sjvn foundation (a non-corporate entity registered as trust) … solar light.pdf · 2019-01-23 ·...

11
No. SJVN/RHPS-P&C/F01(PPR(CSR)-RHPS-046)/2018- Dated: - NOTICE INVITING QUOTATION Rampur HPS on behalf of SJVN Foundation hereby invites open tender enquiry through e-tendering mode under two bid system from the eligible suppliers/firms for the materials as per description and specification given in Price Schedule and Technical Specification on the lowest rate applicable to the Govt. department/ Public Sector Undertaking, on the terms and conditions listed overleaf. Sr. No. Description/Specifications of items Earnest Money (in Rs.) Date of Submission of Bid Last Date of downloading of Bid documents Date of opening of Bid 1. Supply, Installation, Testing & Commissioning of LED solar street lights in the Project Affected Panchayats of Rampur HPS (PPR (CSR)- RHPS-046). The description/ specifications of items are as per Price Schedule (BOQ)- ScheduleI and Technical Specification attached herewith. 25,600/- (Rupees Twenty Five Thousand Six Hundred Only) 22.01.2019 To 13.02.2019 up to 13.00 Hrs. 12.02.2019 up to 13.00 Hrs. 13.02.2019 at 14.00 Hrs. Note: 1. The detailed NIQ, IFB, General Terms & Conditions-Annexure-I, Undertaking-Annexure-II, Technical Specification-Annexure-III, Price Schedule (BOQ)-Schedule-I, Bank Account detail-Schedule-II and Bidder’s General Information-Schedule-III shall be available on https://sjvn.abcprocure.com w.e.f. 22.01.2019. 2. The bid is to be submitted electronically through e-tendering at https://sjvn.abcprocure.com and other mode of submission of bid shall not be accepted. The procedure for filling the bid is given in Information for Bidders (IFB). 3. The corrigendum & amendments if any shall be uploaded at https://sjvn.abcprocure.com and in addition the same shall also be available on www.sjvn.nic.in & Central public procurement portal www.eprocure.gov.in. Therefore, the bidders are requested to frequently visit the site till the schedule date of submission of bid. Enclosures: - 1. Information for Bidders (IFB) 2. General Terms & Conditions-Annexure-I 3. Undertaking regarding acceptance of NIQ terms & conditions -Annexure-II 4. Technical Specification - Annexure-III 5. Price Schedule (BOQ) - Schedule-I 6. Bank Account Details- Schedule-II 7. Bidder’s General Information-Schedule-III 8. Format of Integrity Pact For & on behalf of SJVN Foundation Dy. General Manager Procurement & Contract Deptt, Rampur HPS, SJVN Fondation, Jhakri. Distt Shimla (H.P) PIN-172201. Registered & Corporate Office Shakti Sadan, SJVN Corporate Office Complex, Shanan, Shimla (HP) PIN-171006 Tel: 0177-2670064,490,521,741 Fax: 0177-2670542 Liaison/Coordination Office SJVN, IRCON Building Ground Floor, Saket New Delhi PIN-110017 TELE: 011- 41659210/17 FAX: 011- 41659204/14 Save Energy for Benefit of Self and Nation एसजेवीएन फाउंडेशन (एक गैर नगम इकाई पंजीकृत के ) SJVN Foundation (A Non-Corporate Entity Registered as Trust) RAMPUR HPS 412 MW (6X68.67 MW) (An ISO 9001:2008, IS/ISO 14001:2004 & IS 18001:2007 Certified) Procurement and Contract Department Jhakri, Distt. Shimla (HP) 172201: Telefax-01782-275948/275762 CIN L40101HP1988GOI008409 GST No. 02AALTS9888D1ZY Website: www.sjvn.nic.in

Upload: others

Post on 24-Apr-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

No. SJVN/RHPS-P&C/F01(PPR(CSR)-RHPS-046)/2018- Dated: -

NOTICE INVITING QUOTATION

Rampur HPS on behalf of SJVN Foundation hereby invites open tender enquiry through e-tendering

mode under two bid system from the eligible suppliers/firms for the materials as per description and

specification given in Price Schedule and Technical Specification on the lowest rate applicable to the Govt.

department/ Public Sector Undertaking, on the terms and conditions listed overleaf.

Sr.

No.

Description/Specifications of items Earnest

Money

(in Rs.)

Date of

Submission

of Bid

Last Date of

downloading

of Bid

documents

Date of

opening of

Bid

1. Supply, Installation, Testing &

Commissioning of LED solar street

lights in the Project Affected

Panchayats of Rampur HPS (PPR (CSR)-

RHPS-046). The description/ specifications

of items are as per Price Schedule (BOQ)-

Schedule–I and Technical Specification

attached herewith.

