180006 Regional Office, NHPC Limited JDA Commercial ... · Narwal Jammu-180006 Ph. 0191-2490999...
Transcript of 180006 Regional Office, NHPC Limited JDA Commercial ... · Narwal Jammu-180006 Ph. 0191-2490999...
Page 1
NHPC Limited
(A GOVT. OF INDIA ENTERPRISE)
CONDITIONS OF CONTRACT FOR DOMESTIC COMPETITIVE BIDDING
एन एच पी सी लऱ.
(भारत सरकार का उध्यम)
(A Govt. of India Enterprise
क्षेत्रीय कायााऱय, एनएचपीसी लऱलमटेड जेडीए कमलशायऱ कॉम्पयऱेक्सE नरवाऱ, जम्मूर – 180006
Regional Office, NHPC Limited JDA Commercial Complex,
Narwal Jammu-180006 Ph. 0191-2490999
Fax. 0191-2490999 E-mail:[email protected]
Page 2
(भारत सरकार का उद् यम)
NNHHPPCC LLiimmiitteedd (A GOVT. OF INDIA ENTERPRISE)
e-Tender Document
FOR
Supply, Installation and Commissioning of Solar Photovoltaic Street Light 15 Watt with Li-integrated Battery without Pole at Regional Office premises, JDA Complex, Narwal Jammu.
TENDER SPECIFICATION No. NH/ED/M (P&C)/NIT/PACKAGE-70 /2016
Page 3
TABLE OF CONTENTS
Tender Document for “Supply, Installation and Commissioning of Solar Photovoltaic Street
Light 15 Watt with Li-integrated Battery without Pole at Regional Office premises, JDA Complex,
Narwal Jammu”, Package No- 70
Section Description Page
Tender Issue Form
Section-0 Notice Inviting E-Tender (NIT)
4-6
Section -I Instructions to Bidders (ITB)
7-15
Section –II Terms & Conditions of Contract (T&C)
16-19
Section III Special Condition & Scope of Work 20
Section- IV Schedule of Quantities & Prices 21
Section-V Guidelines on Banning of Business dealings and Forms 22-43
Name of Authority Inviting/Issuing Tenders
एन एच पी सी लऱ.
(भारत सरकार का उध्यम)
(A Govt. of India Enterprise
क्षेत्रीय कायााऱय, एनएचपीसी लऱलमटेड जेडीए कमलशायऱ कॉम्पयऱेक्सE नरवाऱ, जम्मूर – 180006
Regional Office, NHPC Limited JDA Commercial Complex,
Narwal Jammu-180006 Ph. 0191-2490999
Fax. 0191-2490999 E-mail:[email protected]
Page 4
NO. NH/ED/M(P&C)/NIT/PACKAGE- 70 /2016/286 Dated 08.12.2016
SECTION-0: NOTICE INVITING E-TENDER (Open Tender)
Online bids are invited on open tender basis for and on behalf of NHPC Limited, Regional Office Jammu,
from domestic bidders (Authorized Dealer/Distributor/Manufacturer) registered in India for “Supply,
Installation and Commissioning of Solar Photovoltaic Street Light 15 Watt with Li-integrated Battery without
Pole at Regional Office premises, JDA Complex, Narwal Jammu” Package No- 70 . Manual bids shall not be
accepted except for the original documents / instruments as mentioned in this tender.
The details of supply are available in the tender document which can be downloaded from Central Public
Procurement (CPP) Portal http://eprocure.gov.in/eprocure/app and the bid is to be submitted online only
on http://eprocure.gov.in/eprocure/app up to last date and time of submission of tender. Sale of physical
tender document is not applicable. Bid documents may be scanned with 100 dpi with black and white
option which helps in reducing size of the scanned document.
एन एच पी सी लऱ.
(भारत सरकार का उध्यम)
(A Govt. of India Enterprise
क्षेत्रीय कायााऱय, एनएचपीसी लऱलमटेड जेडीए कमलशायऱ कॉम्पयऱेक्सE नरवाऱ, जम्मूर – 180006
Regional Office, NHPC Limited JDA Commercial Complex,
Narwal Jammu-180006 Ph. 0191-2490999
Fax. 0191-2490999 E-mail:[email protected]
1 Reference to Bid Specification: NH/ED/M(P&C)/NIT/Package-70 /2016
2 Supply covered by the bid specification: “Supply, Installation and Commissioning of Solar Photovoltaic Street Light 15 Watt with Li-integrated Battery without Pole at Regional Office premises, JDA Complex, Narwal Jammu”
3 Time allowed for completion 6 (Six) weeks
4 a) Tender Document Fees (Non-refundable).
b) Earnest Money Deposit (EMD)
Rs.500/- (Rupees five hundred only)in the form of Demand Draft in favour of “NHPC Ltd.” payable at SBI Gandhi Nagar, Jammu. (J&K)
Rs. 6000/- (Rupees Six Thousand only) in the form of Demand Draft in favour of “NHPC Ltd.” payable at SBI Gandhi Nagar, Jammu. (J&K)
5 Tender View date and time 10.12.2016 1500Hrs.
a) Online submission of Bid
11.12.2016 (1000Hrs.) Up to 31.12.2016 (1500Hrs)
b) Last date and time of Receipt of Tender
document fees, Bid Security, (Offline
Submission).
02.01.2017 up to 1700 Hrs
Page 5
Note: Tender Fee and EMD (in original) should be submitted to the Tender Inviting Authority on or before the last date & time of bid submission failing which the tender will be summarily rejected.
1.0 Qualifying Criteria For Bidding / Eligible Bidders.
2.1 Bids from those bidders who have not paid the tender fee shall not be considered. 2.2 The following minimum criteria has been set forth for the procurement:-
i. Requisite Earnest Money Deposit (EMD) or, copy of valid NSIC Registration Certificate claiming exemption.
ii. Sales Tax Registration along with sales tax clearance certificate & copy of PAN No. of the firm (Self attested with seal).
iii. Duly filled ECS (Credit Clearing) as per attached Form – III by the Firm as well as the Bank. iv. Signed and stamped copy of quoted prices duly filled in the „Schedule of Quantities & Prices‟
as Section-IV, strictly as per the prescribed format. v. Bidders shall not have been banned/ de-listed/debarred from business on the ground
mentioned in para 6 of Guidelines on Banning of Business dealings. Self- Declaration in this regard is to be submitted as per the enclosed Proforma.
vi. The Bidder should fill in the bid proforma appended as Form-II herewith and submit the same.
vii. Self attested with seal latest Income-Tax Return for the Assessment Year 2015-16 viii. Declaration/Undertaking of MSME Development 2006. As per Form-IV.
ix. For Store / Purchase Contracts:
Post Qualification shall be based entirely upon the capability and resources of prospective
bidders to perform the particular contract satisfactorily, taking in to account their (i)
experience and past performance on similar contracts for last 2 years (ii) capabilities with
respect to personnel, equipment and manufacturing facilities (iii) financial standing
through latest I.T.C.C, Annual report (balance sheet and profit and loss account) of last three
years. The quantity, delivery and value requirement shall be kept in view, while fixing the
PQ criteria. No bidder should be denied Prequalification/Post Qualification for reasons
unrelated to its capability and resources to successfully perform the contract.
x. Duly filled forms regarding guidelines on banning of business dealings. 2.3 Bids of only those bidders who are meeting the eligibility criteria specified above will
be considered for evaluation and award of the contract. Bidders will submit duly self attested requisite supporting documents.
2.4 The details / information regarding online tendering i.e. Registration on CPP Portal,
preparation of Bid and submission of bid are available in the tender document. NHPC reserves the right to reject any or all tenders and shall not be bound to assign any reason for such rejection.
c) Date and time for Opening of Techno
Commercial Bid.
03.01.2017 up to 1500 Hrs
6 Required Validity of bid 120 days from the date of opening
7 Language of bid English
8 Bid Currency Indian National Rupee ( INR)
Page 6
Note : Revised guidelines on Banning of Business Dealings has been annexed as Section- V along with forms. Bidders are required to submit the duly filled forms
Manager (P&C) Ph. 0191-2490999
Mail id: [email protected] Distribution
Internal: 1. Executive Director Regional office, for kind information please. 2. Chief Engineer (C) - C&O, for kind information please. 3. Chief (Finance), for kind information please. 4. Sr. Manager (IT), for information please. 5. Manager(C), L&PS Division for information please. 6. Notice board all the offices under Regional office Jammu.
External: 1. Dy. Commissioner, Jammu. 2. Vice Chairman JDA, Jammu 3. Chief Engineer PWD, Jammu 4. Executive Engineer, CPWD, Jammu.
Page 7
SECTION-I: INSTRUCTIONS TO BIDDERS (ITB) 1.0 Scope of work:
1.1 Bids (E-tenders) under two cover system is hereby invited on behalf of NHPC Ltd., Regional Office
Jammu, from domestic bidders registered in India for the “Supply, Installation and Commissioning of
Solar Photovoltaic Street Light 15 Watt with Li-integrated Battery without Pole at Regional Office
premises, JDA Complex, Narwal Jammu” Pkg-70 as per enclosed Schedule of Quantities and Prices.
