Beruflich Dokumente
Kultur Dokumente
POST
SJVN LTD./ एसजेवीएन िलिमटे ड
(भारत सरकार तथा िहमाचल सरकार का सांझा उपक्रम)
( एक िमनी र न तथा अनस
ु ूची ए पीएसयू)
(6X250MW नाथपा झाकड़ी जल िव युत पिरयोजना)
प्रापण एवं संिवदा िवभाग झाकड़ी िजला िशमला . ही. प्रे.- 172201
दरू भाष- 01782-275236,275459,275106, फ़ैक्स. 01782-275106,234049.
वैबसाइट: http://www.sjvn.nic.in.
िटन संख्या. 02011000291, िसन संख्या : L40101HP1988GOI008409
Open press tender enquiries under two part system through e-tendering are hereby invited
on behalf of SJVN Limited for “PCD-NJHPS-575(O&M) /2015- Supply & Installation of
Inclinometer and 2D crack meter at NJHPS Sites- Nathpa & Jhakri” 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. 04/01/2016. Bid closing date (Last date
and time for uploading of filled in bids) is 27/01/2016 13:00 HRS (IST). The bid is to be
submitted through e-tendering at https://sjvn.abcprocure.com.
विर ठ प्रबंधक,
प्रापण एवं संिवदा िवभाग,
एनजेएचपीएस , एसजेवीएन, 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.
Registered & Himfed Building, New Shimla, Shimla (HP) Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New
Corporate PIN-171009, Tel: 0177-2670064,490,521,741 ordination Office Delhi. PIN-110017, TELE: 011- 41659210/17
Office Fax: 0177-2670542 FAX: 011- 41659204/14
PCD-NJHPS-575 (O&M) /2015
QUALIFICATION CRITERIA
Qualifying requirement for “Supply & Installation of Inclinometer and 2D crack meter at
NJHPS Sites- Nathpa & Jhakri” of Nathpa Jhakri Hydro Power Station.
A. Proven Experience: The bidder should be a contractor for “Supply & Installation of
Inclinometer” and should have successfully completed such works for “Supply &
Installation of Inclinometer” in the past ending last day of month previous to one in which
applications are invited.
The bidder must submit the copies of LOAs/ work orders/ agreements for the same along
with the satisfactory completion certificate from the end users and in the 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.
B. FINANCIAL REQUIREMENTS
1.0 Financial Turnover Requirement: The Bidder must have an average annual turnover
of ₹ 10, 44,660/- (₹ Ten Lacs Forty Four Thousand Six Hundred Sixty Only) during
last three years ending 31st March of previous financial year.
2.0 Financial Experience Requirement The Bidder should have successfully completed
similar works as per any of the following criteria, during last 7 years ending last day of
month previous to one in which applications are invited:
(a) The Bidder should have completed out the 3 similar works valuing not less than
₹ 13,92,880/- (₹ Thirteen Lacs Ninety Two Thousand Eight Hundred Eighty
only) each.
Or
(b) 2 similar completed works, valuing not less than ₹ 17,41,100,/- (₹ Seventeen
Lacs Forty One Thousand One Hundred only) each.
Or
(c) 1 similar completed work, valuing not less than ₹ 27,85,760/- (₹ Twenty Seven
Lacs Eighty Five Thousand Seven Hundred Sixty Only).
The bidder must submit the copies of LOAs/ work orders/ agreements for the same
along with the satisfactory completion certificate from the end users and in the 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.
Note: Similar work means “Work of drilling holes in any terrain and supply &
installation of any of the following geotechnical instruments:
1. Inclinometer
2. Crack meter
3. Piezometer
4. MPBX (Multipoint borehole extensometer).
PQR- PCD-NJHPS-575(O&M) /2015 Supply & Installation of Inclinometer and 2D crack meter at NJHPS Sites- Nathpa & Jhakri
Page 1 of 2
C. General Conditions of qualifications:
3. SJVN reserves the right to cancel / withdraw the invitation for bid without
assigning any reason and shall bear no liability whatsoever consequent upon
such a decision.