₹ 25,600/-

(Rupees

Twenty Five

Thousand

Six Hundred

Only)

22.01.2019

To

13.02.2019

up to 13.00

Hrs.

12.02.2019

up to 13.00

Hrs.

13.02.2019

at 14.00

Hrs.

Note:

1. The detailed NIQ, IFB, General Terms & Conditions-Annexure-I, Undertaking-Annexure-II, Technical

Specification-Annexure-III, Price Schedule (BOQ)-Schedule-I, Bank Account detail-Schedule-II and

Bidder’s General Information-Schedule-III shall be available on https://sjvn.abcprocure.com w.e.f.

22.01.2019.

2. The bid is to be submitted electronically through e-tendering at https://sjvn.abcprocure.com and other

mode of submission of bid shall not be accepted. The procedure for filling the bid is given in Information

for Bidders (IFB).

3. The corrigendum & amendments if any shall be uploaded at https://sjvn.abcprocure.com and in addition

the same shall also be available on www.sjvn.nic.in & Central public procurement portal

www.eprocure.gov.in. Therefore, the bidders are requested to frequently visit the site till the schedule

date of submission of bid.

Enclosures: -

1. Information for Bidders (IFB)

2. General Terms & Conditions-Annexure-I

3. Undertaking regarding acceptance of NIQ terms & conditions -Annexure-II

4. Technical Specification - Annexure-III

5. Price Schedule (BOQ) - Schedule-I

6. Bank Account Details- Schedule-II

7. Bidder’s General Information-Schedule-III

8. Format of Integrity Pact

For & on behalf of SJVN Foundation

Dy. General Manager

Procurement & Contract Deptt,

Rampur HPS, SJVN Fondation, Jhakri.

Distt Shimla (H.P) PIN-172201. Registered & Corporate

Office

Shakti Sadan, SJVN Corporate Office

Complex, Shanan, Shimla (HP)

PIN-171006

Tel: 0177-2670064,490,521,741

Fax: 0177-2670542

Liaison/Coordination

Office

SJVN, IRCON Building

Ground Floor, Saket New Delhi

PIN-110017

TELE: 011- 41659210/17

FAX: 011- 41659204/14

Save Energy for Benefit of Self and Nation

एसजेवीएन फाउंडेशन (एक गैर ननगम इकाई पंजीकृत ट्रस्ट के रूप में)

SJVN Foundation (A Non-Corporate Entity Registered as Trust)

RAMPUR HPS 412 MW (6X68.67 MW) (An ISO 9001:2008, IS/ISO 14001:2004 & IS 18001:2007 Certified)

Procurement and Contract Department Jhakri, Distt. Shimla (HP) – 172201: Telefax-01782-275948/275762

CIN L40101HP1988GOI008409 GST No. 02AALTS9888D1ZY Website: www.sjvn.nic.in

Annexure-I

GENERAL TERMS & CONDITIONS (PPR (CSR)-RHPS-046)

1. Open tender enquiry through e-tendering mode under two bid system is hereby invited from all the eligible suppliers/firms for “Supply, Installation, Testing & Commissioning of LED solar street lights in the Project Affected Panchayats of Rampur HPS (PPR(CSR)-RHPS-046).” as per description/specifications given in the Technical Specification-Annexure-III and Price Schedule (BOQ)-Schedule-I. The schedule for bid submission & opening shall be as under:

Date of Uploading of Tender

Last date & time for downloading of bids/documents

Last date & time for uploading of filled bids/documents

Bid Opening Date

22.01.2019 12.02.2019 (12.00 Hrs.) 13.02.2019 (13.00 Hrs.) 13.02.2019 (14.00 Hrs.)

Note: Please note that the bid shall only be submitted through e-tendering & the bid submitted in physical form shall not be entertained under any circumstances. The Bidder should be a firm of reputation having sufficient expertise and experience in executing the subject cited work with sound warranty/service support capability.

2. Bid Securities/ EMD: The “Earnest Money (EMD)” amounting to Rs. 25,600/- (Rupees Twenty Five Thousand Six Hundred Only) shall be deposited in the following Bank Account of SJVN Foundation through NEFT/RTGS: (Other mode of payment shall not be accepted).

Sr. No. Bank Name IFSC Code Bank Account No.

1 Oriental bank of Commerce, New Shimla ORBC0101297 12972191011408

Please note that EMD (Earnest Money Deposit)/ Bid Security in the form of FDR/TDR/Demand Draft/Bankers Cheque & in the form of BG is not acceptable.

a. EMD of the bidder shall be forfeited, if the bidder withdraws or amends its bids or impairs or

derogates from the bid in any respect with in the period of validity of the bid.

b. EMD of the bidder shall be forfeited, in the event of non-compliance of supply order including non –supply etc. by the successful bidder.

c. Bid without EMD shall be rejected out rightly.

d. The EMD of unsuccessful bidders shall be released without any interest after the issuance of supply order.

e. The EMD amount of the successful bidder can be converted into part of performance security on submission of request to the consignee. In case, full Performance Security is provided separately, then EMD shall be released after verification of BG for Performance Security by the concerned bank.

