Save Energy for Benefit of Self and Nation
एसजेवीएन लिलिटेड
)भारत सरकार एवं हिमाचल प्रदेश सरकार का संयुक्त उपक्रम(
SJVN LIMITED
(A Joint Venture of Govt. of India and Govt. of Himachal Pradesh)
A Mini Ratna and Schedule ‘A’ PSU
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 No. L40101HP1988GOI008409
Website: www.sjvn.nic.in Email: [email protected]
No. SJVN/RHPS-P&C/Proc./F01(PPR-RHPS-840)/2018- Dated:-
NOTICE INVITING QUOTATION (NIQ)
Open tender enquiry through e-tendering mode under two part system is hereby invited on behalf of
Rampur HPS, SJVN Limited from all the eligible manufacturers/dealers/suppliers for the following materials as
per required specification given in Technical Specification-Annexure-III on the lowest rate/DGS&D rate as
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
Date of
opening of
Bid
1. Procurement of material for CISF Fire Wing
deployed at Rampur HPS, SJVN Limited,
Bayal, Dist. Kullu (H.P) (PPR-RHPS-840). The
description/specifications of items are as per
Price Schedule (BOQ)-Schedule–I and Technical
Specifications attached herewith.
Rs. 90,800/-
(Rupees Ninety
Thousand Eight
Hundred Only)
16.01.2019
To 08.02.2019
up to 13.00
Hrs.
08.02.2019 at
14.00 Hrs.
Note:
1. The detailed NIQ, Information for Bidders, General Terms & Conditions-Annexure-I, Undertaking-
Annexure-II, Technical Specification-Annexure-III, and Price Schedule (BOQ)-Schedule-I, Bank Account
Detail-Schedule-II, Bidder’s General Information-Schedule-III, Schedule of HSN Code-Schedule-IV,
Technical Specification Compliance Sheet-Schedule-V & Format of Integrity Pact shall be available at
https://sjvn.abcprocure.com w.e.f. 16.01.2019
2. The bids are 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 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 these sites 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. Schedule of HSN Code-Schedule-IV
9. Technical Specification Compliance Sheet-Schedule-V
10. Format of Integrity Pact
For & on behalf of SJVN Limited
Dy. General Manager
Procurement & Contract Deptt,
Rampur HPS, SJVN Limited, Jhakri.
Distt Shimla (H.P) PIN-172201. Registered & Corporate
Office
Shakti Sadan, SJVN Corporate Head
Quarters,
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
Annexure-I
General Terms & Conditions (PPR-RHPS-840)
1. Open tender enquiries through e-tendering under two part system is hereby invited from all the eligible
manufacturers/dealers/suppliers for “Procurement of material for CISF Fire Wing deployed at
Rampur HPS, SJVN Limited, Bayal, Dist. Kullu (HP) (PPR-RHPS-840)” as per description given in the
Price Schedule (BOQ)-Schedule-I and Technical Specification-Annexure-III. 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
Bid Opening Date &
time
16.01.2019 07.02.2019(12.00 Hrs.) 08.02.2019 (13.00 Hrs.) 08.02.2019(14.00 Hrs.)
Note:
a) Please note that the bid shall only be submitted through e-tendering mode & the bid submitted in
other mode shall not be entertained under any circumstances.
b) The Bidder should be a firm of reputation having sufficient expertise and experience in the subject
tender with sound warranty/service support capability.
2. Scope of work:
a) Supply of materials and related accessories as per prescribed Technical specification and
Bill of Quantity.
b) Assembly/Installation, testing and successful commissioning of the equipment at site.
c) Demonstration & training to CISF Personnel.
d) Facilitating all the codes, standards and tests required for pre-dispatch inspection of the
material and the expense/cost towards such testing and inspection shall deem to be
included in the offered rate by the bidder.