4. Notwithstanding anything stated above, SJVN reserves the right to assess the
Bidder’s capability and capacity to perform the contract satisfactorily, should the
circumstances warrant such assessment in the overall interest of SJVN.
5. Price bid of only those bidders shall be opened who qualify based on the
specified qualifying requirements after Scrutiny of details / documents furnished
by them and found to be techno- commercial responsive.
PQR- PCD-NJHPS-575(O&M) /2015 Supply & Installation of Inclinometer and 2D crack meter at NJHPS Sites- Nathpa & Jhakri
Page 2 of 2
Annexure-B
Subject: Name of Work: Estimate for supply and Installation of Inclinometer and
2D crack meter at NJHPS Sites-Nathpa & Jhakri.
1. The contractor has to observe all site norms applicable for the
contractor and his deployed personnel’s at worksite.
(Employees; regular/ daily wages/ contract basis etc.)
c) All the equipment deployed for the job should have proper safety
guards.
(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 PCD-NJHPS-
575(O&M) /2015- Supply & Installation of Inclinometer and 2D crack
meter at NJHPS Sites- Nathpa & Jhakri and any other incidental services
etc. and other such obligations of the Contractor covered under the
Contract.
(e) "The Contractor" means the individual or firm supplying the material &
providing the services 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.
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 18.0).
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 or any reputed bank (As per list
enclosed), acceptable to the Owner or in the form of FDR or TDR etc.
Registered & Himfed Building, New Shimla, Shimla (HP) Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New
Corporate PIN-171009, Tel: 0177-2670064,490,521,741 ordination Office Delhi. PIN-110017, TELE: 011- 41659210/17
Office Fax: 0177-2670542 FAX: 011- 41659204/14
Page 1 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 NSIC registered firms are not exempted from the submission of CPG.
2.6 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.
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.
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.
(iii) The Contractor shall follow law of the land as may be prevalent from time to time
for insurance.
Registered & Himfed Building, New Shimla, Shimla (HP) Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New
Corporate PIN-171009, Tel: 0177-2670064,490,521,741 ordination Office Delhi. PIN-110017, TELE: 011- 41659210/17
Office Fax: 0177-2670542 FAX: 011- 41659204/14
Page 2 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 GUARANTEE/WARRANTY
5.1 The material supplied & work done under the scope of this contract will be
warranted against any manufacturing defects, poor workmanship and the
consumable/material used for minimum of 12 months from the date of successful
installation, testing & commissioning. In case of any problem within the warranty
period due to manufacturing defects, their performance, poor workmanship and
the consumable/material used arises, the same will be rectified/replaced free of
cost at site by the supplier within fortnight of such notification by the EIC, as
necessary.
6.1 The Hundred percent (100%) payment (including 100% taxes & duties) for
Supply & Installation of Inclinometer and 2D crack meter shall be made within
30 days after completion of work and on submission of followings documents in
bound folder to the EIC:-
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 The service tax shall be paid by the SJVN/ bidder as per applicable rules of
service tax. The service tax is to mentioned separately in price schedules & same
shall be reimbursed on submission of following information along with the bills:-
a. Name, Address & Contact Details (Tel. no. etc.) of the Service Provider.
b. Service Tax Number of the Service Provider.
c. PAN of the Service Provider.
d. Service Tax Invoice Number.
e. Gross amount of services.
f. Service Tax amount.
6.4 As per SJVN Ltd. policy, no advance payment can be given.
Registered & Himfed Building, New Shimla, Shimla (HP) Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New
Corporate PIN-171009, Tel: 0177-2670064,490,521,741 ordination Office Delhi. PIN-110017, TELE: 011- 41659210/17
Office Fax: 0177-2670542 FAX: 011- 41659204/14
Page 3 of 9
7.0 TAX DEDUCTION AT SOURCE & WCT
SJVN shall be entitled to make all deduction towards taxes (TDS, WCT etc.)
from the payments to be made to the contractor as may be mandatory as
per rules. However SJVN shall give a statement in respect of such
deductions to the contractor.
