FARIDABAD THERMAL POWER STATION - Haryana Power …hpgcl.org.in/docfiles/HPGCL55498.pdf · NIT No....
Transcript of FARIDABAD THERMAL POWER STATION - Haryana Power …hpgcl.org.in/docfiles/HPGCL55498.pdf · NIT No....
FARIDABAD THERMAL POWER STATION (A Unit of Haryana Power Generation Corporation Limited)
(Regd. Office: C-7, UrjaBhawan, Sector-6, Panchkula) Corporate Identity No. U45207HR1997SGC033517 Website:- www.hpgcl.org.in
(An ISO 9001, 14001 & OHSAS 18001
Certified Company)
E-TENDER DOCUMENT
FOR
Providing Medical Health Services at HPGCL Health Centre, Thermal Colony, Sector-23, Faridabad
SUPERINTENDING ENGINEER/FTPS
FARIDABAD THERMAL POWER STATION, #251,Thermal Colony,Sec-23
HPGCL, FARIDABAD PHONE NO. 0129-2234277
AUGUST-2019
NIT No. CM-137/FTPS/2019/SMO/HC-23 Vol-II dated 07.08.2019
Last date of Submission 09.09.2019
1
INDEX
Sr. No. Description Page No.
1. Online notice inviting Tender (e-tender) 2
2. Information regarding online payments of tender fee,
e-service fee and EMD 3
3. Instructions to bidder on Electronic Tendering System
(Annexure- A) 4-5
4. Scope of Work (Annexure- B) 6
5. Special Terms and Conditions (Annexure-C) 7-9
6. General Terms and conditions of Contract (Annexure-D) 10-15
7. Instructions to Bidder (Annexure-E) 16-18
8. Statements of bidders (Annexure-F) 19
9. Check list for contractor (Annexure-G) 20
10. Undertaking form (Annexure-H) 21
11. Letter of Authorization/Board Resolution /Power of
Attorney for individual to sign on behalf of the Bidder
(Annexure-I)
22
12. Acceptance certificate (Annexure-J) 23
13. Deviation from the specification (Annexure-K) 24
14. Performa for contract agreement (Annexure-L) 25
15. Price bid (Part-II) (Annexure-M) 26
2
FFAARRIIDDAABBAADD TTHHEERRMMAALL PPOOWWEERR SSTTAATTIIOONN FFAARRIIDDAABBAADD (A UNIT OF HARYANA POWER GENERATION CORPORATION LIMITED) (Regd. Office: C-7, Urja Bhawan, Sec.-6, Panchkula)
Corporate Identity Number: U45207HR1997SGC033517
ISO: 9001, ISO: 14001 Website: www.hpgcl.org.in E-mail: [email protected] & OHSAS: 18001 Company Phone No. 0129-2232887
NOTICE INVITING E-TENDER
Tender Enquiry No. CM-137/FTPS/2019/SMO/HC-23 Vol-II
Description of Item Providing Medical Health Services at HPGCL
Health Centre, Thermal Colony, Sector-23,
Faridabad
Completion period 12 months
Start date and time of tender uploading 07.08.2019 at 20.00 Hrs.
Last date for downloading of tender & Bid
Preparation & submission 09.09.2019 at 13:00 Hrs.
Technical Opening (Part-I) 09.09.2019 at 15:30 Hrs.
Tender document Fee (Non-refundable) Rs. 1180/-
E-service Fees (Non- refundable) Rs. 1180/-
Earnest Money(refundable) Rs. 19600/- for general contractor &
Rs. 9800/- for labour const. soc.
Firms registered with Director of Industries,
Haryana or registered with National Small
Industries Corporation, Govt. of India are
exempted from depositing the Earnest Money
Deposit. The exemption shall be for the
specified items which are available on Director
of Industries, Haryana/National small
industries corporation rate contract
Contact Information Executive Engineer/FTPS, FTPS, HPGCL,
Faridabad-121001. Mob. No.- 9316479155
Information for payment (EMD, e-service fee
& tender document fee)
As per e-tender documents
General Terms & Conditions As per Annexure-D
Special Terms Conditions As per Annexure-C
Statements of bidders As per Annexure-F
Contact Information Executive Engineer/FTPS, House No. 251
HPGCL Colony Sector-23 Faridabad -121005.