3. Bid Securities/ EMD:
a. The “Earnest Money (EMD)” amounting to Rs. 90,800/- (Rupees Ninety Thousand Eight Hundred
only) shall be submitted using below mentioned facilities:-
(i) NEFT/RTGS
(ii) Credit Card
(iii) Debit Card
(iv) Net Banking
Payment through 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 deposits 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 bidder to transfer lump sum amount to 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.
Please ensure that Bidder remit funds at least one day in advance before he/she would like to
make the document fees and EMD payment through RTGS / NEFT option on payment gateway.
Caution: Please ensure that you need to mention the correct beneficiary account number and IFSC
code as mentioned above while making payment via RTGS / NEFT. In the event of funds remitted
to wrong beneficiary account number, SJVN Limited or its Bank or its service provider would not
responsible for the same.
Payment through Credit Card/Debit Card/Net Banking:
Bidders can pay their Document Fee / EMD through Net banking, Credit Card, Debit Card too.
To pay Document Fee / EMD through Net banking, Credit Card, Debit Card follow below
mentioned steps.
Logon to e-tender portal
Click on event dashboard in your respective tender
Click on Declaration
I Agree
In Document Fee section Select Payment Mode as “Payment Gateway”
Click on Submit
Select Pay Now
Select your Payment Type and Proceed by Entering Required Details
Please note while making payment through Net banking, Credit Card, Debit Card you must add
https://www.tpsl-india.in website in trusted zone (Mandatory). If you have not added this URL
in trusted zone then you might get an error message while doing online payment.
Do not use / open multiple tabs while making online payment.
Please note while transaction is processing do not Refresh or Close the webpage.
In case of successful transaction bidders will receive receipt for their successful transaction on
screen.
Payment via corporate internet banking is not available in e-Tendering and e-Auction. Since
the tendering/auction portal requires real time confirmation and in corporate internet banking
the response comes after one day hence only Net banking (retail) option is enable for e-
Auction and e-Tendering. Hence for high value transactions bidders are advised to pay
through NEFT/RTGS mode only.
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.
b. 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.
c. EMD of the bidder shall be forfeited, in the event of non-acceptance of supply order/non- entering
into contract agreement.
d. Bid without EMD shall be rejected out rightly.
e. The EMD of unsuccessful bidders shall be released without any interest after the issuance of supply
order.
f. The EMD amount of the successful bidder shall be released only after submission of full
Performance Security as per the relevant Clause of this Terms & Conditions.
4. 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 Aadhaar 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 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.
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% shall be
earmarked for procurement from micro and small enterprises owned by Scheduled Caste (SC) &
Scheduled Tribe (ST) entrepreneurs and 3% from the women owned MSME. In the event of failure
of such MSEs to participate in the tender process or meet the tender requirements and L1 price
sub target 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
L 1 price. Further, 4% and 3% out of above 25% shall be from MSEs owned by SC/ST
entrepreneurs and women owned MSME respectively. This quota is to be transferred to
the MSEs in case of NON-availability of MSEs owned by SC/ ST entrepreneurs.
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), 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.
5. Language of Bid: - The bid 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. 13,61,723/-.
Note: Regarding financial turnover necessary documentary proofs (Balance Sheet, Profit &
Loss Statement) need to be uploaded.
II. Required Technical Experience:-
The bidder should have experience of having satisfactory completed supply of similar type
of material/items during last Five (05) years ending last day of the month previous to the
one in which applications are invited.
NOTE:
1. Bidders have to submit/upload copy of supply order/purchase order issued
to the firm in support of required experience.
2. Similar means “The firm should have successfully completed supply of Fire &
Safety related equipment/items such as High Capacity Portable Fire Pump
with accessories, DCP Extinguisher Trolley Mounted, High-Expansion Foam
Generator, Fire Entry Suit, Self-Contained Compressed Air Open Circuit
Breathing Apparatus etc.”
III. The bidder should have valid PAN Card No., and GST Registration No. and the bidders have 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.