3. Preference to MSME/SSI Units under Public Procurement Policy, 2012: a) The MSEs registered with any of the following agency are eligible to avail the benefit as per Public

Procurement policy (PPP) for Micro & Small Enterprises (MSEs) Order, 2012 issued vide Gazette Notification dated 23.03.2013 by Ministry of Micro, Small and Medium Enterprises of Govt. of India vide Public Procurement Policy MSEs Order, 2012.

District Industries Centers (DIC) Khadi and Village Industries Commission (KVIC) Khadi and Village Industries Board(KVIB) Coir Board National Small Industries Corporation (NSIC) Directorate of Handicraft and Handloom Any other body/Agency specified by Ministry of MSME Udyog Aaadhaar Memorandum (UAM) issued by Ministry of MSME.

b) MSEs participating in the tender must upload/submit the certificate of registration with any one of

the above agencies indicating the details of the particular tender number along with their bid.

c) The NSIC / DICs/ KVIC / KVIB Registration certificate/Udyog Aadhar Memorandum must remain valid up to the date of validity of quotation. Please Note: The successful bidder should ensure that the registration certificate must be valid till the end of the contract period.

d) The MSEs who have applied for registration or renewal of registration with any of the above

agencies/bodies, but have not obtained the valid certificate till the end date of bid submission, are not eligible for any exemption/preference & will not be considered. Such offers will be treated as offers received without EMD and out rightly rejected.

e) MSME Owned by SC/ST & Women Entrepreneurs:

(i) For SC/ST Entrepreneurs: To qualify for entitlement as SC/ST owned MSE entrepreneurs, the SC/ST certificate issued by District Authority is required to be submitted in addition to certificate of registration with any of the agencies as specified above along with bid. Definition of MSE’s owned by SC/ST Enterprises is as under; In case of proprietary MSE, proprietor(s) shall be SC/ST In case of partnership MSE, The SC/ST partners shall be holding at least 51% shares in the

enterprise/unit. In case of Private Limited Companies, at least 51% share shall be held by SC/ST promoters.

Please Note: It is bidder responsibility to furnish the necessary documentary evidence for enabling purchasers to ascertain that the MSE is owned by SC/ST.

(ii) For Women Entrepreneurs: To qualify for entitlement as women owned MSE entrepreneurs & entrepreneur must confirm the following definition of MSE’s owned by Women Enterprises as under; In case of proprietary MSE, proprietor(s) shall be Women In case of partnership MSE, The Women partners shall be holding at least 51% shares in the

enterprise/unit. In case of Private Limited Companies, at least 51% share shall be held by Women promoters.

Please Note: It is bidder responsibility to furnish the necessary documentary evidence for enabling purchasers to ascertain that the MSE is owned by Women entrepreneur.

f) The MSEs registered with above mentioned agencies /bodies are exempted from payment of

Earnest Money Deposit (EMD) & tender fees. However, MSEs are not exempted from the submission of Security Deposit/ Performance Security against this tender.

g) Purchase Preference to MSEs: Subject to meeting terms and conditions stated in the tender document including but not limiting to prequalification criteria, 25% of the total quantity of the tender is earmarked for MSEs registered with above mentioned agencies/bodies for the tendered item. Out of the 25% target of annual procurement from micro and small enterprises 4% & 3% shall be earmarked for procurement from micro and small enterprises owned by Scheduled Caste (SC) & Scheduled Tribe (ST) entrepreneurs & Women entrepreneurs respectively. In the event of failure of such MSEs to participate in the tender process or meet the tender requirements and L1 price 4% & 3% sub targets so earmarked shall be met from other MSEs. Where the tendered quantity can be split: In a bid, if prices quoted by participating Micro and

Small Enterprises (MSEs) fall within the price band of L1+15%, such MSE shall also be allowed to supply 25% of the total tendered quantity by bringing down their prices to L1 prices. In case of more than one such MSE (L1+15%) the supply shall be shared proportionately (to tendered quantity), subject to the condition that such MSEs match the L1 price. Further, 4% out of above 25% shall be from MSEs owned by SC/ST entrepreneurs & 3% out of above shall be from MSEs owned by women entrepreneurs. This quota is to be transferred to the MSEs in case of NON-availability of MSEs owned by SC/ ST entrepreneurs & Women entrepreneurs respectively.

