Acceptance of PO b) Readiness of material/ inspection call
c) Copy of invoice d) Copy of RR/GR
e) Advance intimation of dispatch f) Test Certificates
B) Concerned Sr. A.O. (Accounts copy)
a) Copy of invoice in triplicate b) CST/VAT Certificate
c) E.D. Certificate d) Documentary Proof of E.D. claimed
e) Proof of Insurance charges f) Guaranty/ Warranty Certificate
g) Interchangeability Certificate h) Copy of inspection report
i) D.D on account of security deposit. j) Bank Guaranty.
k) Copy of R.R./G.R.
C) Concerned Executive Engineer/ Stores (Consignee copy)
a) Copy of Invoice. b) Copy of Inspection Report
c) Dispatch particulars d) Copy of RR/GR.
D) Appropriate branch of State Bank of Patiala, If document are to be negotiated through Bank
:-
a) Copy of invoice b) Original RR/ GR.
Note:-
If the documents shown above are not sent to the appropriate office within due period
then bank document will not be retired and the responsibility for demurrage/ wharfage
or auction of material will be on the supplier‟s account.
No interest, what so ever on any account shall be paid by HPGCL.
Bank Charges if any shall be borne by the supplier.
12) PACKING:- The supplier shall provide for secure protection & packing of the equipment in accordance
with the best established Practices so as to protect the equipment from damages. Any
breakage, damage and/or pilferage including when in transit arising from faulty packing shall
be the responsibility of the supplier.
All packages shall be visibly marked mentioning purchase order number & name of buyer in
bold letters & must contain copies of challans/packing slips inside.
13) MODE OF TRANSPORT:- The normal mode of transport for dispatch of material from supplier‟s end shall be by train /
approved road transport.
14) TRANSIT INSURANCE:
The material shall be insured against all risks and losses for its full delivered value up to the
destination station. The insurance charges from dispatching station up to the destination
station will be borne as per provision in the PO. The Supplier shall produce insurance cover
and also a stamped acknowledgement receipt of the insurance company for the premium paid
by them in support of their claim, if any. The consignee shall report losses/ damages to the
Supplier at the earliest possible of the receipt of the consignment at the site.
It will, however, be the responsibility of the Supplier to refer timely claim on the insurance
underwriters. The Supplier will make good the losses / shortages, replace / repair the damage
to the consignee irrespective of the claim lodged / to be lodged with the insurance
underwriters or other appropriate authorities.
The Supplier shall supply or replace such material or parts as are lost in transit within
reasonable time based on the delivery period free of charges.
The Supplier shall be responsible for all loss, destruction, damage, deterioration of the
material from any causes whatsoever in the course of transit from the Supplier to the
consignee. If insurance is in the scope of consignee, the firm will intimate to consignee in
advance about dispatch of material otherwise all the losses, if any will be in the account of
supplier.
15) PERFORMANCE BANK GUARANTEE:-
Supplier shall submit bank guarantee of the nationalized bank equivalent to 10% of the order
value in the prescribed performa valid up to one month after completion of warrantee period
unless otherwise agreed.
16) WARRANTEE: The supplier shall furnish warrantee certificate stating that, “we will be responsible to replace
free of cost, with no transportation or insurance-cost to the Corporation, up to the destination
the whole or any part of the material supplied by us against P.O. No.- __________ dated
_______, which in normal and proper use proves defective in quality or workmanship, within
12 months months from the date, it is put to use by the purchaser or 18 months from the date
of dispatch whichever is earlier”.
The provisions shall, mutatis mutandis apply to the replaced material.
17) FORCE MAJEURE:- The delay in the delivery of the supply may be treated as force majeure to the supplier only
if:-
i) The delay in manufacture or delivery of the material /equipment on order result from any
causes arising out of compliance with regulations, orders or instructions of the Central or State
Governments, acts of God, acts of Civil & Military authority, fires, floods, strikes, lock-outs,
freight embargoes, war-risk, riots and civil commotion. and
ii) The supplier requests for extension of the delivery period along with all necessary evidence,
before the expiry of the schedule date(s) of delivery.
Non availability of raw material or any other similar cause shall not be considered as a force
majeure circumstance.