8.1 The basic consideration and the essence of the Contract shall be the strict
adherence to the Work Completion Schedule.
8.2 The Maximum work completion period for complete scope of work {Supply &
Installation of Inclinometer and 2D crack meter at NJHPS Sites- Nathpa &
Jhakri} is 90 days from the date of issue of LOA. However, Bidder can also offer
a shorter completion period which will also be acceptable to SJVN Ltd. However,
any bidder offering work completion of more than 90 days will not be considered
and his bid will be rejected.
9.1 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,
9.2 The Liquidated Damage for delay in work completion period beyond the maximum
period as stipulated at clause 8.0 above shall be @ ½% (Half 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).
9.4 Supplier’s obligations and the Owner’s remedies in respect of delay are solely and
exclusively as stated in this Liquidated Damages clause subject to provisions of
Clause 13.0 and consequence thereof.
10.1 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
Registered & Himfed Building, New Shimla, Shimla (HP) Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New
Corporate PIN-171009, Tel: 0177-2670064,490,521,741 ordination Office Delhi. PIN-110017, TELE: 011- 41659210/17
Office Fax: 0177-2670542 FAX: 011- 41659204/14
Page 4 of 9
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.
10.2 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.
11.1 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.
11.2 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.
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.
13.1 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.
13.2 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
Registered & Himfed Building, New Shimla, Shimla (HP) Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New
Corporate PIN-171009, Tel: 0177-2670064,490,521,741 ordination Office Delhi. PIN-110017, TELE: 011- 41659210/17
Office Fax: 0177-2670542 FAX: 011- 41659204/14
Page 5 of 9
Owner in storage, maintenance, protection, and disposition of the works acquired
under the contract by the Owner.
13.3 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.
15.0 ARBITRATION
15.1 All disputes or differences in respect of which the decision, if any, of the Engineer
has not become final or binding as aforesaid shall be settled by arbitration in the
manner hereinafter provided.
15.2 In the event of the Contractor, that is to say a citizen and/or a permanent resident
of India, a firm or a company duly registered or incorporated in India, the
arbitration shall be conducted by three arbitrators, one each to be nominated by
the contractor and the Owner and the third to be named by the President of
Institution of Engineers, India. If either of the parties fails to appoint its arbitrator
within thirty (30) days after receipt of a notice from the other party invoking the
arbitration clause, the President of the Institution of Engineers, India shall have the
power at the request of either of the parties, to appoint the arbitrators. A certified
copy of the said President making such an appointment shall be furnished to both
the parties.
Registered & Himfed Building, New Shimla, Shimla (HP) Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New
Corporate PIN-171009, Tel: 0177-2670064,490,521,741 ordination Office Delhi. PIN-110017, TELE: 011- 41659210/17
Office Fax: 0177-2670542 FAX: 011- 41659204/14
Page 6 of 9
15.3 The arbitration shall be conducted in accordance with the provisions of the
Arbitration & Conciliation Act, 1996 or any statutory modification thereof.
15.5 The decision of the majority of the arbitrators shall be final and binding upon the
parties. The expenses of the arbitration shall be paid as may be determined by the
arbitrators. The arbitrators may, from time to time with the consent of all the
parties enlarge the time for making the award. In the event of any of the aforesaid
arbitrators dying, neglecting, resigning of being unable to act for any reason, it will
be lawful for the party concerned to nominate another arbitrator in place of the
outgoing arbitrator.
15.6 The arbitrator shall have full powers to review and/or revise any decision, opinion,
directions certification or valuation of the Engineer in consonance with the
contract.
16.1 The Contract shall be governed by and interpreted in accordance with the laws in
force in India. The courts of Rampur Bushahr/Shimla shall have exclusive
jurisdiction in all matters arising under the Contract.
17.0 NOTICES
► Any notice given by one party to the other pursuant to this Contract shall be sent to
the other party in writing or by cable telex or facsimile and confirmed in writing to the
other party's address specified in NIT/NIQ.
► A notice shall be effective when delivered or on the notice's effective date, whichever
is later.
► The contractor shall not deploy any person below the age of 18 years.