Mob. No.- 9316479155
3
NIT No. CM-137/FTPS/SMO/HC-23 Vol-II Dated:- 07.08.2019
E-Tenders are hereby invited from eligible bidders in two parts (Part-1 will be Technical bid and
Part-2 will be Price Bid) on behalf of HARYANA POWER GENERATION CORPORATION LIMITED
(HPGCL) for outsourcing of activities for providing OPD Services in HPGCL Health Center Sec-23
Faridabad by deputing Medical Officer of requisite qualifications and experience for the
employees/retirees/families of expired staff of Haryana Power Utilities by providing Medical Officer for a
period of 1 Year as per following details:-
Sr.
No
Brief scope of work Bid
Preparation
&
Submission
Opening date
of Bids
(Part-1)
Amount of Earnest money
(EMD) to be deposited via
RTGS/NEFT/OTC through
online portal.
1. Providing Medical Health Services at
HPGCL Health
Centre, Thermal Colony, Sector-23,
Faridabad
07.08.2019 (from 20:00 Hrs)
To
09.09.2019
(upto 13:00 Hrs)
09.09.2019
(at 15:30 Hrs)
Rs. 19600/- for General contractor &
Rs. 9800/- for labour const. soc.
Firms registered with Director of Industries, Haryana or registered
with National Small Industries
Corporation, Govt. of India are
exempted from depositing the Earnest Money Deposit. The
exemption shall be for the
specified items which are available on Director of
Industries, Haryana/National
small industries corporation rate contract
1. The tender document having detailed terms and conditions is available on the website www.hpgcl.org.in
and https://etenders.hry.nic.in. The bidders shall have to pay tender document Fee (Rs.1180/-), e-Service
charges (Rs. 1180/-) and EMD Fee Rs. 6800/- for general contractor & Rs. 3400/- for labour const.
Society, online through e-procurement portal https://etenders.hry.nic.in by using the service of secure
electronic payment gateway. The secure electronic payments gateway is an online interface between
contractors and online payment authorization networks. Firms registered with Director of Industries,
Haryana or registered with National Small Industries Corporation, Govt. of India are exempted from
depositing the Earnest Money Deposit
2. The e-tenders shall be received through online only. All interested firms are requested to get themselves
registered as vendors with the said website for submitting their bids.
3. Only those tenders shall be considered who deposit the requisite earnest money and tender document cost
& transaction fee by due date.
4. This office reserve the right to reject any or all the tenders received without assigning any reason.
5. In case, the day of opening of tender happens to be a holiday, the tender will automatically be opened on
next working day.
---Sd---
Superintending Engineer
FTPS, HPGCL Faridabad
4
Annexure-A
Instructions to bidder on Electronic Tendering System :
These conditions will over-rule the conditions stated in the tender documents, wherever
relevant and applicable.
1. Registration of bidders on e-Procurement Portal:- All the bidders intending to
participate in the tenders process online are required to get registered on the centralized e -
Procurement Portal i.e. https://etenders.hry.nic.in. Please visit the website for more details.
2. Obtaining a Digital Certificate: 2.1 The Bids submitted online should be encrypted and
signed electronically with a Digital Certificate to establish the identity of the bidder bidding
online. These Digital Certificates are issued by an Approved Certifying Authority, by the
Controller of Certifying Authorities, Government of India.
2.2 A Digital Certificate is issued upon receipt of mandatory identity (i.e. Applicant’s
PAN Card) and Address proofs and verification form duly attested by the Bank Manager /
Post Master / Gazetted Officer. Only upon the receipt of the required documents, a digital
certificate can be issued. For more details please visit the website –
https://etenders.hry.nic.in.
2.3 The bidders may obtain Class-II or III digital signature certificate from any
Certifying Authority or Sub-certifying Authority authorized by the Controller of Certifying
Authorities or may obtain information and application format and documents required for
the issue of digital certificate
2.4 Bid for a particular tender must be submitted online using the digital certificate
(Encryption & Signing), which is used to encrypt the data and sign the hash during the stage
of bid preparation & hash submission. In case, during the process of a particular tender, the
user loses his digital certificate (due to virus attack, hardware problem, operating system or
any other problem) he will not be able to submit the bid online. Hence, the users are advised
to keep a backup of the certificate and also keep the copies at safe place under proper
security (for its use in case of emergencies).