Where the tendered quantity cannot be split/divide: In case of tender item is non-split able or non-dividable, etc.: MSE quoting price within price band L1+15% may be awarded for full/complete supply of total tendered value to MSE, considering spirit of Public Procurement Policy, 2012 for enhancing the Govt. Procurement from MSE.

Important Note: If L-1 Bidder is Micro and Small Enterprises (MSEs) (owned by SC/ST or Women Entrepreneurs), 100% order will go to the L-1 bidder. Note: The benefit of preference policies shall be passed on to the procurement of goods and services, produced and provided by micro and small enterprises. Traders and agent will not be considered for availing benefits under PP Policy 2012 for MSEs.

h) Relaxation of Norms for Startups and Micro & Small Enterprises on Prior Experience and

prior turnover criteria: In compliance with Para No. 16 of Public procurement policy for Micro and Small Enterprises Order, 2012 & Ministry of Finance (DOE), Procurement Policy Division OM No. F/20/2/2014-PPD (Pt) dated 20.09.2016. The eligibility criteria of prior turnover and prior experience for MSEs & all the startups (MSE or otherwise) is relaxed subject to meeting of quality and technical specifications in accordance with the tender document.

#whereas, startup means an entity, incorporated or registered in India: Not prior to seven years, however for Biotechnology Startups not prior to ten years, With annual turnover not exceeding INR 25 crore in any preceding financial year, and

Working towards innovation, development or improvement of products or processes or services, or if it is a scalable business model with a high potential of employment generation or wealth creation

Provided that such entity is not formed by splitting up, or reconstruction, of a business already in existence. Provided also that an entity shall cease to be a Startup if its turnover for the previous financial years has exceeded INR 25 crore or it has completed 7 years and for biotechnology startups 10 years from the date of incorporation/ registration.

Please Note: The MSME units who are availing the benefit of public procurement policy compulsorily get registered with MSME Data Bank including Udyog Aadhar before submission of bid.

4. Scope of Work: Scope of work includes Supply, Installation, Testing & Commissioning of LED Solar Street Lights complete in all respects including onsite 02 years after sale service & warranty as detailed out in the Price Schedule (BOQ) & Technical Specification-Annexure-III and as per direction of E.I.C i.e. HOD, PSIT&C Deptt., Rampur HPS, Bayal.

5. Language of Bid: The bid uploaded/submitted by the bidders and all correspondences & documents related to the bid exchanged by the bidders & owner i.e. SJVN Ltd. shall be written in English/Hindi language only. Any printed literature furnished by the bidder shall also be written in English/Hindi only.

6. Qualifying Criteria: - Eligibility for the tender shall be restricted to those bidders who will fulfill the following criteria and upload documentary proof thereof. However, before submission of bid, the bidder in his own interest shall ensure that he meets all the requisite qualifying criteria as under;

I. Average Annual Financial turnover during the last three (3) years, ending 31st March of previous

financial year, should be at least 30% of the estimated cost i.e. Rs.3,84,000/-.

Note: Regarding financial turnover necessary documentary proofs (Balance Sheet, Profit & Loss

(P&L) Statement etc.) need to be uploaded.

II. The bidder should have experience of having successfully completed supply and installation of

similar type of Solar Street lights during last Five (05) years ending last day of the month previous to

the one in which applications are invited.

The bidder shall upload at least one Purchase Order Copy along with Performance Certificate for

the same.

III. The bidder should have PAN Card No., GSTIN No. and the bidder has to upload the scan copy of

above documents on the web site.

Notwithstanding anything stated above, SJVN Limited reserves the right to assess the capabilities and capacity of the bidders/ firms/ agencies to perform the work/supply should the circumstances warrant such assessment in the overall interest of the SJVN Limited.

7. Bid Submission: - The quotation shall comprise of two parts as under; (A). Technical Bid: -

Part-I: - EMD, Duly Signed Integrity Pact, PAN No., GSTIN No., Documentary Proof of financial turnover, Copy of Purchase order along with Performance Certificate, an undertaking regarding acceptance of NIQ Terms and Conditions-Annexure-II, Bank Account Detail- schedule-II, Bidder General Information-Schedule-III.

(B). Price Bid: - Part-II: - Price bid i.e. price schedule (BOQ)-Schedule-I.

8. Bid Opening: - The bids shall be opened in the following sequence:

a) First of all, Part-I i.e. Part-I: - EMD, Duly Signed Integrity Pact, PAN No., GSTIN No., Documentary Proof of financial turnover, Copy of Purchase order along with Performance Certificate, an undertaking regarding acceptance of NIQ Terms and Conditions-Annexure-II, Bank Account Detail- Schedule-II and Bidder General Information-Schedule-III shall be opened and evaluated.

b) Part-II i.e. Price bid of only those bidders who’s Part-I of bid found substantially responsive shall be opened and evaluated. In this regard, necessary information to successful bidder will be given through web site only.