18) DEMURRAGES:- The Supplier shall be responsible for all demurrage charges due to late receipt of G.R. and
non-receipt of prior intimation of dispatch of material to the consignee. G.R. through bank
other than specified one will not be accepted. If any consignment and or its relevant shipping
document are dispatched to an incorrect address / destination, the additional expenses
involved & delay in delivery shall be to the Supplier‟s account.
19) ARBITRATION: -
All matters, questions, disputes, differences and / or claims arising out of and / or concerning,
and /or in connection with, and /or in consequence of, and /or relating to the contract whether
or not obligations of either of both the Supplier and the Corporation under that contract be
subsisting at the time of such dispute and whether or not the contract has been terminated or
purported to be terminated or completed, shall be referred to the sole arbitration of MD,
HPGCL or an officer appointed by the MD, HPGCL as his nominee. The award of the
Arbitrator shall be final and binding on both the parties to the contract.
20) LAWS GOVERNING CONTRACTS:- All contracts shall be governed by the laws of India for the time being in force.
Irrespective of the place of delivery, place of performance or place of payment under a
contract, the contract shall be deemed to have been made at the place from which the
acceptance of tender has been issued.
Jurisdiction of Courts- The courts of the place (Yamuna Nagar) from where the acceptance of
tender has been issued shall alone have exclusive jurisdiction to decide any dispute arising out
of or in respect of the contract.
21) RISK PURCHASE:- In the case of delay or non-supply of any or all the material on the dates they are due, the
HPGCL will have a right to refuse to accept such delayed supplies and to make the purchase
of the material so delayed or not supplied from any alternative source or through
departmental manufacture, at the sole risk and cost of the supplier. Any extra expenditure
incurred on such purchase or departmental manufacture shall be recoverable in full from the
supplier in addition to the Corporation‟s right or claim for applicable liquidated damages or
penalty.
22) INTERCHANGEABILITY:-
Supplier shall furnish interchangeability certificate, wherever applicable, that all the spares are
identical in construction, interchangeable and suitable to the equipment installed at site.
23) SET OFF:-
Any sum of money due and payable to the supplier under the contract (including security-
deposit returnable to the supplier) may be appropriated by the HPGCL and set-off against any
claim of the Corporation for the payment of a sum of money arising out of under that or any
other contract entered into by the supplier with the HPGCL.
24) PATENT RIGHT:- The supplier shall indemnify the Purchaser against all third-party claims of infringement of
patent, trademark or industrial design rights arising from use of the Goods or any part thereof
in India.
25) SUBLETTING AND ASSIGNMENT:-
The Supplier shall not, sublet, transfer or assign the contract or any part there of or interest
therein or advantage thereof in any part thereof in any manner whatsoever without prior
consent of the purchaser.
Note:- 1. Unless agreed otherwise the above terms and conditions of the contract will form the
part of the purchase order after finalizing the procurement proposal. The word tenderer
where ever used above shall be read as supplier. The non applicability / modification in
the aforesaid clauses if agreed shall be mentioned / attached in / with the purchase order
specifically.
2. Any other term not defined in instructions to the bidder or above terms and conditions
should be interpreted as defined in HPGCL Purchase Regulation “2011”.
3. The term “Bid” and “tender” and their derivatives (“Bidder / Tenderer” “Bidding /
Tendering”) are synonymous. Singular also means plural.
Executive Engineer/Proc-I.
for SE/ MM & Stores,
DCRTPP, HPGCL,
Yamuna Nagar
ANNEXURE-„3‟ to Schedule-„C‟
RATE QUOTING SHEET (POM-12225)
Sr.
No.
Description of Material
Make Qty.
(Nos.)