Tender forms to be downloaded from http://eprocure.gov.in/eprocure/app
1.2 This section of the bidding documents provides the information necessary for bidders to prepare online responsive bids, in accordance with the requirements of the Employer. It also provides information on online bid submission, opening, evaluation and contract award.
1.3 INSTRUCTION FOR ONLINE BID SUBMISSION: The bidders are required to submit soft
copies of their bids electronically on the Central Public Procurement (CPP) Portal ie http://eprocure.gov.in/eprocure/app , using valid Digital Signature Certificates. The instructions given below are meant to assist the bidders in registering on the CPP Portal, prepare their bids in accordance with the requirements and submitting their bids online on the CPP Portal.
1.3.1 REGISTRATION: (i) Bidders are required to enroll on the e-Procurement module of the Central Public
Procurement Portal by using the “Online Bidder Enrollment” option available on the home page. Enrolment on the CPP Portal is free of charges.
(ii) During enrolment/ registration, the bidders should provide the correct/ true information including valid email-id & mobile no. All the correspondence shall be made directly with the contractors/ bidders through email-id provided.
(iii) As part of the enrolment process, the bidders will be required to choose a unique username and assign a password for their accounts.
(iv) For e-tendering possession of valid Digital Signature Certificate (Class II or Class III Certificates with signing key usage) is mandatory which can be obtained from SIFY /nCode/eMudra or any Certifying Authority recognized by CCA India on eToken/ Smart Card.
(v) Upon enrolment on CPP Portal for e-tendering, the bidders shall register their valid Digital Signature Certificate with their profile.
(vi) Only one valid DSC should be registered by a bidder. Bidders are responsible to ensure that they do not lend their DSCs to others which may lead to misuse and should ensure safety of the same.
(vii) Bidders can than log into the site through the secured login by entering their user ID/ password and the password of the DSC/ eToken.
1.3.2 PREPARATION OF BIDS:
(i) For preparation of bid Bidders shall search the tender from published tender list available on site and download the complete tender document and should take into account corrigendum if any published before submitting their bids. After selecting the tender document same shall be moved to the „My favourite‟ „My Tender’ folder of bidders account from where bidder can view all the details of the tender document.
Page 8
(ii) Bidder shall go through the tender document carefully to understand the documents required to be submitted as part of the bid. Bidders shall note the number of covers in which the bid documents have to be submitted, the number of documents – including the names and content of each of the document that need to be submitted. Any deviations from these may lead to rejection of the bid.
(iii) Any pre-bid clarifications if required, then same may be obtained online through the tender site, or through the contact details given in the tender document.
(iv) Bidders should get ready in advance the bid documents in the required format (PDF/xls/rar/dwf/jpg formats) to be submitted as indicated in the tender document/schedule. Bid documents may be scanned with 100 dpi with black and white option which helps in reducing size of the scanned document.
(v) Bidders can update well in advance, the documents such as experience certificates, annual report, PAN, EPF & other details etc., under “My Space/ Other Important Document” option, which can be submitted as per tender requirements. This will facilitate the bid submission process faster by reducing upload time of bids.
1.3.3 SUBMISSION OF BIDS: (i) Bidder should log into the site well in advance for bid submission so that he/ she
upload the bid in time i.e. on or before the bid submission time. (ii) Bidder should prepare the Tender Fee and EMD as per the instructions specified
in the NIT/ tender document. The details of the DD/BC/BG/ others physically sent, should tally with the details available in the scanned copy and the data entered during bid submission time. Otherwise the uploaded bid will be rejected.
(iii) While submitting the bids online, the bidder shall read the terms & conditions (of CPP portal) and accepts the same in order to proceed further to submit their bid.
(iv) Bidders shall select the payment option as offline to pay the Tender Fee/ EMD and enter details of the DD/BC/ NSIC certificate.
(v) Bidder shall digitally sign and upload the required bid documents one by one as indicated in the tender document.
(vi) Bidders shall not that the very act of using DSC for downloading the tender
document and uploading their offers is deemed to be a confirmation that they have read all sections and pages of the tender document without any exception and have understood the complete tender document and are clear about the requirements of the tender document.
(vii) Bid documents may be scanned with 100 dpi with black and white option which helps in reducing size of the scanned document. For the file size of less than 1 MB, the transaction uploading time will be very fast.
(viii) If price quotes are required in XLS format, utmost care shall be taken for uploading Schedule of quantities & Prices and any change/ modification of the price schedule shall render it unfit for bidding. Bidders shall download the Schedule of Quantities & Prices in XLS format and save it without changing the name of the file. Bidder shall quote their rate in figures in the appropriate cells, thereafter save and upload the file in financial bid cover (Price bid) only. If the template of Schedule of Quantities & Prices file is found to be modified/corrupted in the eventuality by the bidder, the bid will be rejected.
Page 9
The bidders are cautioned that uploading of financial bid elsewhere i.e. other than in cover 2 will result in rejection of the tender.
(ix) Bidders shall submit their bids through online e-tendering system to the Tender Inviting Authority (TIA) well before the bid submission end date & time (as per Server System Clock). The TIA will not be held responsible for any sort of delay or the difficulties faced during the submission of bids online by the bidders at the eleventh hour.
(x) After the bid submission (i.e. after Clicking “Freeze Bid Submission” in the portal), the bidders shall take print out of system generated acknowledgement number, and keep it as a record of evidence for online submission of bid, which will also act as an entry pass to participate in the bid opening.
(xi) Bidders should follow the server time being displayed on bidder‟s dashboard at the top of the tender site, which shall be considered valid for all actions of requesting, bid submission, bid opening etc., in the e-tender system.
(xii) All the documents being submitted by the bidders would be encrypted using PKI (Public Key Infrastructure) encryption techniques to ensure the secrecy of the data. The data entered cannot be viewed by unauthorized persons until the time of bid opening. The confidentiality of the bids is maintained using the secured Socket Layer 128 bit encryption technology.
1.3.4 ASSISTANCE TO BIDDERS:
(i) Any queries relating to the tender document and the terms and conditions contained therein should be addressed to the Tender Inviting Authority for a tender or the relevant contract person indicated in the tender.
(ii) Any queries relating to the process of online bid submission or queries relating to CPP Portal in general may be directed to the 24X7 CPP Portal Helpdesk. Toll Free Number 1800-3070-2232. Mobile Nos. 91-7878007972 and 91-7878007973.
2.0 Qualifying Criteria For Bidding / Eligible Bidders:
2.1 Bids from those bidders who have not paid the tender fee of Rs.500/- shall not be considered.
2.2 The following minimum criteria has been set forth for the procurement:- i. Requisite Earnest Money Deposit (EMD) or, copy of valid NSIC Registration Certificate
claiming exemption. ii. Sales Tax Registration along with sales tax clearance certificate & copy of PAN No. of the firm
(Self attested with seal). iii. Duly filled ECS (Credit Clearing) as per attached Form –III by the Firm as well as the Bank. iv. Signed and stamped copy of quoted prices, duly filled in the „Schedule of Quantities & Prices‟ as
Section-III, strictly as per the prescribed format. v. Bidders shall not have been banned/ de-listed/debarred from business on the ground mentioned in
para 6 of Guidelines on Banning of Business dealings. Self- Declaration in this regard is to be submitted as per the enclosed Proforma.
vi. The Bidder should fill in the Bid Proforma appended as Form-II herewith and submit the same. vii. Self attested with seal latest Income-Tax Return for the Assessment Year 2015-16
viii. Declaration/Undertaking of MSME Development 2006. As per Form-IV.
Page 10
ix For Store / Purchase Contracts:
Prequalification / Post Qualification shall be based entirely upon the capability and resources
of prospective bidders to perform the particular contract satisfactorily, taking in to account
their (i) experience and past performance on similar contracts for last 2 years (ii) capabilities with respect to personnel, equipment and manufacturing facilities (iii) financial standing
through latest I.T.C.C, Annual Report (balance sheet and profit and loss account) of last three
years. The quantity, delivery and value requirement shall be kept in view, while fixing the PQ criteria. No bidder should be denied Prequalification/Post Qualification for reasons unrelated
to its capability and resources to successfully perform the contract.
x Duly filled forms regarding guidelines on banning of business dealings.
2.3 Bids of only those bidders who are meeting the eligibility criteria specified above will be
considered for evaluation and award of the contract. Bidders will submit duly self attested requisite supporting documents.
3.0 Cost of Bidding: 3.1 The tenderer will be required to submit a non-refundable fee as mentioned in NIT towards the
cost of tender fee. 3.2 Small scale Units Registered with the National Small Industries Corporation (NSIC) under their
single point Registration Scheme of the stores/supply are exempted from furnishing the cost of tender document fees. They should furnish a self attested copy of the valid registration certificate/letter issued by NSIC in their favour, for the supply covered under this tender document. No other bidder is exempted from furnishing cost of tender fee as mentioned above.
