+ All Categories
Home > Documents > एसजेविएन फाउंडेशन (SJVN Foundation-NJHPS) · (TIN No.) 02011201392...

एसजेविएन फाउंडेशन (SJVN Foundation-NJHPS) · (TIN No.) 02011201392...

Date post: 29-Oct-2019
Category:
Upload: others
View: 2 times
Download: 0 times
Share this document with a friend
63
Registered & Corporate Office SJVN Corporate Office Complex, Shanan Shimla (HP) PIN-171006, Liaison/Co- ordination Office SJVN, IRCON Building, Ground Floor, Saket New Delhi. PIN-110017, TELE: 011- 41659210/17 FAX: 011- 41659204/14 एसजेविएन फाउंडेशन (SJVN Foundation-NJHPS) (A Non-Corporate Entity Registered as Trust) ापण एिं संविदा विभाग झाकड़ी. जला शमला. हि.. 172201 फन : 01782-275236,275459,275106, फै स . 01782-275106,234049, हिन . (TIN No.) 02011201392 NOTICE INVITING TENDER/नविदा आमंण स चना (Domestic Competitive Bidding/ घरेल निपाामक बली) Open press tender enquiries under two part system through e-tendering are hereby invited on behalf of SJVN Foundation for PPR-NJHPS-1469(O&M)/2016 Supply, Installation, Testing & Commissioning of High Mast Lighting system under CSR of NJHPS, SJVN Foundationfor the Nathpa Jhakri Hydro Power Station. Please visit website www.sjvn.nic.in or www.tenders.gov.in or www.eprocure.gov.in to know further details & bid submission procedure w.e.f. 14/12/2016. Bid closing date (Last date and time for uploading of filled in bids) is 04/01/2017 13:00 HRS (IST). The bid is to be submitted through e-tendering at https://sjvn.abcprocure.com. िरठ बंक, ापण एिं संविदा विभाग, एनजेएचपीएस , एसजेिीएन, झाकड़ी। For wider publicity and awareness among the bidders, it is intimated that all open tenders having estimated cost more than 20.0 lacs only are published in the print media. For regular updates on all other open tenders having estimated cost below 20.0 lacs, please visit websites www.sjvn.nic.in or www.tenders.gov.in. SAVE ENERGY FOR BENEFIT OF SELF & NATION No. SJVN Foundation/P&C/ PPR-NJHPS-1469 (O&M)/2016- Dated:
Transcript
  • Registered & Corporate

    Office

    SJVN Corporate Office Complex, Shanan Shimla (HP) PIN-171006,

    Liaison/Co-ordination Office

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

    FAX: 011- 41659204/14

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

    प्रापण एिं संविदा विभाग झाकड़ी. जजला शशमला. हि.प्र. 172201 फ़ोन : 01782-275236,275459,275106, फैक्स न. 01782-275106,234049,

    हिन न. (TIN No.) 02011201392

    NOTICE INVITING TENDER/ननविदा आमंत्रण सूचना (Domestic Competitive Bidding/ घरेल ूप्रनिस्पर्ाात्मक ब़ोली)

    Open press tender enquiries under two part system through e-tendering are hereby invited on behalf of SJVN Foundation for “PPR-NJHPS-1469(O&M)/2016 “Supply, Installation, Testing & Commissioning of High Mast Lighting system under CSR of NJHPS, SJVN Foundation” for the Nathpa Jhakri Hydro Power Station. Please visit website www.sjvn.nic.in or www.tenders.gov.in or www.eprocure.gov.in to know further details & bid submission procedure w.e.f. 14/12/2016. Bid closing date (Last date and time for uploading of filled in bids) is 04/01/2017 13:00 HRS (IST). The bid is to be submitted through e-tendering at https://sjvn.abcprocure.com.

    िररष्ठ प्रबंर्क, प्रापण एिं संविदा विभाग, एनजेएचपीएस , एसजेिीएन, झाकड़ी।

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

    SAVE ENERGY FOR BENEFIT OF SELF & NATION

    No. SJVN Foundation/P&C/ PPR-NJHPS-1469 (O&M)/2016- Dated:

    http://www.sjvn.nic.in/http://www.tenders.gov.in/http://www.eprocure.gov.in/http://www.sjvn.nic.in/http://www.tenders.gov.in/

  • ANNEXURE-A

    Registered & Corporate Office

    SJVN Corporate Office Complex, Shanan Shimla (HP) PIN-171006,

    Liaison/Co-ordination Office

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

    BILL OF QUANTITIES

    Name of the Work: Supply, Installation, Testing & Commissioning of 30 Mtr. High Mast with LED Lights. Supply Part (A):- Sr. No. Description of Work Quantity Unit 1 Supply of 30M high mast shaft in three sections suitable for 39

    m/sec wind speed, with raising lowering system comprising, head frame, luminaries carriage suitable to install 12 nos. luminaries in symmetrical/asymmetrical arrangement, double drum winch, 6 mm diameter SS wire rope, trailing cable, connector, integral power tool motor, manual handle, junction box, lightening finial Wiring material, power cables between panel and mast, MCB in base compartment, Cg mounting clamp and bolts, luminary mounting bolts are not included.

    2 Nos

    2 Supply of foundation bolts manufactured from special steel along with nuts, washers, anchor plate and common template. 2 Set

    3 Supply of floodlight luminaries type LED, BENP 20FL 350 W or equivalent of GE, Philips make. 24 Nos

    4 Supply of twin Dome aviation obstruction lights LED Type. 2 Nos 5 a) Supply of outdoor stand mounted feeder pillar with 63A

    TPN MCB incomer, single dial time switch, 45A TP contactor for the automatic switching of luminaries, power tool control with 2 no 9A contactors and raise lower push button, Incoming 35 sq. mm and outgoing 16 & 2.5 sq. mm terminals.

    b) Supply of 30 Meter Al. armoured 4 Core Power Cable, 1100 V for Main Incomer of adequate rating.

    2 Nos

    Erection Part (B):-

    1 Construction of shallow foundation with M25 grade concrete for the high mast considering the safe soil bearing capacity at site as 10 T/sq mtr at 2 Meter depth with all materials and labour.

    2 Job

    2 Erection of the high mast with the help of suitable tools and plants, wiring of luminaries with all wiring materials like PVC insulated PVC sheathed flexible cable of suitable copper conductor cores of 1.5 sq. mm, lugs, MCB and all labour.

    2 Job

    3 Provision of GI pipe earthing for High mast with 2.5 M long 40 mm diameter GI Pipe including connection to High mast earth terminal with 25 x 3 mm GI flats with all materials and labour. (2nos per mast required)

    4 Nos

    4 Installation, Testing & commissioning of the mast feeder pillar by grouting the stand in concrete. 2 Nos

  • Annexure-B

    SCOPE, TECHNICAL SPECIFICATIONS & PRE QUALIFICATION CRITERIA FOR HIGH MAST LIGHTs.