Rate
(`)
1. Fluorescent tube rod 18 watt T-8 2 feet
CGL/
Phillips/
Havelles/
GE/
Wipro/
Bajaj
2100
2. Electronic ballast suitable for 2x36 watt fluorescent tube rod, Un=250V, 50HZ 700
3. Ballast for 250 W HPSV Lamp, 250V, 50 HZ 100
4. Electronic ballast suitable for 2x28 watt fluorescent tube rod, Un=250V, 50HZ 200
5. HPSV Lamp (Elliptical) 70 watt, 250V, 50HZ 550
6. HPMV Lamp 125 Watt, 200-250 V, 50 HZ, Suitable for Flame proof well
Glass fixture comprising of toughened heat resistance glass bowl, HPMV (E)
60
7. HSPV Lamp 150 Watt, 200-250V, Suitable for Industrial Safety Well Glass
luminaries, die cast aluminium body, Celling mounted, HPSV (E)
250
8. Ballast for 150W HPSV Lamp, 250V, 50HZ 110
9. CFL Light, 15W, 250V AC, 50HZ, Pin Type 200
10. CFL Light, 45W, 250V AC, 50HZ, thread Type 100
11. Ignitor Suitable for 70/150/250/400 Watt HPSV Lamps 400
12. MH Lamp Eliptical 250W, 250V AC 20
13. Ballast for 250W MH 10
14. Flourescent tube fitting including electronic blast holders & plate 28W T-5 (4
feet), Un =250V, 50 Hz excluding tube rod
250
15. Halogen rod 500W 20
16. Halogen rod 1000W 20
17. LT Switch, 200Amp, TPN, Switch Fuse unit alongwith HPC fuses is Sheet
Steal enclosure
4
18. HPSV Lamp (Tubular) 400W, 250V, 50Hz 60
19. Ballast for 400W tubular HPSV Lamp suitable for fitting of Philips make 60
20. HPSV lamp (tubuler) 250W, 250V, 50Hz 50
21. Ballast for 250W tubuler HPSV Lamp suitable for fitting of Philips make 50
22. Capacitor suitable for 400W tubuler HPSV Lamp 60
23. Capacitor suitable for 250W, tubuler HPSV Lamp 50
24. HPSV lamp (Tubuler) 150W, 250V, 50Hz 10
25. Ballast for 150W tubuler HPSV Lamp suitable for fitting of Philips make 10
26. Fluorescent tube rod 36 w, 4 feet, 220VAC 50 Hz 50
27. Starter suitable for 36W tube 100
28. SWV1407IH/WI 70 W HPSV Lamp spares
a. Ellipitical type 70W HPSV Lamp 200
b. Ballast WGB7S/MH 130
c. Capacitor 250V, 10MFd 80
d. Ignitor IGN2K 80
e. Holder for 70W HPSV Lamp 70
29. SWV1315IH 150W HPSV Lamp spares
a. Ellipitical type 150W HPSV lamp 80
b. Ballast HDBN15S/MH 50
c. Capacitor 250V, 20MFd 50
d. Ignitor IGN2K 50
e. Holder for 150HPSV lamp 20
30. FAD1314-250S 250W HPSV Lamp
a. Ellipitical type 250W HPSV lamp 90
b. Tubular type 250W HPSV Lamp 30
c. Ballast suitable for above fitting 100
d. Ignitor suitable for above fitting 50
e. Capacitor suitable for above fitting 50
f. Holder for 250W elipitical HPSV Lamp 20
31. SHB12401H/P 400W HPSV Lamp spares
a. SON (T) 400W HPSV Lamp 80
b. Ballast suitable for above fitting 80
c. Ignitor suitable for above fitting 50
d. Capacitor suitable for above fitting 50
e. Holder for 400W HPSV SON (T) Lamp 20
32. Industrial Tube Light Spares
a. Tube 28W, T-5, 4Ft (with retrofitting arrangement for fitting in existing 36W
tube fitting)
60
b. Electronic choke for 2x36W tube fitting 40
33. Complete fitting MHB 1325 IHM/C of 250W Metal Halide High Bay or
equivalent model including 1 no. 250W MH Lamp
15
34. HPSV Lamp 70 watt with Internal Igniter, 220V AC 200
35. HPSV Ballast 70 watt 220V AC, 50Hz 100
36. HPMV Ballast 125 watt, 220V AC, 50Hz 40
37. Tube ROD 18 watt 2‟220V, AC, 50 Hz 200
38. Fluorescent tube rod 36 w, 2 feet, 220VAC 50 Hz 200
39. Tube ROD Retrofitted T-5, 28watt, 220 VAC 200
40. SIDE Holder T-5 Retrofitted fitting of tube 100
41. Electronic Ballast 28 watt, T-5 220 VAC 100
42. SIDE Adaptor T-5 Retrofitted fitting of tube 200
43. Glass Cover Lamp fitting 70 watt HPSV fitting 100
44. Glass Cover Lamp fitting 150 watt HPSV fitting 50
45. Clear Lamp 100 watt screw type, 220 V, AC, 50 Hz 200
46. MCB, 20 Amp., DP 20
Signature & Stamp of Bidder
ANNEXURE-„1‟ to Schedule-„C‟
SPECIFICATIONS / SCHEDULE OF DEIVERY OF MATERIAL
Sr.