2.5 In case of online tendering, if the digital certificate issued to the authorized user of a
firm is used for signing and submitting a bid, it will be considered equivalent to a no-
objection certificate/power of attorney /lawful authorization to that User. The firm has to
authorize a specific individual through an authorization certificate signed by all partners to
use the digital certificate as per Indian Information Technology Act 2000. Unless the
certificates are revoked, it will be assumed to represent adequate authority of the user to bid
on behalf of the firm in the department tenders as per Information Technology Act 2000.
The digital signature of this authorized user will be binding on the firm.
2.6 In case of any change in the authorization, it shall be the responsibility of
management / partners of the firm to inform the certifying authority about the change and to
obtain the digital signatures of the new person / user on behalf of the firm / company. The
procedure for application of a digital certificate however will remain the same for the new
user.
2.7 The same procedure holds true for the authorized users in a private/Public limited
company. In this case, the authorization certificate will have to be signed by the directors of
the company.
5
3 Opening of an Electronic Payment Account: Tender document can be downloaded online.
Bidders are required to pay the tender documents fees online using the electronic payments
gateway service. For online payments guidelines, please refer to the Home page of the e-
tendering Portal
4 Pre-requisites for online bidding: In order to bid online on the portal
https://etenders.hry.nic.in., the user machine must be updated with the latest Java. The link
for downloading latest java applet is available on the Home page of the e-tendering Portal.
5 Online Viewing of Detailed Notice Inviting Tenders: The bidders can view the detailed
N.I.T and the time schedule (Key Dates) for all the tenders floated through the single portal
e-Procurement system on the Home Page at https://etenders.hry.nic.in.
6 Download of Tender Documents: The tender documents can be downloaded free of cost
from the eProcurement portal https://etenders.hry.nic.in.
7 Key Dates: The bidders are strictly advised to follow dates and times as indicated in the
online Notice Inviting Tenders. The date and time shall be binding on all bidders. All online
activities are time tracked and the system enforces time locks that ensure that no activity or
transaction can take place outside the start and end dates and the time of the stage as defined
in the online Notice Inviting Tenders.
8 Bid Preparation (Technical & Financial) Online/offline Payment of Tender Document
Fee, eService fee, EMD fees and Submission of Bid Seal (Hash) of online Bids:
8.1 The online payment for Tender document fee, eService Fee & EMD can be done
using the secure electronic payment gateway. The Payment for Tender Document Fee and
eService Fee can be made by eligible bidders/ contractors online directly through Debit
Cards & Internet Banking Accounts and the Payment for EMD can be made online directly
through RTGS / NEFT.
The secure electronic payments gateway is an online interface between contractors
and Debit card / online payment authorization networks.
8.2 The bidders shall upload their technical offer containing scanned copies of
documents, qualifying criteria, technical specification, schedule of deliveries, and all other
terms and conditions except the rates (price bid) in the part-I (Technical envelope).
The price bid shall be submitted in separate part-II format supplied online by HPGCL
authority.
8.3 Submission of bids will be preceded by submission of the digitally signed & sealed
bid (Hash) as stated in the time schedule (Key Dates) of the Tender.
NOTE:-
(A) If bidder fails to complete the Online Bid Submission stage on the stipulated date and
time. His/hers bid will be considered as bid not submitted, and hence not appear during
tender opening stage.
(B) Bidders participating in online tenders shall check the validity of his/her Digital
Signature Certificate before participating in the online Tenders at the portal
https://etenders.hry.nic.in
For help manual please refer to the ‘Home Page’ of the e-Procurement website at
https://etenders.hry.nic.in and click on the available link ‘Help to Contractors..’ or contact at the
helpline under link ‘contact us’
6
Annexure-B
SCOPE OF WORK
The scope of work shall comprise of:-
1. Providing Medical Officer/Sr. Medical Officer (retired/working) having 10 years service at
his credit to run OPD service in HPGCL Health Centre, Sector-23,Faridabad for a period of
one year (extendable by another one year) on working days as per the timings given below:-
Monday to Friday
(a) Morning OPD 09:00 AM to 12:00 PM
(b) Evening OPD 03:30 PM to 05:00 PM
(c) Administrative work 12.00Hrs. to 1.00 PM & 2.00 PM to 3.30 PM
(d) Lunch break 1:00 PM to 2:00 PM
Saturday (a) Morning OPD 09:00 AM to 12:00Hrs.