    1.0 SCOPE:

    The scope of this specification covers the Supply, Transport, Installation, Testing and Commissioning of the complete lighting system, using Raising and Lowering type of High Mast Towers, including the Civil Foundation Works. Feeder cable of required size and 30 meters up to the base compartment of the high mast is to be provided by supplier. High mast’s design should be such that that its can illuminate an area of 180 meter diameter with average lux 9.9 or higher. 2.0 PRE-QUALIFICATION 2.1 The bidder should have experience for Supply, Installation, Testing and

    Commissioning of High Mast Lights in the past during last 7 years ending last day of month previous to one in which tender is uploaded on websites by SJVN. The bidder should submit the copy (ies) of LOA / Work Order / Agreement along with completion certificate from end users and in case the LOAs/ work orders/ agreements are from the private company (ies) /firm (s), then copy (ies) of TDS for the same are also need to be submitted along with the satisfactory completion certificate.

    2.2 The bidder / manufacturer must have conducted wind tunnel test on a specimen to establish the force coefficients of the 20 side polygon and the value received from the wind tunnel test is to be taken into design.

    2.3 Further type test is to be done on a full size mast at SERC or other reputed institutions to validate the structural program and type test reports to be submitted along with tender.

    2.4 The winches are to be type tested through reputed institutions like IIT etc. as consultants.

    2.5 Contactor should submit consent letter dully signed stamp for supply of Mast & Fixtures of same make for easy Maintenance.

    2.6 Test Reports is to be submitted by the bidder/manufacturer: a. Necessary type test reports pertaining to the tests carried out on the prototype

    to verify mast stability under operating conditions. b. Wind Tunnel testing on specimen sample for determination of Force

    Coefficient. c. Type test on Winches.

    3.0 APPLICABLE STANDARDS: Code No. 1. TR. No. - 7 High Masts for Lighting and CCTV (2000 edition) of ILE, U.K, 2. SABS 0225:1991 High Mast natural frequency calculation 3. IS 875 Part – 3 Wind Loading 4. BS EN 10025:1993 High Tensile Steel Sheets 5. IS 2062 Mild Steel 6. BS EN ISO 1461 Galvanization 7. IS 3459 / 2266 Stainless steel Wire rope 8. IS 9968 Part – 1 Trailing Cable 9. IS 325 Motor

  • 4.0 HIGHMAST: 4.1 Structure:

    The High mast shall be of continuously tapered, polygonal cross section, 20 sided, presenting a good and pleasing appearance and shall be based on proven In-Tension design conforming to the standards referred to above to give an assured performance and reliable service. The dimensions of the mast and other details are as per the enclosed data sheet.

    4.2 Construction:

    a. The mast shaft shall be manufactured from high tensile steel plates confirming to BS EN 10025 having minimum yield strength of 355N/Sq. mm.

    b. Each mast shaft section shall have only one longitudinal weld up to 630 mm bottom and without any circumferential weld joint. Sections with more than one longitudinal weld shall not be accepted.

    c. The mast base flange shall be free from any lamination or incursion and provided with supplementary gussets between the bolt-holes to ensure elimination of helical stress concentration.

    d. The minimum A/F dimension of top shall be 150 mm and bottom as per the design and data sheet enclosed.

    e. The minimum section length except for the top section shall be 10.98 m and top shall depend on the length required to make the specified height.

    f. The masts sections shall be joined at site by slip-stress-fit method and minimum overlap distance shall be 1.5 times the diameter at penetration.

    g. A door reinforced with welded steel section, vandal resistant, weather proof with Allen bolts and pad locking facility of dimension 1200 mm x 250 mm shall be provided at a height 2 times the width of door from the base of mast to provide clear access to base compartment equipments winch, motor, cable, connector etc;

    h. For the environmental protection of the mast, the entire fabricated mast shall be hot dip galvanized internally and externally in single dip having a uniform average thickness of 85 microns for plates more than 5 mm and 70 microns for 5 mm or less thickness.

    i. The shaft is to be manufactured from ISO 9001, ISO 14001 and ISO 18001 certified factory taking care of all aspects of design, quality, environment and safety as per relevant standards as & if applicable.

    4.3 Dynamic Loading for the Mast: a. The mast structure shall be suitable to sustain an assumed maximum reaction

    arising from a wind speed as per IS 875 (three second gust), and shall be measured at a height of 10 meters above ground level.

    b. The design life of the mast shall be 25 years. The force co-efficient taken for design of the polygonal structure is to be established from the wind tunnel test data.

    4.4 Luminaries Carriage:

    a. Hot dip galvanized Luminaries carriage designed to install luminaries as specified in data sheet or as per illumination design, its control gear boxes and junction box. The same is to be fabricated from ERW tubes in two halves and flanges joined at site with stainless steel bolts and nyloc nuts.

    b. Holes are to be provided in the bottom side of tubes to act as conduit for wiring cable. c. PVC lining is to be provided in the inner side of carriage to avoid metal contact with

    mast surface. d. Cast Aluminum weather proof junction box shall be provided on the Carriage

    Assembly for terminating the trailing cable and power cable to luminaries.

  • Annexure-C

    SPECIAL CONDITIONS

    1.0-GENERAL REQUIREMENT

    a. The Vendor shall provide all the required equipment and services, whether explicitly mentioned

    in these specifications or not, to fulfill the intent of the specification and to ensure the

    completeness, operation and maintainability of the system at no extra cost to the Employer.

    b. Installation of the system shall be done by the contractor at site (exact location shall be

    intimated by employer at the time of installation). Material/manpower required for such

    installation shall be arranged by the contractor.

    c. Technical literature of the equipment/components offered and as published by the original

    manufacturer of the component, shall be submitted.

    d. The bidder/manufacturer should ensure the after sales support for supply of spares and

    services. The bidder shall submit certificate along with the bid along with supporting letter from

    manufacturer (if applicable).

    e. All correspondence related to work activities; release of payments, etc. shall be addresses to the

    Engineer-in-charge for the works under this package.

    f. It is mandatory to visit the site to make acquaintance with the work site conditions before

    submitting their bids for all the bidders. A certificate must be submitted with bid duly signed

    by the Engineer-in-charge (EIC) for the works under this package.

    g. All traveling expenses, Lodging & boarding of the deployed manpower shall be borne by

    contractor.

    h. The contractor will have to make his own arrangement to transport the required materials

    outside and inside the working place and leaving the premises in a neat and tidy condition

    after the completion of the job to the satisfaction of the SJVN Engineer.