4.0 Bid Security
4.1 Bid Security shall be submitted as mentioned in NIT. Small scale units registered with the
National Small Industries Corporation (NSIC) under their single point registration scheme for
the stores/supply are exempted from furnishing the bid security deposit. They should furnish
with self attested copy of the valid registration certificate issued by NSIC in their favour, for the
stores/supply covered under this bid document. No other bidder is exempted from furnishing
Bid Security as mentioned above.
4.2 Bids received unaccompanied by either an acceptable Bid Security or self attested photocopy of
valid certificate of registration issued by NSIC shall be rejected as being non-responsive and
returned unopened to the bidders.
4.3 Bid Security of the successful bidder will be returned when the bidder has furnished requisite
performance guarantee as stipulated in “Terms & Conditions” of contract. The bid security of all
the unsuccessful bidders will be returned on or before 30 days after the award.
Page 11
4.4 The bid security shall be forfeited:
a. If the bidder withdraws its bid or varies any terms & conditions in regard thereto during
the period of bid validity specified by the bidder. Or
b. If the bidder indulges in Corrupt, Fraudulent, Collusive or Coercive practice(s) as
mentioned in the clause 12 of ITB. Or
c. If the bidder does not accept the correction of its Bid Price pursuant to ITB Sub-Clause
9.4 Or
d. If the successful bidder fails or refuses to accept/execute the supply order when
required. Or
e. In the case of a successful bidder, if the bidder fails with in the specified time limit to
furnish the required performance security, in accordance with T&C.
5.0 Preparation, Receipt, Submission and Signing of Bid.
Two-Part Bid procedure shall be adopted for preparation, submission and evaluation of the
bids. The bid should be signed by the bidder. On or before the submission time as stipulated in
the bidding document.
5.1 First Part: Techno-Commercial bid:
5.1.1 Soft Copy (Online Submission):
The On Line Submission will have the following activities: i) Requisite Earnest Money Deposit (EMD) or, copy of valid NSIC Registration Certificate
claiming exemption. ii) Sales Tax Registration & copy of PAN No. of the firm (Self attested with seal). iii) Duly filled ECS (Credit Clearing) as per attached Form – III by the Firm as well as the Bank.
iv) Bidders shall not have been banned/ de-listed/debarred from business on the ground
mentioned in para 6 of Guidelines on Banning of Business dealings. Self- Declaration in this regard is to be submitted as per the enclosed Proforma.
v) The Bidder should fill in the bid proforma appended as Form-II herewith and submit the same.
vi) Self attested with seal latest Income-Tax Return for the Assessment Year 2015-16 vii) Declaration/Undertaking of MSME Development 2006. As per Form-IV.
5.1.2 Hard copy/ Supporting documents (Offline submission):
Bidders shall submit the following documents (Hard copy) offline (i.e. physically) in separate sealed envelope by the due date and time of receipt of bid as mentioned in NIT. The envelope received late or after the prescribed due date and time of receipt as mentioned in NIT will not be entertained. NHPC will not be responsible for any postal delay. The envelope shall be super scribed as “Bid Security / EMD, Tender Fees, Documentary evidences in support of the qualification criteria for Tender Specification No. NH/ED/M (P&C)/NIT/Pkg-70 /2016” and sent to Manager (P&C), O/o Executive Director, Regional Office, Narwal Jammu.
Page 12
1) DD/NSIC Certificate towards tender document fees as mentioned in clause 2.1 of ITB. 2) DD/NSIC certificate towards Bid Security as mentioned in Cl. No. 2.2 of ITB. This envelope shall not contain anything else. This part of bid should not contain any price information.
5.1.3 Second Part: Price bid:
Submission of Main Bid (Mandatory).
Financial Part must contain the “Schedule of Quantities & Prices” strictly as per format as per Section-IV. The soft copy of the duly filled in „Schedule of Quantities & Prices‟ in MS Excel format in conformity with the tender specification is to be uploaded on the portal.
Submission of Soft Copy of any documents by any other means shall not be accepted by the Purchaser in any circumstances.
5.2 No member of consortium/Bidder( including sub- Contractors) should have been banned/ de- listed/black listed/ debarred from business on the ground mentioned in para 6 of Guidelines on Banning of Business dealings. Self- Declaration in this regard is to be submitted as per the enclosed Proforma.
5.3 The purchaser reserves the right to itself to postpone and/or extend the date of receipt or to
withdraw the bid notice, without assigning any reason thereof, entirely at its discretion. In such
an event, bidders shall not be entitled to any compensation, in any form whatsoever.
5.4 Bidders shall give a breakdown of the prices in the manner and detail called for in the Schedule
of Quantities & Prices. The bidder shall quote their prices on “Firm” basis in all respects. The
bidder shall ascertain the rate of all applicable taxes & duties and shall fill up price bid
accordingly.
5.5 Price bid of bidders, whose techno-commercial bids are not considered acceptable to the
purchaser, will be archived unopened. The decision of the purchaser is final and binding in this
regard.
6.0 Bid Proforma:
The bidder should fill in the bid proforma appended as Form-II herewith and submit the same
online.
7.0 ECS form:
Bidders are required to submit duly filled in ECS Form appended as Form-III herewith and
submit the same online.
8.0 Online opening of Bids by Purchaser:
8.1 Initially, the „Techno-Commercial Bid‟ shall be opened online. The „Price Bid‟ of only those bidders whose techno-commercial bid is acceptable to the Purchaser shall be opened online.
8.2 Online Public Tender Opening Event (TOE):
Page 13
As soon as a Bid is decrypted with the corresponding „Pass-Phrase‟ as submitted Offline or online by the bidder himself (during the TOE itself), salient points of the Bids are simultaneously made available for downloading by all participating bidders.
8.3 In the event of not opening of the bid with the pass-phase provided by the bidder, Purchaser on its discretion may give an option through the portal, to the bidder to open its bid as per provisions available on the portal. However, the Purchaser shall not be responsible if bid could not be opened within reasonable time for what so ever reason. In such a case, the bid shall be sent unopened to „Archive‟ on the portal and shall not be considered at all any further.
9.0 Evaluation of Bids:
9.1 The purchaser will examine the bids to determine whether they are complete, whether any
computational errors have been made and whether the bids are generally in order and confirms
to all the terms, conditions and specifications of the Tender Document without any deviation.
9.2 During bid evaluation, the purchaser may ask the bidder for 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.
9.3 The evaluation of Bid shall be done based on the item wise price quoted by the bidder in their
“Price Bid” submitted online subject to Cl. 9.4 of ITB.
9.4 Arithmetical error will be rectified on the following basis:
If there is a discrepancy between the unit price which is obtained by multiplying unit price and
quantity, or between subtotal and the total price, the unit or subtotal price as the case may be
shall prevail, and the total price shall be corrected. If there is a discrepancy between words and
figure of the unit rates, the unit rates in words will be prevail. If bidder does not accept the
correction of errors, its bid will be rejected and the bid security will be forfeited in accordance
with ITB sub-clause 4.4.
11.0 Purchase Preference in favour of Small Scale Units registered with NSIC
11.1 Small Scale units registered with National Small Industries Corporation (NSIC) under single
point registration scheme for these goods shall also be eligible for the purchase preference.
12.0 Award Criteria & Purchaser‟s Right to accept any bid and to reject any or all bids
12.1 The purchaser reserves to itself the right to accept or reject any bid, and to annual 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 purchasers action. The purchaser shall not be bound to accept the
lowest or any bid and reserves to itself the right of accepting whole or a portion of any of the bid
as it may deem fit, without assigning any reason thereof.
Page 14
12.2 The purchaser reserves to itself the right to take over the part or full contract from the supplier
after the award of the contract or during execution of contract without assigning any reason.
12.3 Subject to ITB Clause 12.1, the purchaser 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 correct
satisfactorily.
12.4 The evaluated price arrived at in terms of sub-clause 9.4 shall be considered for the comparison
and evaluation of the bids. However, for the purpose of award of contract the lesser of the total
price quoted by the bidder as per “Price Bid” or the evaluated as per sub-clause 9.4 of ITB shall
be considered.
13.0 Corrupt, Fraud, Collusive or Coercive Practice
It is expected from the bidders that they will observe the highest standard of ethics during the
procurement and execution of such contracts. This policy shall be applicable as available on
NHPC website www.nhpcindia.com.
14.0 Information w.r.t. MSME Development Act 2006
„MSME Development Act 2006‟ is applicable to all suppliers/service providers. Therefore
information as per format appended as Form-IV is required to be submitted by the bidder along
with bid.
15.0 Check List
15.1 Following to be submitted offline as per clause 5.1.2 of ITB in an Envelop
1) DD/NSIC Certificate towards tender document fees as mentioned in clause 2.1 of ITB. 2) DD/NSIC certificate towards Bid Security as mentioned in Cl. No. 2.2 of ITB.