► The contractor will have to obtain necessary “Gate Pass” from CISF authority to
enter into the Dam Site complex for his workman / supervisor as-well-as vehicles
deployed against this contract at his own cost.
► The contractor will comply with all acts/laws and other statutory provisions, rules,
regulations and byelaws as are applicable or which might become applicable with
regard to the performance of the work and engagement of the workers.
► The contractor shall be responsible to ensure all safety measures during the work. In
case any mishap, the contractor shall have to bear all financial liability. SJVN shall
not bear any compensation or responsibility.
► The contractor will have to make his own arrangement to reach Nathpa and for local
conveyance during his stay at Nathpa or elsewhere during the execution of the
contract.
► The contractor will have to make his own arrangement to provide accommodation for
his engineers/staff/workers at Nathpa or elsewhere. The accommodation if available
shall be provided by SJVN on payment basis.
► The contractor shall follow all labour law reticulation as applicable in H.P.
► The contractor will comply with all acts/laws and other statutory provisions, rules,
regulations and byelaws as are applicable or which might become applicable with
regard to the performance of the work and engagement of the workers.
► The contractor shall apply for photo gate pass to all labourers who are engaging for
the work in the undertaking with their full residential address as perform “B”. The
form “B” shall be issued by P&A Deptt., NJHPS, SJVN, Jhakri/Nathpa.
► The character and antecedents of all the labourers are required to be verified
through local police before engaging.
► The labourers of Nepal, Bangladesh, J&K and Tibet origin are required to be
registered in the local Police Station before engaging by the contractor for work and
their finger impression and photographs are required to be recorded in the local
police station.
► The labour will not use a dangry, Army/ police force colour while doing work.
► The basic requirements to be followed are enclosed along with the bid
documents at Annexure-D.
EIC of the work shall be AGM, (Incharge), NJHPS, SJVN Nathpa, Distt. Kinnaur
(H.P.), PIN 172115. All the post award communication is to be done with the EIC of
the work.
i. All correspondence related to this purchase before award of the contract shall
be addressed to SM, Procurement & Contract Deptt, NJHPS, SJVN Ltd, Jhakri,
Distt Shimla (H.P.), PIN- 172201. PH No. 0091-1782-275236 Fax: No. 0091-
1786-234049.
ii. All the correspondences after award of the contract shall be addressed to AGM
(Incharge Nathpa), NJHPS, SJVN Ltd, Nathpa, Distt Kinnaur (H.P.), PIN-
172115. PH No. 0091-1786-263590 Fax: No. 0091-1786-263364
* * *
Registered & Himfed Building, New Shimla, Shimla (HP) Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New
Corporate PIN-171009, Tel: 0177-2670064,490,521,741 ordination Office Delhi. PIN-110017, TELE: 011- 41659210/17
Office Fax: 0177-2670542 FAX: 011- 41659204/14
Page 9 of 9
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.
1.1 The SJVN Limited, hereinafter called "SJVN" / "Owner" is a Joint Venture of
Govt. of India and Govt. of Himachal Pradesh having its registered office at
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 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 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.
1.7 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.
1.8 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. This tender is being processed through e-
tendering/e-procurement system. The bid documents are to be downloaded,
filled in and submitted through e-tendering system of SJVN Ltd. at
https://sjvn.abcprocure.com.
1.9 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. Annual Vendor / contract Registration charges in e-
Registered & Himfed Building, New Shimla, Shimla (HP) Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New
Corporate PIN-171009, Tel: 0177-2670064,490,521,741 ordination Office Delhi. PIN-110017, TELE: 011- 41659210/17
Office Fax: 0177-2670542 FAX: 011- 41659204/14
Page 1 of 17
tendering portal is ` 2600/- plus S.T. The bidder should also have the Digital
Signatures for security purpose. The detailed procedure for the registration is
as under:-
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
support@abcprocure.com and info@abcprocure.com .