    2.0 COMPLETION SCHEDULE

    It is clearly understood and agreed that time is the essence of this Contract and shall be strictly

    adhered to by you. The period of completion given includes the time required for

    mobilization as well as testing, rectifications, if any, retesting, demobilization and

    completion in all respects to the satisfaction of the Engineer-in-Charge. It shall be defined as below:

    (a) SUPPLY and ERECTION & COMMISSIONING:

    02 Months from the date of issue of LOA or the date of advice to start the work by Engineer-in-

    charge (EIC).

    3.0 DEPLOYMENT OF LABOUR

    a. The contractor will deploy regular/skilled workmen with experience of such type of works.

    b. All traveling expenses including provision of all necessary transportation etc. from site,

    allowances and other payment to the workmen shall be the sole responsibility of the contractor.

    c. The contractor will comply with all acts/laws and other statuary provisions, rules reputations

    and byelaws as are applicable or which might become applicable with regard to the

    performance of the work and the engagement of the workers.

  • d. The contractor shall maintain a site order book, which will be available at site so that any

    instruction could be passed by SJVN and the contractor or his authorized representative will

    take signature of the SJVN authorized representative after complying with instructions and will

    produce photocopy of site order book along with bill.

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

    f. Labour camp will not be permitted inside the plant premises. The contractor to make necessary

    arrangements elsewhere for the same.

    g. In case of labour unrest/labour dispute arising out of non-implementation of any law,

    the responsibility shall solely lie with the Contractor and they shall remove/resolve

    the same satisfactorily at his cost and risk.

    h. The payment in respect of EPF and ESI contribution as applicable shall be made by the

    contractor.

    i. All safety precautions shall be adopted by the contractor while performing the work at site. In

    case of any mishap, the contractor shall have to bear all financial liability. SJVNL shall not bear

    any compensation or responsibility.

    j. The contractor will comply various provisions prescribed under different acts and laws such as

    factories act 1948, minimum wages act 1948, and payment of wages act 1970, EPF Act 1952,

    Contract Labor (R&A) Act 1970 etc. and submit returns/ replies to statutory authority as and

    when required.

    4.0 CONTRACTOR’S RESPONSIBILITY AT SITE

    The Contractor's employees and their authorized representatives at site shall adhere to all general

    regulations in force on the project site.

    The Contractor's representative and their laborers shall all time respect the law of land. Employer

    shall have no liabilities for the personnel of the Contractors, sub- agencies and immunity from legal

    process in respect of all acts performed by them in their official capacity for execution of work.

    The inspection by Employer's representative/agencies shall in no way limit the liabilities and

    responsibilities of the Contractor in the performance of the equipment supplied.

    5.0 TIME EXTENSION:

    Time extension, if required on any account will have to be brought to the notice of SJVN with

    proper details & justification.

    6.0 SAFETY, FIRE FIGHTING AND SPECIFIC REQUIREMENTS OF SJVN

    a) Safety Helmets shall be provided to all the employees of Contractor including that of his labour

    contractors.

    b) Safety Belts and Harnesses shall be provided by the Contractor in adequate number for

    the workers working at heights.

    c) Proper earthing shall be provided for all equipments and generators.

    7.0 SITE CLEANING

    a) The Contractor shall clean and keep clean the work site from time to time to

    the satisfaction of the Engineer-in-Charge (EIC).

    b) The Contractor shall dispose off the unserviceable materials, debris etc.

  • ANNEXURE

    BANK GUARANTEE FOR CONTRACT PERFORMANCE GUARANTEE (To be stamped in accordance with Stamp Act)

    Bank Guarantee No. ……….. Date ………………………... To [Owner's Name & Address] Dear Sirs, In consideration of the SJVN Foundation. (hereinafter referred to as the 'Owner,' which expression shall unless repugnant to the context or meaning thereof, include its successors, administrators and assigns) having awarded to M/s. ……….. [Contractor's Name] ……….. with its Registered/Head Office at ……… …………………..…………………… (hereinafter referred to as the 'Contractor', which expression shall unless repugnant to the context or meaning thereof, include its successors administrators, executors and assigns), a Contract by issue of Owner's Notification of Award No. …………….. dated ………….. and the same having been unequivocally accepted by the Contractor, resulting in to a contract bearing No…………. dated …………. Valued at ……………….. for ……………… and the Contractor having agreed to provide a Contract Performance Guarantee for the faithful performance of the entire Contract equivalent to ….. (*) ….. % (………………. percent) of the said value of the Contract to the Owner. We ……………….. [Name & Address of the Bank] …..………. Having its Head Office at ………………………….. (hereinafter referred to as the 'Bank', which expression shall, unless repugnant to the context or meaning thereof, include its successors, administrators, executors and assigns) do hereby guarantee and undertake to pay the Owner, on demand any and all monies payable by the contractor to the extent of ………... (*) ………. as aforesaid at any time upto ……………. (@) ………… [days/month/year] without any demur, reservation, context, recourse or protest and/or without any reference to the Contractor. Any such demand made by the Owner on the Bank shall be conclusive and binding notwithstanding any difference between the Owner and the Contractor or any dispute pending before any Court, Tribunal, Arbitrator or any other authority. The Bank undertakes not to revoke this guarantee during its currency without previous consent of the Owner and further agrees that the guarantee herein contained shall continue to be enforceable till the Owner discharges this guarantee. The Owner shall have the fullest liberty, without affecting in any way the liability of the Bank under this guarantee, from time to time to extend the time for performance of the Contract by the Contractor. The Owner shall have the fullest liberty, without affecting this guarantee, to postpone from time to time the exercise of any powers vested in them or of any right which they might have against the Contractor, and to exercise the same at any time in

  • any manner, and either to enforce or to forbear to enforce any covenants, contained or implied, in the Contract between the Owner and the Contractor or any other course or remedy or security available to the Owner. The Bank shall not be released of its obligations under these presents by any exercise by the Owner of its liberty with reference to the matters aforesaid or any of them or by reason of any other act or forbearance or other acts of omission of commission on the part of the Owner or any other indulgence shown by the Owner or by any other matter or thing whatsoever which under law would, but for this provision, have the effect of relieving the Bank. The Bank also agrees that the Owner at its option shall be entitled to enforce this Guarantee against the Bank as a principal debtor, in the first instance without proceeding against the Contractor and notwithstanding any security or other guarantee that the Owner may have in relation to the Contractor's liabilities. Not withstanding anything contained hereinabove our liability under this guarantee is restricted to …………. (*) ……….. and it shall remain in force up to and including …………. (@) ……… and shall be extended from time to time for such period (not exceeding one year), as may be desired by M/s………….. [Contractor's Name] ………... on whose behalf this guarantee has been given. Dated this ………………. day of ………….. 2016 ………. at …………………………... WITNESS …………………………..… (Signature) ……….………… (Signature) …………………………….. (Name) (Name) ………………….…. …………………………….. ……………………………… (Official Address) (Designation with Bank Stamp) Attorney as per Power of Attorney No……………… Dated ……………………. Notes: 1. (*) this sum shall be ten percent (10%) of the Contract Price. (@) This date will be sixty (60) days beyond the guarantee period as

    specified in the Contract.