No.
Description of Material
Make Qty.
(Nos.)
Consign
ee/
Destinat
ion
1. Fluorescent tube rod 18 watt T-8 2 feet
CGL/
Phillips/
Havelles/
GE/
Wipro/
Bajaj
2100
XEN/
Stores/
DCRTPP,
Yamuna
Nagar
2. Electronic ballast suitable for 2x36 watt fluorescent tube rod, Un=250V, 50HZ 700
3. Ballast for 250 W HPSV Lamp, 250V, 50 HZ 100
4. Electronic ballast suitable for 2x28 watt fluorescent tube rod, Un=250V, 50HZ 200
5. HPSV Lamp (Elliptical) 70 watt, 250V, 50HZ 550
6. HPMV Lamp 125 Watt, 200-250 V, 50 HZ, Suitable for Flame proof well
Glass fixture comprising of toughened heat resistance glass bowl, HPMV (E)
60
7. HSPV Lamp 150 Watt, 200-250V, Suitable for Industrial Safety Well Glass
luminaries, die cast aluminium body, Celling mounted, HPSV (E)
250
8. Ballast for 150W HPSV Lamp, 250V, 50HZ 110
9. CFL Light, 15W, 250V AC, 50HZ, Pin Type 200
10. CFL Light, 45W, 250V AC, 50HZ, thread Type 100
11. Ignitor Suitable for 70/150/250/400 Watt HPSV Lamps 400
12. MH Lamp Eliptical 250W, 250V AC 20
13. Ballast for 250W MH 10
14. Flourescent tube fitting including electronic blast holders & plate 28W T-5 (4
feet), Un =250V, 50 Hz excluding tube rod
250
15. Halogen rod 500W 20
16. Halogen rod 1000W 20
17. LT Switch, 200Amp, TPN, Switch Fuse unit alongwith HPC fuses is Sheet
Steal enclosure
4
18. HPSV Lamp (Tubular) 400W, 250V, 50Hz 60
19. Ballast for 400W tubular HPSV Lamp suitable for fitting of Philips make 60
20. HPSV lamp (tubuler) 250W, 250V, 50Hz 50
21. Ballast for 250W tubuler HPSV Lamp suitable for fitting of Philips make 50
22. Capacitor suitable for 400W tubuler HPSV Lamp 60
23. Capacitor suitable for 250W, tubuler HPSV Lamp 50
24. HPSV lamp (Tubuler) 150W, 250V, 50Hz 10
25. Ballast for 150W tubuler HPSV Lamp suitable for fitting of Philips make 10
26. Fluorescent tube rod 36 w, 4 feet, 220VAC 50 Hz 50
27. Starter suitable for 36W tube 100
28. SWV1407IH/WI 70 W HPSV Lamp spares
a. Ellipitical type 70W HPSV Lamp 200
b. Ballast WGB7S/MH 130
c. Capacitor 250V, 10MFd 80
d. Ignitor IGN2K 80
e. Holder for 70W HPSV Lamp 70
29. SWV1315IH 150W HPSV Lamp spares
a. Ellipitical type 150W HPSV lamp 80
b. Ballast HDBN15S/MH 50
c. Capacitor 250V, 20MFd 50
d. Ignitor IGN2K 50
e. Holder for 150HPSV lamp 20
30. FAD1314-250S 250W HPSV Lamp
a. Ellipitical type 250W HPSV lamp 90
b. Tubular type 250W HPSV Lamp 30
c. Ballast suitable for above fitting 100
d. Ignitor suitable for above fitting 50
e. Capacitor suitable for above fitting 50
f. Holder for 250W elipitical HPSV Lamp 20
31. SHB12401H/P 400W HPSV Lamp spares
a. SON (T) 400W HPSV Lamp 80
b. Ballast suitable for above fitting 80
c. Ignitor suitable for above fitting 50
d. Capacitor suitable for above fitting 50
e. Holder for 400W HPSV SON (T) Lamp 20
32. Industrial Tube Light Spares
a. Tube 28W, T-5, 4Ft (with retrofitting arrangement for fitting in existing 36W
tube fitting)
60
b. Electronic choke for 2x36W tube fitting 40
33. Complete fitting MHB 1325 IHM/C of 250W Metal Halide High Bay or
equivalent model including 1 no. 250W MH Lamp
15
34. HPSV Lamp 70 watt with Internal Igniter, 220V AC 200
35. HPSV Ballast 70 watt 220V AC, 50Hz 100
36. HPMV Ballast 125 watt, 220V AC, 50Hz 40
37. Tube ROD 18 watt 2‟220V, AC, 50 Hz 200
38. Fluorescent tube rod 36 w, 2 feet, 220VAC 50 Hz 200
39. Tube ROD Retrofitted T-5, 28watt, 220 VAC 200
40. SIDE Holder T-5 Retrofitted fitting of tube 100
41. Electronic Ballast 28 watt, T-5 220 VAC 100
42. SIDE Adaptor T-5 Retrofitted fitting of tube 200
43. Glass Cover Lamp fitting 70 watt HPSV fitting 100