2. The doctor will be allowed weekly rest on all the Sundays & will be entitled to observe rest
on all the gazetted holidays/National holidays as per the list circulated by CE/Thermal & no
deduction from the bills will be made from the firm’s on this account.
3. To ensure availability of consumables /medicines (to be provided by HPGCL) in sufficient
quantity all the time, a buffer stock shall be kept in the HPGCL Health Centre, Sector-23 for
which doctor shall submit timely requirement to the Thermal authorities.
4. Providing Medical Aid to the workmen (working & retirees) of the Corporations (HPGCL,
HVPNL, DHBVNL & UHBVNL) in the HPGCL Health Centre, Sector-23 and at other
locations of the plant/residential colony /offices as per requirement.
5. Accompanying the workmen to the hospital/medical institute in case of emergency and
providing Medical Aid on the way.
6. The space for HPGCL Health Centre in Sector-23, Faridabad shall be provided by the
corporation, cleaning and dusting will be in scope of department.
7. The transportation arrangement of Medical Officer/ Sr. Medical Officer will be made by
himself.
8. Any other required work as deemed fit for satisfactory working of HPGCL Health Centre,
Sector-23, Faridabad.
Administrative Officer
Thermal, HPGCL, Faridabad
7
Annexure-C
SPECIAL TERMS AND CONDITIONS
1. The firm shall provide medical services at Health Center Sector-23, Faridabad, and the
services can be shifted to any other place in part or in totality as per the requirement.
2. Qualifying Requirements:- The minimum qualification and experience for Medical Officer
to be deployed for the work shall be as follows:-
(i) The bidder should be successfully running a hospital having minimum 20 beds. (ii) One Medical Officer having MBBS degree with a minimum of 10 years of
experience after internship of large hospital (20 bedded or more) or at an
industrial (Govt./PSU) Hospital is required to be provided. The doctor should be
MBBS familiar with traumatic injuries and first Aid practices.
3. Medical Agency shall ensure deployment of Medical Officer at the designated place during
the day after submission & verification of original documents to the Admn. Officer. If the
Doctor remains absent on any day, the Medical Agency shall make arrangement of
deploying a substitute having same qualifications, experience after submitting the original
documents to Administrative Officer, FTPS for deciding suitability. The decision of
Administrative Officer, FTPS in this regard shall be binding and will not need assigning
reasons to the agency.
4. The agency shall produce original certificate of Medical Officer within 10 days from the
date of issue of letter of acceptance to Administrative Officer, FTPS for consideration of
eligibility.
5. The agency shall deploy the Medical Officer on the designated date and time at start of the
contract. In case the agency fails to deploy any of the same, he will be considered as absent
from duties and shall be dealt as per clause No.10 below.
6. In case the Medical Officer does not report for duty on designated day and time, pro-rata
deduction at double the rate shall be made for the absence.
7. In case of continued/repeated absence from duties, the cooperation reserves the right to take
appropriate action against the agency including termination of contract.
8. Medical Agency shall make their own arrangement for transportation of the medical officer.
9. Any change suggested for MO by the Officer-in-charge shall be binding on the agency &
any substitution shall require prior approval of Officer-in-charge.
10. There will be pro-rata double deduction for any absence of M.O./Sr.M.O. In case of
emergencies a suitable substitute as agreed by the Officer-in-charge may be allowed but
requests should be limited. Deduction shall be as per following calculation:-
Calculation of Deduction for one day = Monthly payment in Rupees/30 days x 2
(One day non-payment of salary for absence and one day salary deduction as penalty).
11. Contracting agency shall abide by all Laws, Rules pertaining to Central/State Government
including Provident Fund and all types of leaves etc. (Weekly off after six days duties and
National/Gazetted holidays as per HPGCL list). By fulfilling these obligations, the above
services shall run exactly as per the Schedules given by the Officer-in-charge.
12. Any disruption in service on account of failure to abide by contract conditions may result in
sudden cessation of health care facilities for HPGCL Health Centre which shall be viewed
seriously. It may invite any action including black listing, termination of contract and
8
continuing these services through some other agency at the contracting agency’s risk and
cost.
13. It will be responsibility of MO/Sr. MO to maintain cordial relation amongst the staff & with
the patients. They will create an atmosphere of sympathy, care and concern for the welfare
of patients & their attendants. A feeling shall be generated that patients are safe & well cared
by team of Doctor & paramedical staff.