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

  • Registered & Corporate Office

    SJVN Corporate Office Complex, Shanan Shimla (HP) PIN-171006,

    Liaison/Co-ordination Office

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

    ITB-PPR-NJHPS-1469 (O&M)/2016- High Mast Lighting system Page 1 of 16

    INSTRUCTIONS TO BIDDERS (ITB) The bids are invited using e-tendering mode, so please read the instructions carefully and upload the filled in bids as per requirement of bid documents. 1.0 General Instructions 1.1 The SJVN Foundation, hereinafter called "SJVN Foundation" / "Owner" is a Joint

    Venture of Govt. of India and Govt. of Himachal Pradesh having its registered office at Himfed Building, New Shimla - 171 009, have their Nathpa Jhakri Hydroelectric Power Plant with a capacity of 6x250 MW at Nathpa (Distt. Kinnaur) and Jhakri (Distt. Shimla) in the State of Himachal Pradesh, India.

    1.2 SJVN Foundation has issued an invitation to bid as enclosed and will receive bids as

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

    the Invitation of Bid. 1.4 SJVN Foundation reserves the right to accept or reject any or all Bids without

    assigning any reason for such a decision. 1.5 All the cost and expenses incidental to preparation of the proposals, discussions and

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

    1.6 The bid documents can be downloaded by bidders up to 03/01/2017 at 1200 hrs.

    The complete filled in bids and necessary scanned documents shall be uploaded at the mentioned address up to 04/01/2017 at 1300 hrs. The bids cannot be uploaded / submitted later than 04/01/2017 at 1300 hrs. The techno-commercial bid shall be opened on 04/01/2017 at 1400 hrs. However, Price bid part of qualified & techno-commercial responsive bidders shall be opened on subsequent date, for which the qualified bidders shall be informed separately.

    1.7 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

    IIA 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: Open Internet Explorer. Select Tools menu from menu bar. OR (Press Alt + T on your keyboard). Click on Internet Options >>Content >>Certificate button.

    The bidder should view your digital certificate under “Personal” heading Requirement of Digital Signature Certificate

  • Registered & Corporate Office

    SJVN Corporate Office Complex, Shanan Shimla (HP) PIN-171006,

    Liaison/Co-ordination Office

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

    ITB-PPR-NJHPS-1469 (O&M)/2016- High Mast Lighting system Page 2 of 16

    Please enable ActiveX Controls & Plug-ins. (Tools->Internet Options-> Security- >Custom Level) Active-X controls need to be enabled in your Internet browser. In order to ensure this, please do the following:

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

    1. https://sjvn.abcprocure.com

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

    Tools menu of Internet explorer - Internet Options – Security – Click on Internet Icon. After Click on Custom Level button – From below ActiveX controls and plug-ins ---- Select below 5 Items to be enabled 1) Download signed ActiveX controls –select Prompt or Enable 2) Download unsigned ActiveX controls – select Prompt or Enable 3) Initialize and script ActiveX controls not marked as safe for scripting – select

    Prompt or Enable 4) Run ActiveX controls and plug-ins-select Enable 5) Script ActiveX controls marked safe for scripting – select Enable After completed this above selection----Below option has available---Reset custom settings---Reset To: Select low or medium ---Click on OK. Also, please check your system Date & Time it should be set as current date & time.

    In case of Digital Certificate based Login, user need to download & install

    "Signer" file available under Download Section at https://sjvn.abcprocure.com. Download & Install "Intermediary Certificate" available under Download Section at

    https://sjvn.abcprocure.com. Please disable or uninstall Third Party Toolbar / Add-ons from Browser.

    1.9 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 registration on web site is Rs 2990/- {Rs 2600/- plus service tax @ 15%( i.e. Service tax @ 14% +Swachh Bharat Cess @ 0.5%+Krishi Kalyan Cess @ 0.5%)} 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.

  • Registered & Corporate Office

    SJVN Corporate Office Complex, Shanan Shimla (HP) PIN-171006,

    Liaison/Co-ordination Office

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

    ITB-PPR-NJHPS-1469 (O&M)/2016- High Mast Lighting system Page 3 of 16

    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/RTGS/NEFT/Net Banking/Credit Card/Cash etc.

    g. The User ID will be activated after payment of annual registration fee 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 registration, submission of bid through e-tendering/ procurement , bidder may contact the following persons/ representatives of M/s abcProcure:-

    i. Mr. Rakesh Panwar -M- 80913-81583, e-Mail: [email protected] ii. Mr. Yash Modi, No. +91 - 79- 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, No. +91 - 79- 400 16 828,E-

    mail: [email protected] vi. Link ”Contact us” available on the home page of https//:sjvn.abcprocure.com

  • Registered & Corporate Office

    SJVN Corporate Office Complex, Shanan Shimla (HP) PIN-171006,

    Liaison/Co-ordination Office

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

    ITB-PPR-NJHPS-1469 (O&M)/2016- High Mast Lighting system Page 4 of 16

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

    For any other clarifications regarding the tender bidder may contact the following persons/ representatives of M/s SJVN:- (i) Sh. Ajay Kumar: Mobile No. 09418014928 (E-mail ID: [email protected]) (ii) Sh. Devender Kumar: Mobile No. 09418001243 (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. Shimla, the capital of the State of Himachal Pradesh is enroute about 150Km South-West from Jhakri. The distance by road from Jhakri to Nathpa upstream is about 45 Km (Approx.). The rail head (broad gauge) is at Kalka (NR). Kalka is about 235 Km (Approx.) from Jhakri.

    Approximate Distance from 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- Nathpa (NH -22).

    : 285 Km (Approx.)

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

    : 300 Km (Approx.)

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

    : 385 Km (Approx.)

    Distance between Nathpa & Bhavanagar is around 6 Km. Distance between Nathpa & Chaura is around 18 Km Transport Limitation

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

  • Registered & Corporate Office

    SJVN Corporate Office Complex, Shanan Shimla (HP) PIN-171006,

    Liaison/Co-ordination Office

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

    ITB-PPR-NJHPS-1469 (O&M)/2016- High Mast Lighting system Page 5 of 16

    The project area is situated in earthquake zone IV as per BIS 1893(1984). Hence, the equipment shall have to be suitable to withstand safely and not to mal operate under earthquake forces corresponding to zone IV.