44. Glass Cover Lamp fitting 150 watt HPSV fitting 50
45. Clear Lamp 100 watt screw type, 220 V, AC, 50 Hz 200
46. MCB, 20 Amp., DP 20
Note:-
1. The quoted make for all the items may be specified in the Part-I bid clearly. Other
than “required makes” shall not be accepted.
2. Supply will be completed with in 03 Months from the issue of PO.
XEN/ Procurement-I,
for SE/MM&Stores, DCRTPP,
HPGCL, Yamuna Nagar
ANNEXURE-„2‟ to Schedule-„C‟
STATEMENTS OF BIDDERS
1. Name of Bidder _______________________________
2. Address of Head Office
_______________________________
3. Correspondence Address _______________________________
_______________________________
4. Legal status
5. PAN & TIN Number of the Bidder
PAN ______________________ TIN ________________________
CST No. _________________________.
6. Main lines of Business
i. ____________________________ since______________
ii. ____________________________ since______________
iii. ____________________________ since______________
7. Annual Turnover of past three year
i. ____________________________
ii. ____________________________
iii. ____________________________
8. Past Experience:-
Name of
Organization
Period Reference of
Contract
Order Value
contract wise
9. Any other
Signature & Stamp of Bidder
SCHEDULE-„D‟
(Referred to in Regulation-7)
Haryana Power Generation Corporation Limited.
APPLICATION FOR BIDDING
Tender Enquiry No. DCRTPP/POM-12225
From
_________________________________
_________________________________
To
_________________________________
_________________________________
Offer No. Dated:
SUBJECT:- SUBMISSION OF TENDER AGAINST NOTICE INVITING TENDER (NIT)
NO. ________ DATED ___________OF HARYANA POWER GENERATION
CORPON. LIMITED.
Dear Sir,
With reference to your above mentioned NIT, I/we hereby offer to supply genuine
goods and materials (quantity and rates of the goods and material are described in the attached terms
and conditions) and shall execute the work truly and faithfully within the time specified and-set forth
in the attached terms and conditions.
I/we have read and understood the tender document and hereby submit the following
bid in compliance with the tender document, duly signed the same in token of their absolute and
unqualified acceptance and comprising the following:-
i) Cost of tender document vide Demand draft No. _____________________for the
prescribed amount of Rs.___________
(Rs._____________________________________) drawn in favour
of______________________________________.
ii) Demand draft No. _____________________for the prescribed amount of
Rs.___________ (Rs._____________________________________) drawn in favour
of______________________________________, as earnest money as desired. I
fully understand that in the event of my/our tender being accepted, this earnest
money shall be retained by you as security deposit payable by me/us for the faithful
and satisfactory execution of the contract.
OR
As I/we am/are a registered supplier on the approved list of the HPGCL and have
already made a permanent earnest money deposit of Rs. 10.00 Lac vide registration
No.______________ allotted to me/us by you. I/we am/are not required to furnish
any earnest money with this tender.
*(Delete whichever not applicable)
iii) Part-I (i.e. qualifying criteria, technical specification, schedule of deliveries, and all
other terms and conditions) and part-II (Price bid).
Thanking you,
Yours faithfully,
Place:_____________
Date:_____________/ Name and full address of
tenderer.