9. The bidder must submit their bid through e-tendering/e-procurement only as explained in the “Information for Bidders” (IFB).

10. The scanned copy of the EMD receipt/ MSME certificate is to be uploaded on above mentioned website.

11. Clarification of Bid:- If any clarification is required at any stage of bid evaluation, the same should be attended by the bidder within seven(07) days from the date of receiving of such clarification, otherwise the bid submitted by the bidder will be treated as non responsive.

12. Prices: Firm prices as applicable for SJVN Foundation for the complete scope of work must be quoted & same shall be valid for the period of 120 days from the date of bid opening.

13. Taxes and Duties & other charges: The prices should be inclusive of Packing & Forwarding charges, loading & unloading charges etc. but exclusive of Goods & Services Tax (GST), Freight & Insurance Charges. The applicable rate of taxes and duties & other charges shall be clearly mentioned in the price schedule. In case nothing is mentioned it shall be presumed that the rates quoted are inclusive of taxes and duties & other charges.

14. Goods & Services Tax (GST), Freight & Insurance Charges (F&I), Installation, Commissioning & Testing charges and 02 year on-site Maintenance Charges: Indicate clearly the applicable rate of GST and Freight & Insurance Charges (F&I), Installation, Commissioning & Testing charges and 02 year on-site Maintenance Charges in the price schedule (BOQ)-Schedule-I itself. The bidder should ensure that they are GST compliant and their quoted tax structure/rates are as per GST Law. The bidder should have valid PAN No. and GSTIN No. and same has to be uploaded along with the bid.

15. In case of discrepancy in rate of items or tax quoted for any item the sole liability/responsibility shall be of supplier and no claim in this regards shall be entertained. However, it may please be noted that if GST quoted by the firm in Price Schedule (BOQ) found to be incorrect/misleading w.r.t GST rule and difference in amount is found on higher side, SJVN Ltd. has no liability to reimburse the differential amount. Further, in case difference in amount is found to be on lower side the benefit shall have to be passed on to SJVN Ltd.

16. The taxes & duties shall be paid as per applicable rate at the time of supply. Any increase in taxes & duties/ introduction of new taxes & duties/ levy by the Govt. shall be paid by SJVN Ltd., provided that such increase in taxes & duties / introduction of new taxes & duties/ levy by the Govt. is made with in schedule delivery period as per Supply Order, otherwise same shall be paid by the bidder. Any other liability of taxes other than due to change in legislation shall be borne by the bidder.

17. The rates should be filled in figures only. The entered unit rates in figure shall be automatically converted into words on e-tendering portal. Also, the total amount shall get calculated automatically by multiplying unit rate & quantity on e-tendering portal.

18. The bidders shall quote the prices in Indian Rupees only. All discount /rebate should be mentioned in the Price Schedule (BOQ) only.

19. Delivery Period/Completion Time: All the items are to be supplied, installed & successfully commissioned at site within Four (04) month which shall be reckoned from the 15th day of date of issue of supply order. However, the supplier will have to make all out efforts to supply the materials as early as possible at the site.

20. Warranty: Please refer clause No.11 of Technical Specifications-Annexure-III

21. Contract Performance Guarantee(CPG): The supplier shall furnish an unconditional Contract Performance Guarantee (CPG) i.e. 10% of the Supply order amount (excluding Taxes & duties) in favour of Rampur HPS, SJVN Ltd. as Performance Security within 30 days from the date of issue of supply order to the consignee for due and faithful performance of the contract. The performance security shall be in one of the following forms:

The Performance Security can be deposited directly by the supplier into the account of Rampur

HPS, SJVN Limited in the following Bank Account through NEFT/RTGS:

Sr. No. Bank Name IFSC Code Bank Account No.

1 Canara Bank, Rampur Bushehr CNRB0003241 3241201000031

In this regard, the bidder must inform and submit the copy of payment receipt generated during electronic payment to the consignee.

OR

Irrevocable Bank Guarantee as per prescribed format (as per SJVN standard format) issued preferably by a nationalized Bank/ scheduled bank as per RBI guide line acceptable to Rampur HPS, SJVN Ltd. equal to 10 % of total supply order amount (excluding Taxes & duties) valid for a period of 90 days beyond the expiry of warranty period.

OR In the form of FDR or TDR etc.

The interest as per prevailing PLR rate shall be charged for the period delayed in submission of

Security Deposit/Performance Security as mentioned above without prejudice to right of SJVN to

other remedies available under the contract.

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.

The performance security will be discharged by the Owner and returned to the Contractor not later

than ninety (90) days after expiry of warranty period of all the material /works under the scope of

the contract.