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 DIGITAL SIGNATURES: The bidder should also have the Digital Signatures
(Class IIA or higher) 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:
Registered & Himfed Building, New Shimla, Shimla (HP) Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New
Corporate PIN-171009, Tel: 0177-2670064,490,521,741 ordination Office Delhi. PIN-110017, TELE: 011- 41659210/17
Office Fax: 0177-2670542 FAX: 011- 41659204/14
Page 2 of 17
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
From below ActiveX controls and plug-ins ---- Select below 5 Items to be
enabled
Registered & Himfed Building, New Shimla, Shimla (HP) Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New
Corporate PIN-171009, Tel: 0177-2670064,490,521,741 ordination Office Delhi. PIN-110017, TELE: 011- 41659210/17
Office Fax: 0177-2670542 FAX: 011- 41659204/14
Page 3 of 17
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.2964/- is to be
made through DD.
g. The User ID will be activated after DD is received. Send the
Acknowledgement copy and uploaded document to below mentioned e-
Mail ID.
1.13 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.
1.14 Downloading 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”.
1.15 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.
1.16 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:-
For any other clarifications regarding the tender bidder may contact the
following persons/ representatives of M/s SJVN:-
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 To To To
Kalka Mumbai Kolkata Chennai
(i) By Rail 1906 1809 2558
(ii) By Road 1753 1791 2482
Registered & Himfed Building, New Shimla, Shimla (HP) Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New
Corporate PIN-171009, Tel: 0177-2670064,490,521,741 ordination Office Delhi. PIN-110017, TELE: 011- 41659210/17
Office Fax: 0177-2670542 FAX: 011- 41659204/14
Page 5 of 17
From the Kalka rail head, the Project is approachable by the following
roads/routes:-
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 .
5.0 Scope of Proposal/ Work: The scope of work includes Supply & Installation
of Inclinometer and 2D crack meter at NJHPS Sites- Nathpa & Jhakri as
per Technical Specification & General Terms & Conditions attached at
Annexure-A & B.
5.2 The bidder shall be required to offer their rates & prices for entire scope of
work.
5.3 Bidders in their own interest are advised to visit the site to make acquaintance
with work before uploading/submitting their bids. The cost of visiting the site
shall be at bidder’s own expenses.
6.1 The Quality Assurance Program shall be as per the applicable relevant
standard.
Registered & Himfed Building, New Shimla, Shimla (HP) Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New
Corporate PIN-171009, Tel: 0177-2670064,490,521,741 ordination Office Delhi. PIN-110017, TELE: 011- 41659210/17
Office Fax: 0177-2670542 FAX: 011- 41659204/14
Page 6 of 17
7.0 Cost of Bidding
The Bidder shall bear all costs associated with the preparation and submission
of its bid, and the Owner will in no case be responsible or liable for these costs,
regardless of the conduct or outcome of the bidding process.
8.0 The Bidder is expected to examine all instruction, forms, terms, specifications,
and other information in the bidding documents. Failure to furnish all
information required by the bidding documents or submission of a bid not
substantially 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
6.2 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.
6.3 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.
6.4 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.
6.5 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.
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 /T DR:
11.1 The cost for purchase of bid document is ₹ 1,000/-(Rupees One Thousand
only).
11.2 The bidder shall furnish, a bid security/ earnest money as part of the bid
amounting to ₹ 70,000/- (Rupees Seventy Thousand only).
Registered & Himfed Building, New Shimla, Shimla (HP) Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New
Corporate PIN-171009, Tel: 0177-2670064,490,521,741 ordination Office Delhi. PIN-110017, TELE: 011- 41659210/17
Office Fax: 0177-2670542 FAX: 011- 41659204/14
Page 7 of 17
11.3 Micro or Small Enterprises (MSE)/NSIC registered firms are exempted from the
submission of the “EMD” & “Cost of Tender Documents” and must enclose
(Upload scanned copy of the MSE/ NSIC certificate) for the same products as
in NIQ above. If the MSE/ NSIC certificate does not contain the item/work as
listed in our NIQ and no EMD is found enclosed, then SJVN may ask the bidder
to submit the EMD. The bidder must also send the copy of the NSIC/MSE
certificate by Fax/e-mail/post with reference to the present tender and
should reach before the bid closing date.