14. Misbehavior by Doctor with the patients or staff shall cause penalty as deemed appropriate
by officer-in-charge, it can be financial / non-financial / both and in case of financial penalty
the same shall be deducted from running bill of the firm. Besides above, the FTPS reserve
the right to impose any more stringent penalty.
15. Medical Agency providing services shall be responsible for giving weekly rest, other leaves
as applicable to them & arrange for suitable substitutes to provide continuous medical
services. Payment for compensation to those performing extra duties on leave arrangement
shall be paid by the contracting agency and no extra payments shall be made to the agency
on this account. The tenderers should take this note into consideration while quoting for the
service.
16. Medical Agency shall comply with the provisions of various statutory laws wherever
applicable to them including Employees Provident Fund and Misc- Provision Act and ESI
Act, Goods & Service (GST) Tax. The contractor/firm should be registered with the
Provident Fund Commissioner, Govt. of Haryana and should possess permanent EPF
registration number. All taxes, insurance of MO/Sr MO shall be borne by agency and no
reimbursement shall be made by HPGCL on this account.
17. The agency will deploy MO/Sr MO in white Apron along with the identity card issued by
the agency.
18. The agency shall maintain attendance register of manpower deployed by him during the
execution of work.
19. The contractor shall ensure the required deduction of the EPF/ESI, if applicable, of their
prescribed rates from the salaries /wages of the driver, if employed by the Medical Agency
for the Doctor, and further depositing the same along with his own contribution (being the
employer) in his own EPF code number, the receipt challan of which has to be submitted in
duplicate along with the monthly bills in case of any short deposit, if there, it will be the sole
responsibility of the contractor/Medical Agency.
20. The firm shall also maintain all the necessary records/register in respect of his/their
employees, as required under the labour rules and regulations and the same shall be made
available to the Administrative Officer/Project authorities/Govt. of Haryana for
checking/inspection as and when required. The employees of the agency will neither be
considered employee of HPGCL nor shall any claim for employment of HPGCL be
entertained. The person engaged by the firm shall not have any legal right claiming
regularization of his service etc. in the deptt. where he has been engaged or any other
consequential benefits. Department shall under no circumstances be deemed or treated as the
employer of the person engaged for any purpose, whatsoever, nor department would be
liable for any claim (s) whatsoever of any such person.The contractor will keep the
corporation and its officers indemnified from and against any claim/liability by any such
person.
9
21. The contractor shall obtain an undertaking on Non Judicial Stamp Paper of proper value
duly signed and witnessed by him under his seal from the individual person that they will
not claim any employment from HPGCL and all the disputes will be settled by their
contractor who has engaged them.
22. The performance of the agency shall be reviewed by the Administrative Officer regularly at
the end of the month and if found un-satisfactory, the contract can be terminated and
security deposited by the contractor shall be forfeited. The Administrative Officer/FTPS
however reserves the right get the work done fully or partially from any other agency or
contractor till expiry of period of contract at risk and cost of the defaulting agency.
However, before the termination of the contract, a notice of 7 days shall be served upon the
defaulting agency.
23. The contractor shall indemnify the department against all objections of labour rules and
regulations such as minimum Wages Act, EPF, ESI Act etc., whichever applicable & to pass
medical claims as per rules of corporation.
Administrative Officer
Thermal, HPGCL, Faridabad
10
Annexure-D GENERAL TERMS AND CONDITIONS OF CONTRACT (Work order)
1) CONTRACT AGREEMENT The contractor shall execute a contract agreement with HPGCL on a Non Judicial Stamp
Paper of appropriate value within 07 days of receipt of work order.
2) RATE/CONTRACT PRICE
Rate shall be quoted by the bidder, strictly as per rate quoting sheet and the agreed contract
price shall remain firm during the currency of the contract. Any statutory taxes/levies, if to be
charged extra, should be clearly indicated by tenderer in their offer separately, failing which it
will be presumed that the quoted prices are inclusive of all such statutory taxes/levies.
3) EARNEST MONEY AND SECURITY DEPOSIT
Every tenderer, while submitting his tender, shall deposit the earnest money specified in the
NIT E-tender (CM-137/FTPS/2019/SMO/HC-23VOI-II dated 07.08.2019).