Performance security shall be forfeited in the event of breach of contract including short

supply/partial supply etc. by the contractor in terms of the contract.

The Contract Performance Guarantee (CPG) amount will not earn any interest for whatsoever

period retained by the Purchaser.

In case, successful bidder fails to comply with provision of Contract Performance Guarantee

(CPG); this shall constitute sufficient ground for cancellation of supply order and forfeiture of

Earnest Money Deposit.

NSIC/MSME registered firms are not exempted from the submission of Security Deposit/

Performance Security.

22. Terms of Payment: The payment to the supplier will be made as under after submission of all the required documents acceptable to Rampur HPS, SJVN Foundation and completion of all codal formalities as per technical specification-Annexure-III;

a. 40% payment after PDI clearance and on successful availability of material along with visual inspection at Rampur HPS project vicinity and necessary codal formalities thereof on submission of the following documents to the consignee for the release of the payment:-

a) Invoices (Original) in triplicate.

b) Unequivocal acceptance of Supply order.

c) Pre-dispatch Inspection report.

b. 40% payment after successful completion of work in all respect and thereof on submission of the following documents to the consignee for the release of the payment:-

d) Invoices (Original) in triplicate.

e) Unequivocal acceptance of Supply order.

f) Inspection report.

g) Warranty Certificate.

h) Completion Certificate.

i) Test Certificates, if any.

c. 20% of the payment shall kept for defect liability period. Out of 20% retained value 10% will be

released after successful completion of 1st year defect liability period and rest 10% will be released after successful completion of 2nd year defect liability period.

d. All the payments for the supplies rendered by non-MSEs (Non- Micro & Small Enterprises) supplier/contractor under the contract shall be released within forty-five (45) days from the receipt of invoice/ bills form the contractor/ supplier complete in all respects. In case payments are not released as mentioned above, SJVN shall pay the principal amount plus simple interest from the date immediately following the date agreed upon @ 8% p.a.

e. All the payments for the supplies rendered by MSEs (Micro & Small Enterprises) supplier/

contractor under the contract shall be released within forty-five (45) days from the day of acceptance, subject to submission of invoice on or before the day of acceptance. Day of acceptance means day of actual delivery of goods; or where any objection is made in writing by SJVN regarding acceptance of goods or services within fifteen days from the date of delivery of goods or the rendering of services, the day on which such objection is removed by the contractor/ supplier. In case payments are not released as mentioned above, SJVN shall pay the principal

amount plus compound interest with monthly rests from the date immediately following the date agreed upon @ three times of bank rates as notified by Reserve Bank of India from time to time.

f. The payment shall be released through electronic fund transfer on the details to be provided by

the bidder along with his bid on bank account details (schedule-II). Bank charges if any, shall be borne by the supplier.

g. No advance payment shall be made in any circumstance.

23. Pre-dispatch Inspection: Pre-dispatch inspection of the materials shall be carried out by authorized representative of PSIT&C Deptt., Rampur HPS, SJVN Limited at supplier works. DGM (PSIT&C) will depute the representative for the inspection of the materials. Therefore, the supplier will have to intimate the inspection schedule to the DGM (PSIT&C) for pre-dispatch inspection 15 days in advance via e-mail. On receipt of complete material at Rampur HPS, O&M Store at Averi, material will be inspected by the authorized representative of PSIT&C deptt. Rampur HPS, Bayal. During inspection of the material, if any item found defective/damaged, the same shall be replaced free of cost and in such case freight etc. shall be to supplier’s account only.

24. Submission of documents by post: Following documents are required to be submitted in a sealed envelope super scribed as “Procurement of material for R/M of Guest House, Power house & Colony Luminaries installed in Rampur HPS, SJVN Limited, Bayal, Dist. Kullu (H.P) (PPR-RHPS-833)” in hard copy/original within stipulated time period along with the bid in designated areas, at address as specified below in person or through Registered post/ Speed Post –

i. Duly signed Integrity Pact

Documents are to be sent to the following address:- O/o Dy. General Manager, Procurement and Contract Department, Rampur HPS, SJVN Limited, Jhakri, Dist. Shimla (H.P.)-172201. Telefax. 01782-275948/275762.

25. Evaluation of the bid shall be carried out on overall basis. Hence, the bidders are requested to quote their rates for all the indented items given in the price schedule (BOQ). However, it may please be noted that in case any bidder has quoted Zero (0) rate for any item(s) then the quoted rate of such item(s) will be considered as “0” (Zero) and supply of such items will be required to be executed as per specifications, bill of quantity and provisions of NIQ and no claim/correspondence in this regard shall be entertained by SJVN Ltd.