NOTE: The above stated requirements are minimum and SJVN limited reserves the right to request
for any additional information and also reserves the right to reject the proposal of any bidder, if in
the opinion of SJVN Limited, the qualification data is incomplete or the bidder/firm/supplier if
found not qualified to satisfactorily perform the works.
7. Bid Submission: - The quotation shall comprise of two parts as under;
(A). Technical Bid: -
Part-I: - The bid comprising of EMD, Bank Account Detail- Schedule-II, Integrity Pact, PAN Card No.,
GST Registration No., documentary proof of financial turnover (Balance Sheet, Profit & Loss
Statement), documentary proof of Technical Experience (copy of Supply order/purchase order), an
undertaking regarding acceptance of NIQ Terms and Conditions-Annexure-II, Bidder General
Information-Schedule-III, Schedule of HSN Code-Schedule-IV and Technical Specification Compliance
Sheet-Schedule-V. The bidder has to upload the copy of above documents on the web site.
(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. EMD, Bank Account Detail- Schedule-II, Integrity Pact, PAN Card No., GST
Registration No., documentary proofs of financial turnover (Balance Sheet, Profit & Loss Statement),
documentary proof of Technical Experience (copy of Supply order/purchase order), an undertaking
regarding acceptance of NIQ terms and conditions-Annexure-II, Bidder General Information-Schedule-
III, Schedule of HSN Code-Schedule-IV and Technical Specification Compliance Sheet-Schedule-V shall
be opened and evaluated.
b) Part-II i.e. Price bid shall be opened of only those bidders whose Part-I is found substantially
responsive.
9. The bidder must submit their bid through e-tendering/e-procurement only as explained in the
“Information for Bidders” (IFB).
10. The bid is to be submitted through e-procurement and hence 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 Limited for delivery FOR Averi basis by Road Transport to be
quoted and should be valid for 120 days from the date of opening of quotations. Averi is at a distance of
approximately 140 Kms from Shimla on Hindustan Tibet Road (NH 05).
13. Taxes and Duties & other charges: The prices should be inclusive of Freight & Transit Risk Insurance
Charges, Packing & Forwarding charges, loading & unloading Charges, Assembly/Installation, testing &
Commissioning charges etc. but exclusive of GST. The applicable rate of taxes & other charges shall be
clearly mentioned. In case nothing is mentioned it shall be presumed that the rates quoted are
inclusive of taxes and other charges.
14. Goods & Services Tax (GST): Indicate clearly the applicable rate of GST on the indented items in the
price schedule (BOQ)-Schedule-I. 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 the SJVN Ltd.
15. Please Note that in case, any statutory increase/changes in the taxes and duties or introduction of
new taxes and duties/levy takes place after placing the order but within the original contractual
delivery period as specified in the supply order will be paid by SJVN Limited on submission of
documentary evidence & after ascertaining its applicability w.r.t. the contract. However, if any
decrease in the rate of taxes & duties takes place the advantages will have to be passed on to
Rampur HPS, SJVN Limited.
NOTE: Any other liability due to reasons other than change in legislation shall be borne by
the bidder.
16. The rates should be filled in figures only. The entered unit rates in figure shall be automatically converted
into the words on e-tendering portal. Also, the total amount shall get calculated automatically by
multiplying unit rate & quantity on e-tendering portal.
17. The bidders shall quote the prices in Indian Rupees only. All discount /rebate should be mentioned in the
Price Schedule (BOQ) only.
18. Delivery/Completion Period: The entire scope of work is to be completed within 04 (Four) months
which shall be reckoned from the date of issue of supply order. However, the supplier will have to make
all out efforts to supply the materials complete the entire scope of work as early as possible at the site.
19. Warranty: Unless otherwise mentioned elsewhere in NIQ and its Annexures, the following warranty
clause shall be applicable:
The material under the scope of supply shall be covered under Warranty for a minimum period of
01 (One) year or as per manufacturer’s policy whichever is more from the date of receipt of material
at O&M Store at Averi under normal working conditions against any manufacturing defects due to
defect in material/workmanship.