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.
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.
Registered & Himfed Building, New Shimla, Shimla (HP) Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New
Corporate PIN-171009, Tel: 0177-2670064,490,521,741 ordination Office Delhi. PIN-110017, TELE: 011- 41659210/17
Office Fax: 0177-2670542 FAX: 011- 41659204/14
Page 8 of 17
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.
In case, the payment of the EMD was made through online payment
gateway then the printout of the receipt (Proof) shall also be posted as
per details given in clause 31.0 so as to reach preferably on or before
the last date and time of submission of bid.
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 Ltd. Jhakri} is
also acceptable and the same in physical form should reach preferably before
the last date and time of submission of bid. If EMD in the form of FDR/TDR
does not reach in physical form within the period of techno commercial
evaluation, the bid shall be considered as non-responsive and price bid of such
firms shall not be opened.
11.8 No interest shall be payable by the Owner on the above Bid security.
(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;
Registered & Himfed Building, New Shimla, Shimla (HP) Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New
Corporate PIN-171009, Tel: 0177-2670064,490,521,741 ordination Office Delhi. PIN-110017, TELE: 011- 41659210/17
Office Fax: 0177-2670542 FAX: 011- 41659204/14
Page 9 of 17
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.Schedule-2 “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.
► 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.
Registered & Himfed Building, New Shimla, Shimla (HP) Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New
Corporate PIN-171009, Tel: 0177-2670064,490,521,741 ordination Office Delhi. PIN-110017, TELE: 011- 41659210/17
Office Fax: 0177-2670542 FAX: 011- 41659204/14
Page 10 of 17
16.0 Bid Currencies
► 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.
The Bidder shall fill and upload all the appropriate Schedules / data required as
per the bidding documents.
► 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 31.0 so as to reach on or before the
last date and time of submission of bid.
A. Price Schedule:
(i) Schedule-1 (Page 1of 1) - “Schedule of Prices”.
c. Any other deduction like TDS, “WCT” (As per applicable rate
in H.P.) if applicable 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.
► The Price Part will be opened electronically at same place only for those
bidders whose techno-commercial part is found to be techno-commercially
acceptable and only such bidders will be intimated subsequently either
telephonically or through Fax / 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.
No bid shall be received after last date and time of bid submission.
Registered & Himfed Building, New Shimla, Shimla (HP) Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New
Corporate PIN-171009, Tel: 0177-2670064,490,521,741 ordination Office Delhi. PIN-110017, TELE: 011- 41659210/17
Office Fax: 0177-2670542 FAX: 011- 41659204/14
Page 13 of 17
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.
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. During
bid evaluation, the bid of the bidders quoting outside from H.P. shall be loaded at
the applicable rate of the Entry Tax.
The SJVN liability towards service tax shall also be considered during bid
evaluation.
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.
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.
(iii) In case unit rates are not indicated in words then unit rates indicated
in figure will be considered and will be used for deriving the amount
from the quantities specified in the bid documents.
► 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.
► 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.
Registered & Himfed Building, New Shimla, Shimla (HP) Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New
Corporate PIN-171009, Tel: 0177-2670064,490,521,741 ordination Office Delhi. PIN-110017, TELE: 011- 41659210/17
Office Fax: 0177-2670542 FAX: 011- 41659204/14
Page 15 of 17
► 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.
► 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.
► SIGNING OF THE CONTRACT AGREEMENT(Format enclosed)
► The Contract Agreement (s) will be signed in two (2) originals on non –judicial
Stamp Paper of appropriate value within 30( thirty) days of issue of Notification
of awards/letter of Awards and the contractor shall be provided with one signed
copy of “Original Agreement” and other will be retained by the owner.
► Subsequent to signing of the Contract(s), the contractor at his cost shall provide
the owner with at least four (4) copies of Agreement (Hard Bound) with in twenty
(20) days after signing of the contracts.