15.2 Following to be filled/scanned and uploaded online as per clause 5.1.1 of ITB:
The On Line Submission will have the following activities:
i) Proof of Requisite Earnest Money Deposit (EMD) or, copy of valid NSIC Registration
Certificate claiming exemption. ii) Sales Tax Registration along with sales tax clearance certificate & copy of PAN No. of the
firm (Self attested with seal). iii) Duly filled ECS (Credit Clearing) as per attached Form – III by the Firm as well as the Bank. iv) Bidders shall not have been banned/ de-listed/debarred from business on the ground
mentioned in para 6 of Guidelines on Banning of Business dealings. Self- Declaration in this regard is to be submitted as per the enclosed Proforma.
v) The Bidder should fill in the bid proforma appended as Form-II herewith and submit the same.
vi) Self attested with seal latest Income-Tax Return for the Assessment Year 2015-16
Page 15
vii) Declaration/Undertaking of MSME Development 2006. As per Form-IV.
viii) For Store / Purchase Contracts: Post Qualification shall be based entirely upon the capability and resources of prospective
bidders to perform the particular contract satisfactorily, taking in to account their (i)
experience and past performance on similar contracts for last 2 years (ii) capabilities with respect to personnel, equipment and manufacturing facilities (iii) financial standing
through latest I.T.C.C, Annual report (balance sheet and profit and loss account) of last
three years. The quantity, delivery and value requirement shall be kept in view, while fixing the PQ criteria. No bidder should be denied Post Qualification for reasons unrelated
to its capability and resources to successfully perform the contract.
15.3 Following to be filled as per clause 5.1.3 of ITB
Duly filled and submitted online “Schedule of Quantities & Prices” Section-IV (Price Bid).
Page 16
SECTION-II: - TERMS AND CONDITIONS OF CONTRACT (T&C)
1.0 Scope of Supply:
Supply, Installation and Commissioning of Solar Photovoltaic Street Light 15 Watt with Li-
integrated Battery without Pole
2.0 Prices and Taxes & Duties:
2.1 Prices shall be firm and on F.O.R. Store NHPC Limited, Narwal Jammu-180006 inclusive of
charges for packing, handling, forwarding, transportation, insurance (to be retained/deleted
as per clause no. 3 below) and all applicable taxes & duties.
2.2 Taxes, duties and levies, as applicable twenty eight (28) days prior to deadline for submission
of bids (except on transportation), shall be mentioned in price bid i.e. Schedule of Quantities
& Prices (Section-III). Concessional Form C/D shall be/shall not be issued by NHPC. The
Transportation charges shall be quoted inclusive of all applicable taxes on transportation
enroute up to destination.
2.3 All taxes and duties mentioned in the price bid as per clause 2.2 above shall be paid /
reimbursed against proper invoice as per rules/documentary evidence and restricted to the
total amount of taxes & duties in price bid subject clause 2.4 below. No other taxes and duties
shall be payable /reimbursable by NHPC.
2.4 Statutory variation, in taxes and duties or levy of any new tax after 28 (Twenty Eight) days
prior to deadline for submission of bid will be adjusted/reimbursed against production of
documentary evidence.
3.0 Transit Insurance:
Material shall be insured under open transit insurance policy no._________________with M/s
________________________(Name & Address of Insurance Company). Photocopy of invoice
and dispatch instruction should invariably be sent to the insurance Co. through Phone/Fax
No.________________/through email__________________
OR
Transit Insurance shall be borne by the supplier (if any).
4.0 Terms of Payment:
100% payment shall be released through ECS after receipt, verification in store & successful
commissioning and production of following documents including Performance Security and
its acceptance thereof:
Page 17
OR
90% payment of material‟s cost along with 100% taxes & duties shall be released through bank against submission of following despatch documents. Balance 10% shall be released after receipt and verification of material at store (…Strick out as applicable…) within 30 days.
Detail of Documents:
i. Evidence of dispatch (GR/LR etc) ii. Invoice in triplicate alongwith detailed packing list
iii. Insurance Intimation/Cover (if any) iv. Warrantee Certificate
4.1 DELAY IN PAYMENTS TO MSEs AND NON MSE‟s
TERMS OF PAYMENT:
1. In case of MSE
All the payments for the supplies and /services ( as applicable) rendered by MSEs (Micro & Small Enterprises) Supplier/Contractor under the contract shall be released with in forty five days from the day of acceptance. In case, payment are not released as mentioned above NHPC shall pay the principal amount plus compound interest with monthly rests from the date immediately following the dates agreed upon @ three times of bank rates as notified by Reserve Bank of India from time to time. 2. In case of Non-MSE All the payments for the supplies and /services ( as applicable) rendered by Non- MSEs (Non-Micro & Small Enterprises) Supplier/Contractor under the contract shall be released with in forty five days from the receipt of invoice/bills from the contractor/supplier complete in all respect. In case, payment are not released as mentioned above NHPC shall pay the principal amount plus simple interest from the date immediately following the dates agreed upon @ 8% p.a. Day of Acceptance means- day of actual delivery of goods or the rendering of services or where any objection is made in writing by the buyer regarding acceptance of goods or services with in fifteen days from the date of delivery of goods or the rendering of services, the day on which such objection is removed by the supplier.
Page 18
5.0 Delivery Period:
The delivery period of material shall be completed within Six (06) weeks from the date of receipt of supply order.
6.0 Liquidated Damages:
If the Supplier fails to attain completion of the supply of the material or any part thereof within the prescribed time for completion under clause 5.0 or any extension thereof (due to delays not attributable to the Supplier), the Supplier shall pay to the purchaser liquidated damages equal to the amount computed @ ½ (half) percent per week or part thereof of Contract Price. The aggregate amount of such Liquidated damages shall in no case exceed 10% of the contract price. However cost compensation for any time extension shall not be paid.
7.0 Performance Guarantee:
Within 28 days of receipt of supply order, the supplier shall furnish to the Engineer-In-Charge a Performance Guarantee in the form of Demand Draft / Bank Guarantee from an Indian Nationalized Bank or any Scheduled Bank in India as per the format appended as Form-V herewith for an amount equal to (10) ten percent of the contract price by way of guarantee valid till three month beyond the warrantee period as mentioned in the Supply Order for the due and faithful performance of the contract along with the other terms and conditions agreed to. The performance guarantee shall be released after successful completion of the warrantee period. The performance guarantee amount will not earn any interest for the whatsoever period detained by NHPC. Waiver of Performance Guarantee up to the monetary Limit for which SSI units is registered with NSIC under its single point registration scheme shall be considered.
8.0 Warrantee: The equipment/items shall be warranted against poor quality or workmanship of material or
manufacturing defects for a minimum period of 12 month commencing upon the setting to work of item/plant or 18 months from the date of despatch whichever is earlier. During the warrantee period the supplier shall repair/replace the defected items free of cost and no conveyance or any other charges shall be paid. If any defect is not remedied within a reasonable time, the purchaser may proceed to do the work at the suppliers risk and expense, but without prejudice to other rights, which the purchaser may have against the supplier in respect of such defects.
9.0 Inspection: Inspection shall be carried out by authorized representative of purchaser at NHPC store,
Regional Office Jammu after receipt of material. Necessary assistance for conducting the inspection shall be provided by the Supplier free of cost.
10.0 Engineer-In-Charge: Sr. Manager (IT), Regional Office, Jammu, NHPC Ltd. shall be Engineer-In-Charge of the
Page 19
aforesaid contract. 11.0 Consignee: Manager (Stores), NHPC Ltd. Narwal Jammu-180006. Contact No. 0191-2477892. 12.0 Paying Authority: Chief (Finance), NHPC Ltd. Regional Office, Narwal Jammu. 13.0 Court of Competent Jurisdiction: Any action taken or proceedings initiated on any of the items of this Agreement shall be only in
the court of competent jurisdiction under the High Court at Jammu.
SIGNATURE & SEAL OF BIDDER
Page 20
SECTION-III: SPECIAL CONDITIONS AND SCOPE OF WORK
Scope of Work:
Supply, Installation and Commissioning of LED based Solar Street Light System complete in all
respect along with one set of operation instruction cum maintenance manual ( Hindi & English).
Special Conditions:
1. Commissioning of Solar Street Lights on the existing pole at 04 meter height.
2. Battery type: Li-integrated. Battery should confirm to latest BIS Standards or International
Standards.
3. The LED Solar Street Light System should be designed to operate from dusk to dawn.
4. The light output should remain constant with variation in battery voltages.
5. Necessary length of wires/ cables, switches suitable for DC use and necessary fuses should
be provided by the firms.
6. The system should have protection against battery overcharged and deep discharge
conditions.
7. The system should be provided with 2 LED indicators, a green light to indicate charging in
progress and a Red LED to indicate deep discharge condition of battery.
8. Quality and Warranty: Components and parts used in LED SSLS should confirm to the
latest BIS/ International specifications.
9. The PV module will be warranted for a minimum period of 10 years from the date of supply
and LED SSLS including battery, will be warranted for a period of at least 2 years from the
date of supply.
10. Manufacturing date should not more than 06 (Six) months old.
Page 21
SECTION –IV : SCHEDULE OF QUANTITIES & PRICES
Sl.