    4.0 Minimum Qualifying Requirement

    As per Sr. No. 2 of Scope, Technical Specifications & Pre-Qualification Criteria for High Mast Lights enclosed at Annexure-B.

    5.0 Scope of Proposal/ Work

    5.1 The scope of work covers to manufacturing, supply, transportation, installation,

    testing and commissioning of the complete lighting system using Raising and Lowering type of. High Mast tower (02 Nos) including the civil foundation works and other allied works. The one no. light is to be installed at Bhavanagar, Tehsil Nichar, Distt. Kinnaur and one no. light is to be installed at Chaura, Tehsil Nichar, Distt. Kinnaur.

    5.2 The details of the work shall be as elaborated in the BOQ (Annexure-A), Scope,

    Technical Specifications & Pre-Qualification Criteria for High Mast Lights (Annexure-B) and Special Conditions (Annexure-C). All material, labor, plant, equipment & machinery and services necessary for accomplishing the work shall be provided by the contractor.

    5.3 The bidder shall be required to offer their rates & prices for entire package for

    complete scope of work.

    5.4 The freight & insurance of the material up to SJVN Stores Nathpa shall be arranged by the bidder and the charges for the same shall be reimbursed at actual against the documentary proof, maximum to the total amount as quoted in the online bid. The material is to be delivered to consignee at Nathpa (Clause No. 19.0 of GCC). The transportation of the material from Nathpa stores to respective installation sites shall also be in the scope of contractor.

    5.5 The material is to transport through “Registered Common Carrier” only (Registered Common Carrier mean the carrier registered with a State Transport Authority or a Regional Transport Authority).

    5.6 It is mandatory for all the bidders who want to participate in this tender to visit the

    site to make acquaintance with work before uploading/submitting their bid. The cost of visiting the site shall be at bidder’s own expenses.

    5.7 The intending bidder must upload the certificate issued by EIC, Manager

    (R&R), NJHPS, SJVN Foundation Jhakri, that the bidder has visited the site before uploading/submitting the bid. The bidder who will not submit/upload the certificate issued by EIC along with the bid, then their price bid shall not be opened.

    6.0 Quality Assurance Programme

    The Quality Assurance Program shall be as per relevant standards. 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.

  • Registered & Corporate Office

    SJVN Corporate Office Complex, Shanan Shimla (HP) PIN-171006,

    Liaison/Co-ordination Office

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

    ITB-PPR-NJHPS-1469 (O&M)/2016- High Mast Lighting system Page 6 of 16

    8.0 The Bidder is expected to examine all instruction, forms, terms, specifications, and other information in the bidding documents. Failure to furnish all information required by the bidding documents or submission of a bid not substantially responsive to the bidding documents in every respect will be at the Bidder's risk and may result in rejection of its bid.

    9.0 Amendment of Bidding Documents 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 Newspaper, any amendment/ corrigendum shall not be

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

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

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

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

    Security(ONLINE) / FDR /TDR: 11.1 The cost for purchase of bid document is ₹ 500/-(Rupees Five Hundred only).

    11.2 The bidder shall furnish, a bid security/ earnest money as part of the bid amounting

    to ₹ 58,000/- (Rupees Fifty Eight Thousand only).

    11.3 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 should reach within ten (10) days from the date of SJVN’s notification by E-mail/Fax Letter, otherwise the bid shall be considered as non-responsive and price bid of such firms shall not be opened.

  • Registered & Corporate Office

    SJVN Corporate Office Complex, Shanan Shimla (HP) PIN-171006,

    Liaison/Co-ordination Office

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

    ITB-PPR-NJHPS-1469 (O&M)/2016- High Mast Lighting system Page 7 of 16

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

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

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

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

    payment gateway.

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

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

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

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

    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 Foundation or its Bank or its service provider would not responsible for the same.

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

    11.5 FDR/TDR: Please note that EMD (Earnest Money Deposit) / Bid Security in the form of FDR/TDR {Pledged in favour of the NJHPS, SJVN Foundation Jhakri} is also acceptable and the same in physical form should reach preferably before the last date and time of submission of bid at the following address:

    Sr. Manager (SM), Procurement and Contract Department, NJHPS, SJVN Foundation, Jhakri, Distt. Shimla (H.P.)-172201.

  • Registered & Corporate Office

    SJVN Corporate Office Complex, Shanan Shimla (HP) PIN-171006,

    Liaison/Co-ordination Office

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

    ITB-PPR-NJHPS-1469 (O&M)/2016- High Mast Lighting system Page 8 of 16

    If EMD in the form of FDR/TDR 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).

    11.6 The bid securities of unsuccessful bidders will be returned as promptly as possible, but not later than twenty-eight (28) days after the expiration of the bid validity period.

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

    furnished the required performance security. 11.8 No interest shall be payable by the Owner on the above Bid security. 11.9 The bid security may be forfeited

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

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

    (c) if the Bidder does not withdraw any deviations listed in Deviation Schedule at

    the cost of withdrawal indicated by him;

    (d) if the Bidder refuses to withdraw, without any cost to the Owner, any deviation not listed in Deviation Schedule but found elsewhere in the bid; or

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

    limit;

    (i) To accept the Letter of Award or

    (ii) To furnish the required performance security.

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

    12.0 Deviations Deviations, if any, from the terms and conditions of Bidding Documents or Technical

    Specifications including drawings shall be listed only in Deviation Schedule of the bid i.e. Online “Schedule of Deviations”. The Bidder shall also provide the additional price, if any, for withdrawal of the deviations.

    Bidder may further note that except for deviations listed in Deviation Schedule, the

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

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

  • Registered & Corporate Office

    SJVN Corporate Office Complex, Shanan Shimla (HP) PIN-171006,

    Liaison/Co-ordination Office

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

    ITB-PPR-NJHPS-1469 (O&M)/2016- High Mast Lighting system Page 9 of 16

    13.0 WORK COMPLETION SCHEDULE 13.1 The basic consideration and the essence of the Contract shall be the strict

    adherence to the Work Completion Schedule.

    13.2 The Maximum work completion period for complete scope of work “PPR-NJHPS-1469 – Supply, Installation, Testing & Commissioning of High Mast Lighting system under CSR of NJHPS, SJVN Foundation” is 02 months from the date of notification by EIC to start the work. The EIC shall give such notification within 30 days from the date of issue of LOA. However, Bidder can also offer a shorter completion period which will also be acceptable to SJVN Foundation. However, any bidder offering work completion of more than 60 days will not be considered and his bid will be rejected.

    14.0 Price Adjustment Data

    Not applicable being "FIRM" Price Contract.

    15.0 Bid Prices

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

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

    technical obligations outlined in the bidding documents.