A. The Owner requires that Bidders to observe the highest standard of ethics
during the procurement and execution of the Contract. In pursuance of this
policy, the Owner:
(a) defines, for the purposes of this provision, the terms set forth below as
follows:
Registered & Himfed Building, New Shimla, Shimla (HP) Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New
Corporate PIN-171009, Tel: 0177-2670064,490,521,741 ordination Office Delhi. PIN-110017, TELE: 011- 41659210/17
Office Fax: 0177-2670542 FAX: 011- 41659204/14
Page 16 of 17
(ii) "fraudulent practice" means a misrepresentation of facts in order
to influence a procurement process or the execution of a contract
to the detriment of the Owner, and includes collusive practice
among Bidders (prior to or after bid submission) designed to
establish bid prices at artificial non-competitive levels and to
deprive the Owner of the benefits of free and open competition;
(b) will reject a proposal for award if it determines that the Bidder
recommended for award has engaged in corrupt or fraudulent practices
in competing for the contract in question;
(c) will declare a firm ineligible, either indefinitely or for a stated period of
time, to be awarded a contract if it at any time determines that the firm
has engaged in corrupt or fraudulent practices in competing for, or in
executing, a contract of the Owner.
B Furthermore, Bidders shall be aware of the provision stated in the "General
Conditions of Contract".
31.0 Submission of documents by post:
The following documents in hard copy/original form sealed in envelop super
scribed as “Supply & Installation of Inclinometer and 2D crack meter at
NJHPS Sites- Nathpa & Jhakri PCD-NJHPS-575(O&M) /2015” are to be sent
through post:-
i. Earnest Money Deposit in the form of FDR/TDR/ Copy of
NSIC/MSE certificate as per clause no. 11.0.
The scanned copy of above documents is to be uploaded on the web and must
reach preferably before closing date and time as per the bidding document i.e.
on or before 27/01/2016 13:00 HRS.
Any documents as asked or required are to be sent to the following address:-
Sr. Manager (SM),
Procurement and Contract Department,
NJHPS, SJVN LTD., Jhakri,
Distt. Shimla (H.P.)-172201.
Phone No. 01782-275236.
Fax No. 01782-234049/ 275106.
Any documents as asked or required like scanned copies of Earnest Money
Deposit in the form of FDR/TDR/ Copy of NSIC/MSE certificate, copy of
previous orders etc. are to be uploaded along with the bid at
https://sjvn.abcprocure.com.
32.0 Undertaking:
32.1 We have read carefully all the bidding documents and agreed to the conditions
except for deviation taken clause wise in deviation schedule.
32.2 We have not changed the contents of the bidding documents.
32.3 Scanned copy of documents uploaded along with the bid is true to the best of
our knowledge.
Registered & Himfed Building, New Shimla, Shimla (HP) Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New
Corporate PIN-171009, Tel: 0177-2670064,490,521,741 ordination Office Delhi. PIN-110017, TELE: 011- 41659210/17
Office Fax: 0177-2670542 FAX: 011- 41659204/14
Page 17 of 17
Annexure -
AGREEMENT FORMAT
AND
1. In this Agreement, words and expression shall assume the same meanings as
are respectively assigned to them in the Conditions of Contract hereinafter
referred to and they shall be deemed to form and be read and construed as part
of this Agreement.
4. The contractor undertakes to execute and complete the Works within the Time for
Completion and to achieve the Milestones within the time prescribed thereof in
the Contract.
5. The following documents shall be deemed to form and be read and construed as
integral part of this Agreement: This Agreement shall prevail over all other
Contract Documents.
In witness whereof the parties hereto have executed this Agreement on the day, month and
year first written before.
The Common Seal of both the Parties is hereunto affixed in the presence of:
SCHEDULED BANKS
NATIONALISED BANKS
Allahabad Bank
Andhra Bank
Bank of Baroda
Bank of India
Bank of Maharashtra
Canara Bank
Central Bank of India
Corporation Bank
Dena Bank
Indian Bank
Indian Overseas Bank
Oriental Bank of Commerce
Punjab National Bank
Punjab and Sind Bank
Syndicate Bank
UCO Bank
Union Bank of India
United Bank of India
Vijaya Bank