Description of item Make / Model Unit Qty
Rate in Fig. (In Rs/-)
Rate in Words. (In Rs/-)
Amount
1
Supply, Installation
and
Commissioning of
Solar Photovoltaic
Street Light 15
Watt with Li-
integrated Battery
without Pole.
Sukam/Neesa/Elecssol/Intelizon/Equivalent Make
Nos. 15
Sl. Component Particulars Chargeable Rate Extra or Included
1 Excise Duty
2 Central Sales Tax (without form C)
3 WCT, if applicable
4 Freight Charges upto NHPC Ltd. Regional Office, Narwal, Jammu
5 Rebate (%), if any
6 Any other charges
SIGNATURE & SEAL OF BIDDER
Note: - 1. Please enclose previous supply orders, if any, for identical items, placed upon you by other Govt.
/Semi Govt. department.
2. The bidder is required to mention the particular make for which he has quoted the rates.
Page 22
SECTION- V: REVISED GUIDELINES ON BANNING OF BUSINESS DEALINGS 1.0 Introduction
1.1 NHPC Limited (NHPC) deals with Agencies viz. parties/ contractors/ suppliers/ bidders, who are expected to adopt ethics of highest standards and a very high degree of integrity, commitments and sincerity towards the work undertaken. It is not in the interest of NHPC to deal with Agencies who commit deception, fraud or other misconduct in the tendering process and/or during execution of work undertaken. NHPC is committed for timely completion of the Projects within the awarded value without compromising on quality. 1.2 Since suspension/ banning of business dealings involves civil consequences for an Agency concerned, it is incumbent that adequate opportunity of hearing is provided and the explanation, if tendered, is considered before passing any order in this regard keeping in view the facts and circumstances of the case. 2.0 Scope 2. 1 NHPC reserves its rights to remove from list of approved suppliers / contractors (if such list exists) or to Suspend/Ban Business Dealings if any Agency has been found to be non / poor performing or have committed misconduct or fraud or anything unethical or any of its action(s) which falls into any such grounds as laid down in this policy. 2.2 The procedure of (i) Removal of Agency from the List of approved suppliers / contractors; (ii) Suspension and (iii) Banning of Business Dealing with Agencies, has been laid down in these guidelines. 2.3 These guidelines shall apply to all the units of NHPC. 2.4 These guidelines shall not be applicable in Joint Venture, Subsidiary Companies of NHPC unless they are assignees, successors or executor. 2.5 The suspension/banning except suspension/banning under Integrity Pact shall be with prospective effect, i.e. future business dealings. 3.0 Definitions In these Guidelines, unless the context otherwise requires: i) “Agency /Party / Contractor / Supplier / Bidders/Vendors” shall mean and include a public limited company or a private limited company, a joint Venture, Consortium, HUF, a firm whether registered or not, an individual, cooperative society or an association or a group of persons engaged in any commerce, trade, industry, etc. “Party / Contractor/ Supplier / Bidder/Vendor” in the context of these guidelines is indicated as „Agency‟. ii) “Unit” shall mean the Corporate Office, Project/ Power Station/ Regional Office/ Liaison Office or any other office of NHPC.
Page 23
iii) “Competent Authority” and „Appellate Authority‟ shall mean the following: a. For works awarded/under Tendering from corporate office (falling in the competency of CMD /Board of Directors) Competent Authority: CMD Appellate Authority : Board of Directors b. For works awarded/under Tendering from Corporate Office/Projects/ Power Stations/ Regional Offices/Liaison Offices (falling in the competency of Director /Executive Director ) Competent Authority: Concerned Director/Executive Director as the case may be Appellate Authority: CMD /Concerned Director as the case may be c. For works awarded/under Tendering from Regional Offices / Projects/ Power Stations/ Liaison Offices ( falling in the competency of GM and below) Competent Authority: Head of the Unit not below the rank of Chief Engineer/Chief Appellate Authority: Next higher authority iv) “Investigating Committee” shall mean a Committee appointed by Competent Authority to conduct investigation. 4.0 Initiation of Suspension /Banning Action for Suspension / Banning Business Dealings with any Agency shall be initiated by the department responsible for invitation of Bids/Engineer-in-charge after noticing the irregularities or misconduct on the part of Agency concerned. Besides the concerned department, Vigilance Department of each Unit/ Corporate Vigilance may also be competent to initiate such action. 5.0 Suspension of Business Dealings. 5.1 If the conduct of any Agency dealing with NHPC is under investigation, the Competent Authority may consider whether the allegations (under investigation) are of a serious nature and whether pending investigation, it would be advisable to continue business dealing with the Agency. If the Competent Authority, decides that it would not be in the interest to continue business dealings pending investigation, it may suspend business dealings with the Agency. The order of suspension would operate for a period not more than six months and may be communicated to the Agency as also to the Investigating Committee. The Investigating Committee may ensure that their investigation is completed and whole process of final order is over within such period. However if the investigations are not completed within six months ,the investigation committee shall put up the proposal to the competent authority for approval of extension of time maximum up to further three months with in which the committee shall conclude the proceedings . 5.2 The order of suspension shall be effective throughout NHPC in case of work falling in the Competency of CMD/ Board of Directors/Directors, in case of falling in the competency of Executive Director throughout Region and in case of falling in the competency of HOP and below throughout the Project/Power Station and attached liaison
Page 24
offices/units. During the period of suspension, no business dealing shall be held with the Agency. 5.3 If the Agency concerned asks for detailed reasons of suspension, the Agency may be informed that its conduct is under investigation. It is not necessary to enter into correspondence or argument with the Agency at this stage. 5.4 It is not necessary to give any show-cause notice or personal hearing to the Agency before issuing the order of suspension. 5.5 The format for intimation of suspension of business dealing is placed at Appendix– I 6.0 Ground on which Banning of Business Dealings can be initiated 6.1 If the security consideration, including questions of loyalty of the Agency to NHPC so warrants; 6.2 If the director /owner of the Agency, proprietor or partner of the firm, is convicted by a Court of Law for offences involving moral turpitude in relation to its business dealings with the Government or any other public sector enterprises, during the last five years; 6.3 If the Agency has resorted to Corrupt, Fraudulent, Collusive, Coercive practices including misrepresentation of facts and violation of the any provisions of the Integrity Pact provided in the Contract. 6.4 If the Agency uses intimidation / threatening or brings undue outside pressure on NHPC or its official for acceptance / performances of the job under the contract; 6.5 If the Agency misuses the premises or facilities of NHPC, forcefully occupies or damages the NHPC‟s properties including land, water resources, forests / trees or tampers with documents/records etc. 6.6 If the Agency does not fulfill the obligations as required under the Contract and Violates terms & conditions of the contract which has serious affect for continuation of the Contract. 6.7 If the work awarded to the agency has been terminated by NHPC due to poor performance of the contract in the preceding 5 years. 6.8 If the Central Vigilance Commission, Central Bureau of Investigation or any other Central Government investigation Agency recommends such a course in respect of a case under investigation or improper conduct on agency‟s part in matters relating to the Company (NHPC) or even otherwise; 6.9 On any other ground upon which business dealings with the Agency is not in the public interest.
Page 25
6.10 If business dealings with the Agency have been banned by the Ministry of Power, Government of India OR any PSU/ any other authority under the MOP if intimated to NHPC or available on MOP Website, the business dealing with such agencies shall be banned with immediate effect for future business dealing except banning under Integrity Pact without any further investigation. (Note: The examples given above are only illustrative and not exhaustive. The Competent Authority may decide to ban business dealing for any good and sufficient reason). 7.0 Procedure for Banning of Business Dealings 7. 1 An Investigating Committee shall be constituted by the authority competent to Ban the dealing comprising members from Engineering/Indenting department (convener), Finance, Law and Contract. The level of the committee members shall be GM and above for works falling in the competency of CMD/Board of Directors, Chief Engineer/Chief and above for the works falling in the competency of Director/ Executive Director and SM/M with at least one member of the level of Chief Engineer/Chief for works falling in the competency of GM and below. 7.2 The order of Banning of Business Dealings shall be effective throughout NHPC in case of work falling in the Competency of CMD/Board of Directors/Directors, in case of falling in the competency of Executive Director throughout Region and in case of falling in the competency of HOP and below throughout the Project/Power Station and attached liaison office/units. During the period of Banning of Business Dealings, no Business Dealing shall be held with the Agency. In situation where based upon the gravity of the default, it is decided by the competent authority and the Project/Region to extend the banning to Region/wide NHPC approval of regional ED/Concerned Director as the case may be, shall be obtained. 7.3 The functions of Investigating Committee in each Unit to be appointed by the competent authority in line with para 3 (iii) shall, inter-alia include: a) To study the report of the department responsible for invitation of bids and decide if a prima-facie case for banning exists, if not, send back the case to the Competent Authority. b) To recommend for issue of show-cause notice (after vetting by legal deptt.) to the Agency by the concerned department as per clause 7.4 “Show Cause Notice”. c) To examine the reply to show-cause notice and call the Agency for personal hearing, if required. d) To submit final recommendations to the Competent Authority for banning or otherwise.