26. No deviation from NIQ terms & conditions and technical specifications will be accepted. In case of any deviation from NIQ terms & conditions and technical specifications is observed, the bid shall be out rightly rejected.

27. The purchaser reserves the right to reject any or all the bids without assigning any reason thereof.

28. The purchaser reserves the right to increase/decrease the quantity at the time of placing the order.

29. If it happens to be a holiday or poor internet connectivity on the day of receipt/opening of the tender, the quotations shall be opened on next working day at the same place and time.

30. Dispute: In case of any dispute of difference arising out the contract between the supplier and the SJVN Ltd. the same shall be referred to the sole arbitrator who shall be appointed by the HOP, Rampur HPS, SJVN Ltd. Jhakri. The award of the arbitrator shall be final & binding on both the parties.

31. Jurisdiction: In case of any dispute out of above conditions, the court of Rampur, Bushahr, Distt. Shimla (H.P) alone shall have the jurisdiction to adjudicate upon.

32. L.D. Charges: If the delivery of material in full & in good condition and successful installation is not completed for whatsoever reason within the stipulated period, an amount @ ½ % (half percent) of total supply order amount would be deducted from the payment due to supplier for each week or part thereof, subject to the maximum of 5% (five percent) of the total supply order amount.

33. It should be ensured by the supplier that all the precautions are taken for environmental protection as well as health and safety of those handling the material. Further all legal and regulatory requirements related to the Environment, health and safety are complied with.

34. Integrity Pact: a. 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 Bidders/ Contractors and the buyer committing the persons / officials of both the parties, not to exercise any corrupt influence on any aspect of the contract. The Integrity pact is deemed as part of the contract therefore all the prospective bidders are bound by its provision.

b. The Integrity Pact shall be applicable for transaction having threshold value of Rs.8 lacs for procurement of Goods, Rs.15 lacs for procurement of Services and Rs. 50 lacs 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. To oversee the compliance of obligation under the Integrity Pact, the following two Independent External Monitor(s) (IEMs) have been appointed by the Central Vigilance Commission (CVC).

Sr.

No.

Nomenclature

for IEM

Name of IEM Contact Details

(i) IEM-1 Sh. S.S. Parmar, IAS

(Retd.)

Independent External Monitor for SJVN

C/o Corporate Civil Contract Department,

Shakti Sadan, 2nd Floor, SJVN Limited

SJVN Corporate Office Complex,

Shanan, Shimla-6. (ii) IEM-2 Ms. Asha Swarup, IAS

(Retd.)

c. The Integrity Pact duly signed on behalf of the Employer is enclosed as Format of Integrity Pact in

the Bidding Document. The integrity pact shall be downloaded, printed and signed by the bidder and the hard copy shall be submitted along with bid as specified in the bidding document.

d. The bidders who have entered into integrity pact with employer shall only eligible to participate in the bidding process. Please Note Failure to sign the Integrity Pact shall lead to outright rejection of the bid.

e. In case of any sub-contracting principal contractor shall be held responsible for the adoption of Integrity pact by the sub-contractor.

f. The bidder signing the Integrity Pact shall not approach to the court while representing the matters to IEMS and he/she will await their decision in this matter.

g. The successful bidder (Contractor) shall submit duly executed Integrity pact on non-judicial stamp paper of appropriate value prior to signing of contract agreement, falling which action as deemed fit will be taken by employer i.e. SJVN Limited.

Note: All the above General Terms & Conditions-Annexure-I, Undertaking-Annexure-II, Technical Specification-Annexure-III, Price Schedule (BOQ)-Schedule-I, Bank Account Detail-Schedule-II, Bidder’s General Information-Schedule-III of PPR(CSR)-RHPS-046 shall form the part of supply order.

For & on behalf of SJVN Limited

Dy. General Manager Procurement & Contract Deptt,

Rampur HPS, SJVN Foundation, Jhakri. Distt Shimla (H.P) PIN-172201

INFORMATION FOR BIDDERS (IFB)

REGISTRATIONFOR E-TENDERING

This tender is being processed through e-tendering/e-procurement system available at SJVN.

The bids are to be filled and submitted through e-tendering system of SJVN at

https://sjvn.abcprocure.com. For the convenience of the bidders the detailed procedure is

described hereunder:

1. System Configuration Required

a) An Internet connection with minimum 512 Kbps speed.

b) Operating System should be Windows XP Service Pack-3/Vista/Windows 7.

c) Supported Browsers: Internet explorer-7.0,8.0 & 9.0.

d) Minimum bandwidth 512 kbps

e) Operating system Core3Due/13/15 (Recommended)

f) System Access with Administrator Rights

g) Minimum RAM 2 GB

h) Digital certificate: To participate in an e-Tender, bidder need to have a valid Digital

Certificate from certifying authority of India as per the IT Act, 2000.Valid Digital Certificate

must be installed in a computer system from where bidder wants to login on website.