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

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

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

    16.0 Bid Currencies Bidders shall quote all prices in Indian Rupees only. 17.0 Period of Validity of Bid

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

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

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

  • Registered & Corporate Office

    SJVN Corporate Office Complex, Shanan Shimla (HP) PIN-171006,

    Liaison/Co-ordination Office

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

    ITB-PPR-NJHPS-1469 (O&M)/2016- High Mast Lighting system Page 10 of 16

    18.0 BID PROPOSAL SHEETS (BPS)

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

    19.0 FORMAT AND SIGNING OF BID

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

    ► Bid by Corporation / Company must be digitally signed with the legal

    name of the Corporation / Company by the President, Managing Director, or by the Secretary or other person or persons authorized to bid on behalf of such Corporation / Company in the matter.

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

    firm.

    ► All the requisite documents shall be scanned & uploaded along with bid at https://sjvn.abcprocure.com. The hard copy of the documents shall also be posted as per details given in clause 32.0 so as to reach on or before the last date and time of submission of bid.

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

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

    20.0 Submission of Bids

    ► The bids will be submitted electronically at designated places in various online schedules. The bid document except schedule- 1,2, & 3 can be downloaded by the bidder through https://sjvn.abcprocure.com only after registration as explained above in clause 1.9. The bid is to be filled only in the online schedules available on the web. The schedules-1 to 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 (02) parts as under:-

    A. Price Bid Part which consists of the following online schedule:

    (i) Schedule-1 (Page 1of 1) - “Schedule of Prices and Taxes &

    Duties”.

    Remarks: The above dynamic schedule is to be filled ONLINE.

    ► The prevailing rate of taxes & duties is to be clearly mentioned in the “Schedule of Taxes & Duties”. In case nothing is mentioned or mentioned “NIL or ZERO” then it shall be presumed that the rates quoted are inclusive of taxes and duties or as else the taxes & duties are not applicable. The taxes & duties shall be paid as per applicable rate at the time of execution of work. Any increase in taxes & duties /new introduction of new taxes & duties/ levy by the Govt. shall be

  • Registered & Corporate Office

    SJVN Corporate Office Complex, Shanan Shimla (HP) PIN-171006,

    Liaison/Co-ordination Office

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

    ITB-PPR-NJHPS-1469 (O&M)/2016- High Mast Lighting system Page 11 of 16

    paid by SJVN Foundation provided that such increase in taxes & duties /new introduction of new taxes & duties/ levy by the Govt. is made with in schedule work completion period as per LOA, otherwise same shall be paid by the bidders. The following may be considering by the bidders:-

    a. Presently the entry tax for entry of goods in Himachal Pradesh is not applicable to SJVN Foundation as being the trust and nonprofit making organization which is not carrying any business.

    b. CST/VAT: No ‘C’ Form will be issued by SJVN Foundation for this

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

    c. Any other deduction under this contract as per the Govt. laws shall be made from the payment of the contractor and statement for the same shall be provided by SJVN for the same.

    d. The prices for the services should be exclusive of the Service Tax, Swachh

    Baharat Cess & Krishi Kalyan Cess. The applicable Service Tax, Swachh Baharat Cess & Krishi Kalyan Cess is to be quoted separately. However, Service Tax, Swachh Baharat Cess & Krishi Kalyan Cess is to be invoiced and paid separately. The Service Tax, Swachh Baharat Cess & Krishi Kalyan Cess shall be paid as per the applicable rules on submission of the following information along with the invoices:-

    (i) Name, Address & Contact Details (Tel. no. etc.) of the Service Provider. (ii) Service Tax Number of the Service Provider. (iii)PAN of the Service Provider. (iv)Service Tax Invoice Number. (v) Gross amount of services. (vi)Service Tax amount

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

    followings:-

    ► Qualifying Requirements as per Sr. No. 2 of Annexure-B. ► Certificate as per Sr. No. 5.7 of ITB.

    ► Bid Proposal Sheet

    ► All documents as required as per Technical Specifications {Annexure-B} and Special Conditions [Annexure-C}, copies of ESIC (if applicable), EPF (if applicable), PAN No., Service TAX no. (if applicable) and VAT/ CST/ TIN no. etc. and technical literature/ technical details etc. as required as per the Technical Specifications. Any other documents as required/ asked in the tender are to be uploaded/ submitted along with the bid. These scanned documents are to be uploaded along with the General Documents.

    ► Bid Security / Earnest Money deposit {FDR/TDR}/)/ Copy of NSIC/MSE

    certificate as per Sr. no. 11.0 above.

    ► Integrity Pact (As per sr. no.31.0).

    ► Undertaking as per sr. no. 33.0 below.

  • Registered & Corporate Office

    SJVN Corporate Office Complex, Shanan Shimla (HP) PIN-171006,

    Liaison/Co-ordination Office

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

    ITB-PPR-NJHPS-1469 (O&M)/2016- High Mast Lighting system Page 12 of 16

    ► Bank details duly authenticated by Bank/ Copy of cancelled cheque.

    ► The Bid Proposal Sheet (BPS) techno-commercial schedules to be filled are as under:-

    (i) Schedule-2, Page 1 of 1 “Schedule of Deviations” (ii) Schedule-3, Page 1 of 1 “Schedule for Contact Details & Bank

    Account Details”. (iii) Schedule-4 Page 1 of 1 “Schedule for Minimum Qualifying

    Requirements”

    Remarks:- All above dynamic schedules are to be filled ONLINE. The bidder not meeting the above requirement shall be

    considered techno-commercial non-responsive & their price bid shall not be opened.

    SJVN reserves the right to ask additional information if necessary after opening of the bid.

    The Techno-Commercial Bid part will be opened electronically as per schedule time and date as indicated in the bid documents in the O/o Sr. Manager (P&C), NJHPS, SJVN Foundation, Jhakri, Distt. Shimla (H.P.) – 172 201.

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

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

    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 Bid Opening and Evaluation The Owner will open all bids electronically in the presence of bidder's representatives

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

    Bids will be evaluated for the complete scope of the work on “single responsibility” basis and FOR Nathpa basis including all taxes & duties. Presently the entry tax for entry of goods in Himachal Pradesh is not applicable to SJVN Foundation as being the trust and nonprofit making organization which is not carrying any business.

  • Registered & Corporate Office

    SJVN Corporate Office Complex, Shanan Shimla (HP) PIN-171006,

    Liaison/Co-ordination Office

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

    ITB-PPR-NJHPS-1469 (O&M)/2016- High Mast Lighting system Page 13 of 16

    Service Tax: - SJVN Foundation is a trust and nonprofit making organization which is not carrying out any business. However SJVN’s liability towards service tax shall be considered as per applicable rules of service tax..

    No price preference shall be given to any bidder during the bid evaluation.