Page 26
7.4 Show Cause Notice Once the proposal for issuance of Show Cause Notice is approved by the Competent Authority, a „Show Cause Notice‟ (as per format at Appendix-II of these guidelines) s h a l l be issued to the delinquent Agency by the Competent Authority o r by a person authorized b y t h e Competent Authority for the said purpose. The Agency shall be asked to submit the reply to the Show Cause Notice within 15 days of its issuance. Further, the Agency shall be given an opportunity for Oral hearing to present its case in person, if it so desires, and the date for Oral Hearing shall necessarily be indicated in the Show Cause Notice. The purpose of issuing the Show Cause Notice is only that the Agency concerned shall be given an opportunity to explain their stand before any action is taken. T he grounds on which action is proposed to be taken shall be disclosed to the Agency inviting representation and after considering that representation, orders may be passed. Such orders require only the satisfaction of the authority that passed the final orders. If the Agency requests for inspection of any relevant document in possession of NHPC, necessary facility for inspection of documents may be provided. During the conductance of oral hearing, only the regular duly authorized employees of Agency will be permitted to represent the Agency and no outsider shall be allowed to represent the Agency on its behalf. Reply to the Show Cause Notice given by the Agency and their submissions in oral hearing, if any, will be processed by the Committee for obtaining final decision of the Competent Authority in the matter. In case, no reply to Show Cause Notice is received from the Agency within stipulated time, further reminder shall be given with further period of 10 days thereafter if no reply is received action for processing ex-parte against the concerned Agency shall be initiated. 7.5 Speaking Order The speaking order (reasoned order) for banning the business dealing with the Agency shall be issued by the Competent Authority or by a person authorized for the said purpose. The decision regarding banning of business dealings taken after the issue of a Show Cause Notice and consideration of representation, if any, in reply thereto, shall be communicated to the Agency concerned along with a reasoned order. The fact that the representation has been considered shall invariably be mentioned in the communication. Also the fact that if no reply was received to the Show Cause Notice shall invariably be indicated in the final communication to the Agency. The format for intimation of banning of business dealing is placed at Appendix– III 7.6 Period of banning In case banning is processed for violation of provisions of Integrity pact, the banning would be operative for a period of 3 years and in case termination of contract due to poor performance the period of banning shall be for 5 years. For contracts awarded to JV/Consortium, a constituent of the JV shall be permitted to participate in the bidding process if it has not been banned on grounds of its role and responsibility in the tendering process for which the Joint Venture has been banned in Past. In case if the Joint Venture
Page 27
which has been banned does not indicate the roles and responsibility of individual Partner(s) then, the partner of the banned Joint Venture shall only be allowed to participate in the bidding process if its participation share is less than 35%. In case the information/documents submitted by Agency in competing for the tender found to be false/forged then NHPC, without prejudice to any other rights or remedies it may possess, shall recover from Agency the cost incurred in carrying out physical assessment for establishing veracity of such information/documents. In case Agency refuses to reimburse such cost to NHPC then banning period of Agency shall be extended by another one year. 7.7 Effect of Banning As far as possible, the existing ongoing contract(s) with the Agency may continue unless the Competent Authority, having regard to the circumstances of the case, decides otherwise, keeping in view contractual and legal issues which may arise thereof. In case the existing Contracts are allowed to continue, the suspension/Banning of Business Dealing along with default of the Contractor shall be recorded in the experience certificate issued for the work. The Agency, ( after issue of the order of banning of business dealings) would not be allowed to participate in any future tender enquiry and if the Agency has already participated in tender process as stand-alone OR constituent of joint venture and the price bids are not opened, his techno-commercial bid will be rejected and price bid will be returned unopened. However, where the price bids of Agency have been opened prior to order of banning, bids of Agency shall not be rejected and tendering process shall be continued unless Competent Authority having regard to the circumstances of the case decides otherwise keeping in view the Contractual, Legal issues which may arise thereafter. However, in case the suspension /Banning is due to default of an Agency for the provisions under Integrity Pact and the Agency happens to be Lowest Bidder (L1), the tendering process shall be annulled and fresh tenders shall be invited. During the Suspension/ Banning period, if it is found at any stage that Agency has participated in tender enquiry under a different name then such Agency would immediately be debarred from the tender/contract and its Bid Security/Performance Security would be forfeited. Payment, if any, made shall also be recovered. After Suspension/ Banning order, the Suspended/ Banned Agency shall not be allowed to participate as Sub-Vendor/Sub-Contractor in the tenders. Further, if the Suspended/ Banned agency is an approved Sub-Vendor under any Contract for such equipment/component/service, the Main Contractor shall not be permitted to place work order/Purchase order/Contract on the Suspended/ Banned agency as a Sub-Vendor /Sub-Contractor after the date of Suspension/ Banning even though the name of the party has been approved as a Sub-Vendor /Sub-Contractor earlier. There would be no bar on procuring the spares and awarding Contracts towards Annual Maintenance (AMC)/ O&M/ Repair works on Agencies pertaining to the packages for which they have been banned provided the Equipment has been supplied by such Agency. Banning of business dealing shall not be applicable to the Subsidiary Company of the Banned agency provided subsidiary company has not participated on the strength of the Banned agency. However, in case of a default by a Sub-Contractor, the banning shall be
Page 28
applicable to the Sub-Contractor as well as the Lead Partner of the concerned JV or the Sole bidder as the case may be. 7.8 Hosting at NHPC website The concerned unit shall forward the name and details of the Agency (ies) banned along with period and area of banning to IT&C Division of Corporate Office for displaying the same on the NHPC website. 8.0 Appeal against the Decision of the Competent Authority. The Agency may file an appeal against the order of the Competent Authority banning of business dealing before Appellate Authority. Such an appeal shall be preferred within 30 (Thirty) Days from the date of receipt of the order of banning of business dealing. Appellate Authority would consider the appeal if convinced may constitute another committee for further investigation. Based on the recommendation of the committee Appellate Authority shall pass appropriate order which shall be communicated to the Agency as well as the Competent Authority (as per format enclosed as Appendix-IV with these guidelines). 9.0 Circulation of the names of Agencies with whom Business Dealings have been banned The name of the concerned banned agency shall also be shared with MOP and other PSU in the sector and all the units of NHPC. The provisions of this policy supersede and will have overriding effect on all earlier guidelines, procedures & system issued for the similar purpose. _________________
Page 29
Appendix –I (Format for Intimation of Suspension of business dealing) BY REGD. POST/SPEED POST/COURIER No………. Date……… To M/s ……………………… Attn.: Shri ……………….. Sub: Intimation of Suspension of Business Dealings Dear Sir, Whereas the work of …………. was awarded to your firm vide letter of award no …dt….. amounting to Rs. …………. OR In response to NHPC NIT ( e-tender / physical tender ) no ………dt. you have submitted your bid . (strike out whichever is not applicable ) Whereas the conduct of your firm in respect of the following is under investigation: Brief of the default “Whereas the Competent Authority prima facie considered the allegations (under investigation) are of a serious nature and decided pending investigation, it is not in the interest of the corporation to continue business dealing with your firm This order shall have the following effects: i) Further business dealings with your firm is Suspended within Region/Project/Unit/wide NHPC. The order of Suspension is effective with immediate effect and would operate for a period of six months or till the investigation is completed and whole process of final order is over within such period. However, if investigations are not completed in six months‟ time, the Competent Authority may extend the period of Suspension ii) During the period of Suspension, no business dealing shall be held with your firm. No enquiry / bid / tender shall be issued to your firm nor will the bids submitted by your firm be entertained. iii) In cases where tenders have already been issued to you and price bids are yet to be opened, the Price Bid submitted by you shall not be opened and BG/EMD, if any, submitted by you shall be returned. iv) In cases where tenders have already been issued to you and Price Bids have already been opened , the tendering process shall be continued v) In case of ongoing contracts between you & NHPC, (including cases were contract has already been awarded before the issue of Suspension order) you will be required to continue with the execution and perform as per terms of the contract. a) In case the Firm is in Joint Venture the following would also be applicable: i) Participation of Agency in Joint Venture Tenders in which your firm has been proposed as Joint Venture Partner by any of the bidders and price bids have been opened prior to Suspension of your firm in such cases the tendering process shall not be annulled on this ground and the Agency shall be permitted to continue as Partner in the Joint Venture for such bidding. However where event of Price Bid opening has not taken place prior to Suspension/Banning of Agency then in such case Agency shall not be permitted to
Page 30
participate as Partner in the Joint Venture. ii) Banning of joint Venture: As the Joint Venture is Banned, your firm intends to bid as Partner(s) of Joint Venture in bidding process then it shall be permitted to participate in the bidding process if it has not been Banned on grounds of its role and responsibility in the tendering process for which the Joint Venture has been Banned in Past. In case if the Joint Venture which has been Banned does not indicate the roles and responsibility of individual Partner(s) then, the partner of the Banned Joint Venture shall only be allowed to participate in the bidding process if its participation share is less than 35%. b) Your firm shall not be allowed to participate as Sub-Vendor/Sub-Contractor in the tenders. Further if your firm is an approved Sub-vendor under any Contract for such equipment/component/service, the Main Contractor shall not be permitted to place work order/Purchase order/Contract on your agency as a Sub-Vendor/Sub-Contractor after the date of Suspension/ Banning even though the name of the party has been approved as a Sub-Vendor/Sub-Contractor earlier. c) There would be no bar on procuring the spares and awarding Contracts towards Annual Maintenance (AMC)/ O&M/ Repair works on Agencies pertaining to the packages for which they have been Banned provided the Equipment has been supplied by such Agency. d) Banning of business dealing shall not be applicable to the Subsidiary company of the Banned agency provided subsidiary company has not participated on the strength of the Banned agency. On expiry of the above period of Suspension/Banning, you may approach…… (Indicate the concerned procurement department), with request for revocation of the order mentioning inter-alia the steps taken by you to avoid recurrence of misconduct which has led to Suspension. Yours faithfully, For & On behalf of NHPC. Note: Strike out whichever is not applicable
Page 31
Appendix –II (Format of Show Cause Notice) BY REGD. POST/SPEED POST/COURIER No…………. Date…………. To M/s …………………………… ……………………………..……… Attn.: Shri ……………….. Sub: Show Cause Notice Ref : Dear Sir, You are hereby required to Show Cause in writing within 15 days from the date hereof why Business Dealing with your firm should not be banned / your firm is placed in the Banning List (as the case may be) and be debarred from entering into any contracts with NHPC for the following reasons: (Give Reasons) Your reply (if any) should be supported by documents and documentary evidence which you wish to rely in support of your reply. Should you fail to reply to this Show Cause Notice within the time and manner aforesaid, it will be presumed that you have nothing to say and we shall proceed accordingly. Your reply, if any, and the documents / documentary evidence given in support shall be taken into consideration prior to arriving at a decision. Yours faithfully, For & On behalf of NHPC.