In this regard the successful bidder shall have to submit a certificate stating that “material
supplied are in accordance with technical specification as per NIQ and are free from faulty
material/workmanship and in case, at any stage material is found to be of inferior quality same shall be
replaced by us at free of cost”.
20. Security Deposit/Performance Security: 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 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.
21. 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 Ltd;
a. Payment including taxes and duties and other charges as per Price Schedule (BOQ) will be made
after delivery of complete material at (O&M) Store, Rampur HPS Averi & after successful
inspection & acceptance and thereafter assembly/installation, testing and successful
commissioning 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) Security Deposit/Performance Security (as per Clause 19).
d) Material Dispatch Clearance Certificate (MDCC).
e) Operation & Maintenance (O&M) Manual along with List of Spares.
f) Technical Brochure/Literature.
g) Inspection Report.
h) Warranty Certificate.
i) Completion Certificate.
j) Test Certificates.
b. 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.
c. 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.
d. 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.
e. No advance payment shall be made in any circumstance.
22. Pre-dispatch Inspection: Pre-dispatch inspection of the materials as per standards applicable and as per
Technical Specification-Annexure-III shall be carried out by authorized representative of PSIT&C Dept. in
association with representative of CISF, Rampur HPS, SJVN Ltd. at firm’s premises. Therefore, the supplier
will have to intimate the inspection schedule to the HOD (PSIT&C Dept.) for pre-dispatch inspection 01
(One) month prior to scheduled delivery. Supplier shall obtain Material Dispatch Clearance Certificate
(MDCC) from authorized inspection committee prior to dispatch. After dispatch, inspection of the
supplied materials shall also be carried out by authorized representative of PSIT&C Dept. in association
with representative of CISF, SJVN Limited at Rampur HPS O&M Store, Averi. During inspection of the
material, if any item found defective/damaged, the same shall be replaced at free of cost and in such
case freight & transit insurance charges etc. shall be to supplier’s account only.
23. Evaluation of the bid shall be carried out 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.
24. The bidders shall also upload following documents for the indented items along with their bid:
I. Operation & Maintenance (O&M) Manual.
II. Technical Brochure/Literature.
III. List of Spares.
25. The purchaser reserves the right to reject any or all the bids without assigning any reason thereof.
26. The purchaser reserves the right to increase/decrease the quantity at the time of placing the order.
27. Facsimile quotations/conditional bid will not be entertained.
28. 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.
29. 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.
30. L.D. Charges: If the complete scope of supply 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.
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. Submission of documents by post: Following documents are required to be submitted in a sealed
envelope super scribed as “Procurement of material for CISF Security Wing deployed at Rampur
HPS, SJVN Limited, Bayal, Dist. Kullu (HP) (PPR-RHPS-788)” 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.
33. The scanned copies of the document 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.
34. 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.
35. 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 Head Quarters,
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.
36. All the item/equipment shall have to be successfully assembled, tested and commissioned and
thereafter successful demonstration & training to CISF personals is to be imparted by the
successful bidder at Rampur HPS. All charges against installation & commissioning and thereafter
successful demonstration & training shall deem to be included in the rates quoted by the bidders.
All the above General Terms & Conditions-Annexure-I, Undertaking regarding acceptance of NIQ
Terms & Conditions-Annexure-II, Technical Specification-Annexure-III, Price Schedule (BOQ)-
Schedule-I, Bank Account Details-Schedule-II, Bidders General Information-Schedule-III, Schedule
of HSN Code-Schedule-IV, Technical Specification Compliance Sheet-Schedule-V & Integrity Pact
of PPR-RHPS-840 shall form the part of supply order.
For & on behalf of SJVN Limited
Dy. General Manager
Procurement & Contract Deptt,
Rampur HPS, SJVN Limited
P.O. Jhakri, Tehsil Rampur Bushahr
Registered & Corporate
Office
Shakti Sadan,, SJVN Corporate Head
Quarters,
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
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.