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

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

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

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

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

    25.0 Correction of Errors (Applicable to extent possible)

    The prices are to be filled in ONLINE DYNAMIC 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 bidder has to fill the applicable percentage (%) of the taxes & duties. The amount for the taxes & duties shall be calculated automatically accordingly.

    D. The above entered UNIT RATES in the figures and calculated amount of taxes & duties shall be multiplied with quantity to calculate the TOTAL AMOUNT in figures & as well as in words automatically.

    E. 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.

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

    26.0 Influencing the Owner ► No Bidder shall contact the Owner on any matter relating to its bid, from the time of

    the opening of bids to the time the contract is awarded. ► Any effort by a Bidder to influence the Owner in the Owner’s bid evaluation, bid

    comparison or contract award decisions may result in rejection of the Bidder’s bid.

  • Registered & Corporate Office

    SJVN Corporate Office Complex, Shanan Shimla (HP) PIN-171006,

    Liaison/Co-ordination Office

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

    ITB-PPR-NJHPS-1469 (O&M)/2016- High Mast Lighting system Page 14 of 16

    27.0 Award of Contract ► The Owner will award the contract to the successful Bidder whose bid has been

    determined to be substantially responsive and to be the lowest evaluated bid, further provided that the bidder is determined to be qualified to perform the contract satisfactorily.

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

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

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

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

    ► Award will be placed for Entire Scope of work on L1 basis for substantially responsive

    bid on single responsibility basis. 28.0 Owner's Right to Accept Any Bid and to Reject Any Bids The Owner reserves the right to accept or reject any bid, and to annul the bidding

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

    29.0 Notification of Award ► Prior to the expiration of the period of bid validity, the Owner will notify the successful

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

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

    promptly notify each unsuccessful Bidder and will discharge its bid security. 30.0 Corrupt or Fraudulent Practices A. The Owner requires that Bidders to observe the highest standard of ethics during the

    procurement and execution of the Contract. For the purpose, the applicant shall sign the Integrity Pact as per clause 31.0 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

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

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

    influence a procurement process or the execution of a contract to the detriment of the 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;

  • Registered & Corporate Office

    SJVN Corporate Office Complex, Shanan Shimla (HP) PIN-171006,

    Liaison/Co-ordination Office

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

    ITB-PPR-NJHPS-1469 (O&M)/2016- High Mast Lighting system Page 15 of 16

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

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

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

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

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

    Conditions of Contract". 31.0 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 Foundation and „Transparency International India‟ (TII) on 05th January, 2011.

    The Integrity Pact shall be applicable for transaction having threshold value of Rs. 8 Lacs for procurement, Rs. 15 Lacs for services and Rs. 80 Lacs for work.

    Further, the Independent External Monitors (IEMs) would be monitoring the bidding process and execution of contract and shall be responsible to oversee the implementation of Integrity Pact Program to prevent corruption, bribery or any other unethical practices in SJVN Foundation

    In order to deal with any grievance(s)/dispute(s) and to oversee implementation and effectiveness of the Integrity Pact programme pertaining to this tender, Applicants may refer the same to Independent External Monitors (IEMs). Name and Address of the Independent External Monitors (IEMs) are as under:

    Sh. S.S. Parmar, IAS (Retd.), Sunrise Cottage, Housing Board Colony, Jakhoo, Shimla – 171001 Himachal Pradesh. Ph: 0177-2624097 Mb. No. 09418900055

    All pages of Integrity Pact (As per attached format at Annexure-D) duly signed by authorized signatory of the Employer prior to uploading of the tender shall be subsequently signed by the authorised signatory of Applicant and uploaded & submitted with the tender documents as specified in the tender. Failure to sign the Integrity Pact by the applicant shall lead to outright rejection of the application.

    32.0 Submission of documents by post:

    ► The following documents in hard copy/original form sealed in envelop super scribed as “Supply, Installation, Testing & Commissioning of High Mast Lighting system under CSR of NJHPS, SJVN Foundation”{ PPR-NJHPS-1469(O&M)/2016}”are to be sent through post :-

  • Registered & Corporate Office

    SJVN Corporate Office Complex, Shanan Shimla (HP) PIN-171006,

    Liaison/Co-ordination Office

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

    ITB-PPR-NJHPS-1469 (O&M)/2016- High Mast Lighting system Page 16 of 16

    i. Earnest Money Deposit (In original) (FDR/TDR as per clause no. 11 above.

    ii. Integrity Pact (As per clause no. 31.0).

    ► Any documents as asked or required are to be sent to the following address:-

    Sr. Manager (SM), Procurement and Contract Department, NJHPS, SJVN Foundation Jhakri, Distt. Shimla (H.P.)-172201. Phone No. 01782-275236. Fax No. 01782-234049/ 275106.

    Remarks: The scanned copy (ies) of the document(s) asked as above are to be uploaded on web and should reach in original/physical form at above address preferably on or before bid closing date as specified in the tender. However, the original document(s) in physical shall also be acceptable within 07 days after bid closing date, otherwise 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 submitted/uploaded earlier along with e-bids, the bid(s) will be treated as non-responsive.

    33.0 Undertaking: 33.1 We have read carefully all the bidding documents and agreed to the conditions

    except for deviation taken clause wise in deviation schedule.

    33.2 We have not changed the contents of the bidding documents. 33.3 Scanned copy of documents uploaded along with the bid is true to the best of our

    knowledge.

  • Registered & Corporate Office

    SJVN Corporate Office Complex, Shanan Shimla (HP) PIN-171006,

    Liaison/Co-ordination Office

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

    GCC- PCD-NJHPS-1469 (O&M)/2016 -SITC of High Mast Lighting System Page 1 of 9

    GENERAL CONDITIONS OF CONTRACT (GCC)

    1.0 Definitions 1.1 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 transport,

    installation, testing and commissioning of High mast lighting system and any other incidental services etc. and other such obligations of the Contractor covered under the Contract.

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

    (e) "The Contractor" means the individual or firm carrying out the supply,

    installation, testing and commissioning of High mast lighting system under this Contract.

    (f) "Corrupt Practice" means the offering, giving, receiving or soliciting of

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

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

    2.0 CONTRACT PERFORMANCE SECURITY 2.1 Within thirty (30) days of receipt of the notification of Contract award, the

    successful Bidder shall furnish to the Owner, an unconditional performance security for ten percent (10%) of the Contract Price with a validity up to 60 days after the Warranty Period (Refer clause 5.0).

    2.2 The proceeds of the performance security shall be payable to the Owner as

    compensation for any loss resulting from the Contractor's failure to complete its obligations under the Contract.

    2.3 The performance security shall be denominated in the currency of the Contract

    and shall be in the form of Bank Guarantee ( As per SJVN standard format) issued preferably by a nationalized Bank/scheduled bank as per RBI guide line (As per list enclosed), acceptable to the Owner or in the form of FDR or TDR etc.