Page 32
Appendix –III (Format for Intimation of Banning of Business Dealing) BY REGD. POST/SPEED POST/COURIER No………. Date……… To M/s ……………………… Attn.: Shri ……………….. Sub: Intimation of Suspension of Business Dealings Dear Sir, Whereas the work of …………. was awarded to your firm vide letter of award no …dtd….. amounting to Rs. …………. OR In response to NHPC NIT (e-tender / physical tender) no ………dt. you have submitted your bid .(strike whichever is not applicable) Whereas the Competent Authority had prima facie considered the allegations as detailed below are of a serious nature and decided to conduct investigation. Whereas show cause notice vide no … dtd…..was served upon you. (whereas in spite of the opportunity given to you, you failed to submit the reply to the show cause notice within the time period mentioned there upon or further extended period, if any). Whereas you submitted the reply along with documents vide your letter no. ______dt. __________. After considering the allegations made in the show cause notice, your reply to the show cause notice documents/documentary evidence in support thereof, it has been decided to Ban the Business Dealing with you and you are hereby debarred from entering into contracts with NHPC within jurisdiction of Region/Project/Unit. This order shall have the following effects: i) Further business dealings with your firm is banned with immediate effect . The order of Banning would operate for a period of …….years/month Competent Authority may extend the period of Banning. ii) During the period of Banning, no Business Dealing shall be held with your firm. No Enquiry / Bid / Tender shall be issued to your firm nor will the bids submitted by your firm be entertained. iii) In cases where tenders have already been issued to you and Price Bids are yet to be opened, the Price Bid submitted by you shall not be opened and BG/EMD, if any, submitted by you shall be returned. iv) In cases where tenders have already been issued to you and price bids have already been opened, the Tendering Process shall be continued. a) In case of ongoing contracts between you & NHPC, (including cases where contract has already been awarded before the issue of Banning order) you will be required to continue with the execution and perform as per terms of the contract. b) In case the Firm is in Joint Venture the following would also be applicable: i) Participation of Agency in Joint Venture Tenders in which your firm has been proposed as Joint Venture Partner by any of the bidders and price bids have been opened prior to Banning of your firm in such cases the tendering process shall not be annulled on this ground and the Agency shall be permitted to continue as Partner in the Joint Venture for such
Page 33
bidding. However where event of price bid opening has not taken place prior to Banning of Agency then in such case Agency shall not be permitted to participate as Partner in the Joint Venture. ii) Banning of joint Venture: As the Joint Venture is banned, your firm intends to bid as Partner(s) of Joint Venture in bidding process then it shall be permitted to participate in the bidding process if it has not been banned on grounds of its role and responsibility in the tendering process for which the Joint Venture has been banned in Past. In case if the Joint Venture which has been banned does not indicate the roles and responsibility of individual Partner(s) then, the partner of the banned Joint Venture shall only be allowed to participate in the bidding process if its participation share is less than 35%. c) Your firm shall not be allowed to participate as Sub-Vendor/Sub-Contractor in the tenders. Further if your firm is an approved Sub-vendor under any Contract for such equipment/component/service, the Main Contractor shall not be permitted to place work Order/Purchase Order/Contract on your agency as a Sub-Vendor/Sub- Contractor after the date of Banning even though the name of the party has been approved as a Sub-Vendor/Sub-Contractor earlier. d) There would be no bar on procuring the spares and awarding Contracts towards Annual Maintenance (AMC)/ O&M/ Repair works on Agencies pertaining to the packages for which they have been banned provided the Equipment has been supplied by such Agency. e) Banning of Business Dealing shall not be applicable to the Subsidiary company of the Banned Agency provided subsidiary company has not participated on the strength of the Banned Agency. However, in case of a default by a Sub-Contractor, the banning shall be applicable to the Sub-Contractor as well as the Lead Partner of the concerned JV or the Sole bidder as the case may be. On expiry of the above period of Banning, you may approach…… (Indicate the concerned procurement department), with request for revocation of the order mentioning inter-alia the steps taken by you to avoid recurrence of misconduct which has led to Banning. Further if you desire to appeal against this order you may do so within 30 days from the date of issue of this order to the appellate authority as here under: Appellate Authority : …… Designation: Address:….. Ph . no. e-mail : Yours faithfully, For & On behalf of NHPC. Note: Strikeout whichever is not applicable
Page 34
Appendix –IV (Format for communication of Appellate Decision on Suspension/Banning Order) BY REGD. POST/SPEED POST/COURIER No………. Date……… To M/s ……………………… Attn.: Shri ……………….. Sub: Suspension Banning of Business Dealings - Intimation of decision of Appellate Authority Ref: 1. Order dated ………….. Placing M/s ……… on Suspension/Banning List by NHPC; 2. Your Appeal reference ………. Dt……. Dear Sir, This has reference to the order dt……… placing you on Suspension/Banning List and your appeal petition reference ….. dt…. on the same. After considering the findings of the Original Authority in order and submissions made by you in your appeal , and the documents/documentary evidences available on record, it has been decided finally that : There is no infirmity in the order of the Original Authority, and the allegations stand substantiated and the Suspension/Banning for the period of …… years/month from the date of order, as ordered by the original Authority is upheld, Considering your submissions, the order of Suspension/Banning passed by the original authority is upheld , but with a reduction in period of Suspension/Banning for ……… years/months from the date of order of original authority; Considering your submissions and the evidence available on record, there is enough justification to annul the order of the original authority. (*** Incorporate any one of the above as applicable) Yours faithfully, For & On behalf of NHPC
Page 35
Form-I
Letter of Tender Form
To The Manager (P&C), NHPC Ltd., Narwal Jammu. We have read and examined the following tender documents relating to “Supply, Installation and
Commissioning of Solar Photovoltaic Street Light 15 Watt with Li-integrated Battery without Pole at
Regional Office premises, JDA Complex, Narwal Jammu”.
1.
i. a) Notice Inviting Tender
b) Information and Instructions to Tenderers
c) Terms & Conditions of Contract (T&C)
d) Special condition & Scope of work
e) Schedule of quantities & prices
f) Guidelines on Banning of Business dealings and forms
2. We hereby tender for execution of the work referred to in the documents mentioned in
paragraph one above upon the terms and conditions contained or referred to in the aforesaid
documents and such terms and conditions as stipulated in the Bid Document.
3. We agree to keep this tender open for acceptance for 120 days from the date of opening thereof
and also agree not to make any modifications in its terms and conditions on our own accord.
A sum of Rs.6000/- (Rupees Six Thousand only) is hereby enclosed in form of Demand Draft/ Bank Guarantee from a Nationalised or Scheduled Bank of India as Earnest Money. We agree that if we fail to keep the validity of tender open, as aforesaid, or make any modification in the terms and conditions of our tender on our own accord or fail to furnish the prescribed performance guarantee within prescribed period, after the acceptance of our tender, that Employer shall without prejudice to any other right or remedy available in law be at liberty to forfeit the said earnest money absolutely. Further, we agree if we fail to commence the execution of the works as provided in the Bid Documents referred to in paragraph-1 above that Employer shall without prejudice to any other right or remedy available in law be at liberty to forfeit the said performance guarantee absolutely/EMD. Should this tender be accepted, we agree to abide by and fulfill all the terms and conditions and provisions of
the above mentioned tender documents.