Perform the below steps to confirm whether valid digital certificate is available on bidder’s

computer system or not:

Steps:

Open Internet Explorer.

Select tools menu from menu bar. OR (Press Alt+T on keyboard).

Click on Internet Options>> Content>> Certificate button.

Bidder should view his digital certificate under “Personal” heading.

Requirement of Digital Signature Certificate

Please enable Active X Controls & Plug-ins. (Tools->Internet Options>Security-

>Custom Level)

Active –X controls need to be enabled in Bidder’s Internet browser. In order to ensure this,

please do the following:

1) 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 Option-Security-Click on Internet Icon

After Click on Custom Level button-

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

1) Download signed ActiveX controls-select Prompt or Enable

2) Download unsigned Active X 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 marked safe for scripting- select Enable

5) Script ActiveX controls marked safe for scripting- select Enable

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

setting--- Reset To: Select low or medium---Click on OK

Also, please check system Date & Time it should be set as current date & time.

In case of Digital Certificate based Login, user need to download & install “Signer” file available

under Download Section at https://sjvn.abcprocure.com

Download & install “Intermediary Certificate” available under Download Section at

https://sjvn.abcprocure.com.

Please disable or uninstall Third Party Toolbar/Add-ons from Browser.

2. Vendor Registration Process

To participate in online tenders published on https://sjvn.abcprocure.com, bidder has to get

himself registered on above website.

•New Registration:

Bidders getting themselves registered have to perform below mentioned steps:

Click on a “New Bidder Registration” link available on home page

Furnish individual details as well as of company details in registration form

After filling all mandatory fields, click on “submit” button to complete registration process.

On successful completion of registration a message will be prompted stating that “You

have successfully registered on (SJVN Limited)’s e-Procurement portal”

Already valid registered vendor of SJVN Limited need not follow registration formality they

may contact support team on contact details provided at the end of the document for

further participation.

Annual Vendor/contract Registration charges in e-Tendering portal is Rs.2600+S.T

however registered vendor will not be charged for the current year.

3. Downloading Bid Document

Bidder to access e-tender portal of SJVN (https://sjvn.abcprocure.com) to access NIT document,

after completing registration formality and successful login vendor need to process for Cost of Bid

Document and after that bidder can download details tender document.

Download Document link is available at the end of every tender notice alongwith access to

Corrigendum.

4. Bid Submission

(Through E-Mode)

Bidder needs to login first on the tendering portal of SJVN, (i.e.

https://sjvn.abcprocure.com)

Search tender by filling necessary searching criteria after Login.

After finding the tender on the screen, Click on the “Dashboard”

Click on “Declaration” & then Click on “I Agree”

Click on “Tender Fees” (If any) & pay the tender fees on line.

Click on “EMD” & pay the EMD on line.

Click on “Prepare Bid” & Fill necessary Forms (Schedules).

After filling Price Bid Form click on “Final Encrypt”.

After filling all forms & final Encryption of Price bid Click on “Final Submission”.

After Final Submission bidder will get receipt of Final Submission of their Bid.

5. a) For any assistance / clarification for registration, submission of bid and any other

information, bidder may contact the following persons:

- Mr. Rakesh Panwar-M- 80913-81583, e-Mail: [email protected]

- Mr. Vismay Jagad -Ph- 07940016867, e-Mail: [email protected]

- Ms. Vaishali Soni-Ph- 079-4001 6837, e-Mail: [email protected]

- Mr. Pradip Parmar-Ph-079-4001 6865 e-Mail: [email protected]

- Mr. Chander Kant Sharma-Mob. No.9857879884 e-Mail: [email protected]

b) For tender related enquiries, bidders may also contact the following persons:

- Mr. Vikendra Siddharth Tel No.:01782-275762(e-mail: [email protected])

- Mr. Vinod Kumar Tel No.:01782-275762(e-mail: [email protected])

6. All the bidders are requested to please note that;

(i) All the bidders are requested to get themselves registered well in advance and no

extra time will be considered for the delay in on-line Vendor Registration, if any. In

case bidders wait till the last moment for submission of bids, and if any technical

problem is encountered at that time, the bid closing time may elapse.

(ii) The bidders are advised to keep visiting the website https://sjvn.abcprocure.com for

any notification/corrigendum from SJVN Ltd. side from time to time regarding the

tender. No separate intimation shall be issued to the participating bidders and no

claim whatsoever shall be entertained in this regard by SJVN Ltd.

(iii) The enquiries regarding submission and filling of bids received three days prior to

due date of submission / opening of bids shall only be entertained and after that

shall not be considered.