  • Registered & Corporate Office

    SJVN Corporate Office Complex, Shanan Shimla (HP) PIN-171006,

    Liaison/Co-ordination Office

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

    GCC- PCD-NJHPS-1469 (O&M)/2016 -SITC of High Mast Lighting System Page 2 of 9

    2.4 The performance security will be discharged by the Owner and returned to the

    Contractor not later than sixty (60) days after completion of guarantee period. 2.5 The interest @15.5% shall be charged on delay period for breach in timely

    submission of CPG/Initial Security Deposit without prejudice to right of SJVN to other remedies available under the contract.

    2.6 The MSE/NSIC registered firms are not exempted from the submission of CPG. 3.0 PACKING: The bidder shall provide such packing to the goods as is required to

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

    4.0 INSURANCE 4.1 The goods to be supplied and work to be completed under the scope of

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

    Sl. No.

    Insurance Amount insured Conditions

    A. All risk Insurance for material to be supplied & services to be completed

    1. 110% of FOR and inland transportation value

    + 2. 110% of the

    services value +

    3. All taxes & duties

    1) Owner to be named as co-insured

    2) Warehouse to warehouse basis

    3) Open policy 4) All risk insurance, SRCC

    (Strikes, Riots, Civil Commotion), terrorism etc.

    Note:

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

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

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

    (iii) The Contractor shall follow law of the land as may be prevalent from time to

    time for insurance.

  • Registered & Corporate Office

    SJVN Corporate Office Complex, Shanan Shimla (HP) PIN-171006,

    Liaison/Co-ordination Office

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

    GCC- PCD-NJHPS-1469 (O&M)/2016 -SITC of High Mast Lighting System Page 3 of 9

    4.2 In addition to above contractor shall insure his man and machinery etc. against any mishap / accident. Contractor shall submit the insurance policy to this effect to the EIC of the work. SJVN shall bear no responsibility and financial liability for any mishap/accident for contractor man power / machinery.

    5.0 WARRANTY

    The complete goods supplied & work done under the scope will be warranted for a period of 12 months of satisfactory performance form the date of completion of work and handling over the system to NJHPS, SJVN, Jhakri. In case of any problem within the warranty period the same will be replaced or rectified free of cost at SJVN project site or at your works, as necessary.

    6.0 PAYMENT TERMS

    6.1 FOR MATERIAL/ SUPPLIES

    a) The Hundred percent (100%) payment (including 100% taxes & duties) shall be made within 30 days after completion of entire scope of work and on submission of followings documents to consignee in bound folder:-

    (i) Bills in triplicate. (ii) Copy of TIN No. (iii) Photocopy of unconditional acceptance of Letter of Award. (iv) Photocopy of Contract Performance Guarantee equivalent to 10% of

    total contract value valid up to 60 days after expiry of Guarantee/warranty period.

    (v) Inspection report issued by EIC or his authorized representative. (vi) Copy of PAN No. (vii) Copy of service tax no. (If Applicable) (viii) Guarantee/Warranty Certificate (ix) Certificate from the EIC that the entire scope of the work under the

    contract has been completed.

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

    6.3 As per SJVN policy, no advance payment can be given 6.4 Any other deduction like TDS, as per the Govt. laws shall be made from

    the payment of the contractor and statement for the same shall be provided by SJVN for the same.

    6.5 The prices for the services should be exclusive of the Service Tax, Swachh

    Baharat Cess & Krishi Kalyan Cess. The applicable Service Tax, Swachh Baharat Cess & Krishi Kalyan Cess is to be quoted separately. However, Service Tax, Swachh Baharat Cess & Krishi Kalyan Cess is to be invoiced and paid separately. The Service Tax, Swachh Baharat Cess & Krishi Kalyan Cess shall be paid as per the applicable rules on submission of the following information along with the invoices:-

  • Registered & Corporate Office

    SJVN Corporate Office Complex, Shanan Shimla (HP) PIN-171006,

    Liaison/Co-ordination Office

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

    GCC- PCD-NJHPS-1469 (O&M)/2016 -SITC of High Mast Lighting System Page 4 of 9

    (i) Name, Address & Contact Details (Tel. no. etc.) of the Service Provider.

    (ii) Service Tax Number of the Service Provider. (iii)PAN of the Service Provider. (iv)Service Tax Invoice Number. (v) Gross amount of services. (vi)Service Tax amount.

    6.6 All the payments for the supplies and/or services (as applicable) rendered by MSEs (Micro & Small Enterprises) supplier/contractor under the contract shall be released within forty five (45) days from the day of acceptance.

    Day of acceptance means day of actual delivery of goods or the rendering of services; 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 time to time.

    6.7 All the payments for the supplier and/or services (as applicable) 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 invoices/bills from 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.

    7.0 WORK COMPLETION PERIOD 7.1 The basic consideration and the essence of the Contract shall be the strict

    adherence to the Work Completion Schedule.

    7.2 The Maximum work completion period for complete scope of work “PPR-NJHPS-1469 – Supply, Installation, Testing & Commissioning of High Mast Lighting system under CSR of NJHPS, SJVN Foundation” is 02 months from the date of notification by EIC to start the work. The EIC shall give such notification within 30 days from the date of issue of LOA. However, Bidder can also offer a shorter completion period which will also be acceptable to SJVN Foundation. However, any bidder offering work completion of more than 60 days will not be considered and his bid will be rejected.

    8.0 LIQUIDATED DAMAGES 8.1 if the bidder fails to complete the scope of work under this contract within the

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

    8.2 The Liquidated Damage for delay in work completion period beyond the

    maximum period as stipulated at clause 7.0 above shall be @ ½% (Half

  • Registered & Corporate Office

    SJVN Corporate Office Complex, Shanan Shimla (HP) PIN-171006,

    Liaison/Co-ordination Office

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

    GCC- PCD-NJHPS-1469 (O&M)/2016 -SITC of High Mast Lighting System Page 5 of 9

    percent) per week or part thereof. The total amount of Liquidated Damages for delay under the Contract will be subject to a maximum of five percent (5%) of the Contract price).

    8.3 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.

    8.4 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 12.0 and consequence thereof.

    9.0 FORCE MEAJEURE 9.1 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.

    9.2 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.

    10.0 TERMINATION OF CONTRACT ON CONTRACTOR'S DEFAULT 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.

  • Registered & Corporate Office

    SJVN Corporate Office Complex, Shanan Shimla (HP) PIN-171006,

    Liaison/Co-ordination Office

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

    GCC- PCD-NJHPS-1469 (O&M)/2016 -SITC of High Mast Lighting System Page 6 of 9

    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 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(


Recommended