Page 36
We certify that the Tender submitted by us is strictly in accordance with the terms, conditions, specifications etc.
as contained in Tender Documents, referred to in paragraph-1 above, and it does not contain any deviations to
the aforesaid documents. It is further certified that information furnished in the Tender submitted by us is
correct to the best of our knowledge and belief.
“We hereby also declare that any of the firms/ Companies (including our sub-contractors) participating in this
Tender have not been declared ineligible under para 6 of Guidelines on Banning of Business Dealings”.
(Signature of person duly authorised to sign the
Tender on behalf of the Bidder along with seal of
company)
Name_________________
Designation___________________
Signature______________
Date:_____________________
Name of Company______________
Witness:
Name & Address:______________________
______________________________
______________________________
Signature____________________
Date:________________________
Page 37
Form-II
BID PROFORMA
S/No. Description of information Replies by the bidder
1 Name of the firm
2 Complete address of Regd./head Office i) Postal ii) Telephone/Fax iii) E-mail
3 Former name of the firm (if any)
4 Type of the firm (Proprietary/Partnership/Private Ltd. Co. / Public ltd. Co.
5 Years and place established
6 Are you registered with any Govt. /PSU/NSIC (if yes, give details) for supply of similar items/Equipments covered under the specifications.
7 Have your Company ever been declared Bankrupt (if yes, give details)
8 Validity period of tender, reckoned from the due date of opening tenders.
120 days.
9 Whether all technical particulars, drawings etc. are furnished and filled in all schedules, appended to the tender documents.
10 Rates of Central Sales Tax, Excise Duty etc. applicable on finished products (if concessional rates of C.S.T. / E. D. etc. are applicable, specify the same and attach documentary evidence in support thereof)
11 CST Registration No. & date.
Station:___________ Date:____________ For & on behalf of____________________
Signature: ____________________
Name: _____________________
Designation: _____________________
(of the authorized representative of the bidder)
Official seal of the Company.
Page 38
Form- III ECS - Form
NHPC Limited ELECTRONIC CLEARING SERVICE (CREDIT CLEARING)
(PAYMENT TO PARTIES THROUGH CREDIT CLEARING MECHANISM)
No. :
1. BIDDER‟S NAME :______________________________________
a) ADDRESS : _________________________________
____________________________________
b) Phone/ Mobile No. : _________________________________
2. PERTICULARS OF BANK ACCOUNT :
a) BANK NAME :____________________________________
b) BRANCH NAME :_________________________________
c) ADDRESS :_____________________________________
Telephone No. :_____________________________________
d) IFSC CODE OF THE BANK :
(For payment through RTGS)
e) ACCOUNT TYPE :
(S.B. Account/ Current Account or/
Cash Credit with code 10/11/13)
f) ACCOUNT NUMBER :_____________________________________
(As appearing on the Cheque Book)
I hereby declared that the particulars given above are correct and complete. If the transaction is
delayed or not effected at all for reasons of incomplete of incorrect Information, I would not hold the user Company responsible.
(------------------------------) Date : Signature of the Bidder Certified that the particulars furnished above are correct as per our records. (Bank‟s Stamp) (------------------------------) Date: Signature of the Authorized
Official from the Bank
Page 39
Form-IV
Declaration / Undertaking
MSME Development Act 2006
A) I/We Confirm that the provisions of Micro, Small & Medium Enterprise are applicable / not applicable to us and our organization falls under the definition of:
I. ( ) – Micro Enterprise
II. ( ) - Small Enterprise III. ( ) – Medium Enterprise. IV. Whether belongs to SC/ST Yes /No
Please tick in the appropriate option box ( ) and attach documents / certificate, if any.
B) I / We also undertake to inform the change in this status as aforesaid during the currency of the
contract, if any.
(Signature of Authorized Representative of Bidder)
(Stamp of the Firm)
Page 40
Form-V
PERFORMANCE GUARANTEE FORM
Bank Guarantee
(To be stamped in accordance with Stamp Act if any, of the Country of the issuing Bank)
To, _____________ _____________
In consideration of the .... [Employer‟s Name] ........ (hereinafter referred to as the „Employer‟ which
expression shall unless repugnant to the context or meaning thereof, include its successors,
administrators and assigns) having awarded to M/s ..... [Contractor‟s Name] ............ with its
Registered/ Head Office at ............................. (hereinafter referred to as the „Contractor‟, which
expression shall unless repugnant to the context or meaning thereof, include its successors
administrators, executors and assigns), a Contract by issue of Employer‟s Letter of Acceptance No.
................ dated .................. and the same having been acknowledged by the contractor, for
…………… [Contract sum in figures and words] for ………. [Name of the work] and the Contractor
having agreed to provide a Contract Performance Guarantee for the faithful performance of
the entire Contract equivalent to ……(*)……….. of the said value of the aforesaid work under
the Contract to the Employer.
We ............... [Name & Address of the Bank] ..…........ having its Head Office at
................... (hereinafter referred to as the „Bank‟, which expression shall, unless repugnant to the
context of meaning thereof, include its successors, administrators, executors and assigns) do
hereby guarantee and undertake to pay the Employer, on demand any and all monies
payable by the Contractor to the extent of .............. (*)
............... as aforesaid at any time upto ................ (@) ........... [days/month/year] without any demur,
reservation, contest, recourse or protest and/ or without any reference to the Contractor. Any such
demand made by the Employer on the Bank shall be conclusive and binding notwithstanding any
difference between the Employer and the Contractor or any dispute pending before any Court,
Tribunal, Arbitrator or any other authority. The Bank undertakes not to revoke this guarantee
during its currency without previous consent of the Employer and further agrees that the
guarantees herein contained shall continue to be enforceable till the Employer
discharges this guarantee or till
……………[days/month/year] whichever is earlier.
The Employer shall have the fullest liberty, without affecting in any way the liability of the Bank
under this guarantee, from time to time to extend the time for performance of the Contract by
the Contractor. The Employer shall have the fullest liberty, without affecting this guarantee, to
postpone from time to time the exercise of any powers vested in them
or of any right which they might have against the Contractor, and to exercise the same at any time
in any manner, and either to enforce or to forbear to enforce any covenants,
Page 41
contained or implied, in the Contract between the Employer and the Contractor or any other
course or remedy or security available to the Employer. The Bank shall not be released of its
obligations under these presents by any exercise by the Employer of its liberty with reference to
the matters aforesaid or any of them or by reason of any other act or forbearance or other acts of
omission or commission on the part of the Employer or any other indulgence shown by the
Employer or by any other matter or thing whatsoever which under law would, but for this
provision have the effect of relieving the Bank.
The Bank also agrees that the Employer at its option shall be entitled to enforce this Guarantee
against the Bank as a principal debtor, in the first instance without proceeding against the
Contractor and notwithstanding any security or other guarantee the Employer may have in relation
to the Contractor‟s liabilities.
i) Our liability under this Bank Guarantee shall not exceed …………………..
ii) This Bank Guarantee shall be valid up to ………………………
iii) We are liable to pay the guaranteed amount or any part thereof under this Bank
Guarantee only and only if Employer serve upon Bank a written claim or demand on or
before ……………..@…………..
Dated this .................... day of ..................... 201…......... at .................................
Signed for and on behalf of the Bank
............................... (Signature)
.....................................
(Name)
................................................. (Designation with Bank Stamp) Staff No. Full Address of Bank with Tel., Fax. No.
Communication address of the Bank Name of the
contact person
Tel. No. Fax
No. Email:
Page 42
Note: 1. (*) This sum shall be ten percent (10%) of the Contract Price denominated in the types and
proportions of currencies.
(@) This date will be Ninety (90) days beyond the Warranty/ Guarantee period as
specified in the Contract.
2. The stamp papers of appropriate value shall be purchased in the name of guarantee
issuing Bank.
3. Vendor‟s stamp with full details i.e. name of the purchaser in whose favour for which
this stamp paper has been purchased, should be invariable mentioned on the back side
of the stamp paper.
4. Bank Guarantee is required to be submitted directly to the Employer by the issuing
bank (on Behalf of the Contractor) under the registered post (A.D.). The Contractor can
submit an advance copy of Bank Guarantee to the Employer. However, in case of
exceptional circumstances where efficient postal services are not in force, the Bank
Guarantee may be submitted by the Contractor directly to the Employer and the
issuing Bank shall submit an unstamped duplicate copy of Bank Guarantee directly
under the registered post (A.D.) to the Employer, with a forwarding letter.
Page 43
Form-VI
Declaration of Ineligibility
I/ We, M/s ………………………………… hereby certify that I/we have not been declared
ineligible in accordance with para 6 of Guidelines on Banning of Business Dealings .
(Seal & Signature of the Bidder)
Page 44