The earnest money furnished by the successful tenderers on whom the work order is placed
shall be converted into security deposits as a guarantee for faithful and satisfactory execution
of the work order.
(The EMD of the unqualified bidders will be returned without any interest, as promptly as
possible, within 30 days after declaration of qualification result and that of unsuccessful
bidder within 15 days of the execution of the contract with the selected bidder).
The Security Deposit shall be 10% of the Contract value in all the cases. The deduction of the
security deposit shall be regulated according to the nature of the contract, which may be any
one of the followings:
For Annual
Maintenance
Contract / ARC and
Civil Construction
work
10% amount of the monthly running bill shall be kept as
security deposit. However, the EMD already deposited by
the bidder shall be converted into the security deposit and
the balance amount shall be deducted from the running bill.
Note: Only the applicable provisions of the above table be incorporated in the work order,
accordingly to the nature of work/job.
The security deposit of the contractor shall be retained by HPGCL for faithful execution of the
contract.
Security deposit shall be released only after completion of the entire period of the contract and
after completion of 30 days of Guarantee/Warranty period, on the certificate of Engineer In-
charge /EIC for successful completion of Guarantee/Warranty period and submission of
requisite documents like last EPF / ESI return by the contractor.
No interest shall be paid on EMD / Security Deposit for the period it remains deposited with
HPGCL.
The earnest money /security deposit shall be forfeited in part or in full under the following
circumstances:-
i) If the tenderer withdraws his tender at any stage during the currency of validity period.
ii) If the W.O. has been issued but the contractor refuses to comply with it irrespective of
the fact that HPGCL sustains any loss on account of such default or not.
iii) In the event of a breach of contract in any manner.
iv) In case of evidence of cartel formation by the bidder(s).
11
v) If the contractor fails or neglects to observe or perform any of his obligations under the
contract, it shall be lawful for the HPGCL to forfeit either in whole or in part, in its
absolute discretion, the EMD/security deposit furnished by the contractor.
vi) The forfeiture of EMD/security deposit shall be without prejudice to the right of HPGCL
to recover any further amount or any liquidated and/or other damages as admissible
under the law, under payments or over payments made to the contractor under this
contract or any other contract as well as to take such administrative action against the
contractor as blacklisting etc.
4) PAYMENT TERMS
Payment terms shall be regulated according to the nature of the work, which can be any of the
followings:
For Annual Maintenance
Contract / ARC and Civil
Construction Work
100% payment, after deducting 10% security deposit
and statutory deductions, of the monthly running bill
shall be made after satisfactory completion of work
done.
5) MODE OF PAYMENT
Payment shall be released by the Sr. Accounts Officer/Accounts Officer, FTPS, HPGCL,
Faridabad through RTGS/NEFT/Cheque, in the account of the contractor. For payment
through RTGS/NEFT, the contractor will intimate the complete bank details viz. Name of
Bank/Branch, Account Number, Type of Account, IFSC Code etc, to Sr. Accounts
Officer/Accounts Officer.
6) COMPLETION PERIOD
The completion period of the work as specified below shall be the essence of the contract.
The contract shall be for a period of one year on firm rates which can be extended for a
further period of one year at the same rates, terms and condition at the sole discretion of the
deptt. The agency shall be bound to execute the work at the same rates, terms and condition
during the extended period of one year. However, after the completion of one year
depending on the needs of HPGCL, the extension of contract can be of shorter duration also.
The work shall be started within 7 days of issue of LOI / Work Order, whichever is earlier,
unless otherwise directed by the issuer of tender.
The work shall be carried out/completed to match with other activities in progress of the
unit.
For Annual
Maintenance
Contract / ARC
The work shall be started within 7 days of issue of LOI / Work
Order, whichever is earlier unless otherwise directed by the
issuer of tender. The work shall be carried out and completed
on month to month basis, as per the requirement of the
contract.
7) RISK AND COST
In case the contractor fails to full fill the contractual obligation, the work shall be got done
from some other agency at the risk and cost of the contractor. It shall be without prejudice to
the right of HPGCL to recover any further amount or any liquidated and/or other damages.
8) PENALITY FOR DELAY
Time is the essence of the contract. The contractor shall ensure timely completion of the job as
per stipulated completion period. In case of delay in completing the work/job, the penalty for
delay will be imposed @ 1% of the total contract value per week or part thereof subject to
maximum of 10% of the contract value.
12
Notes:- i) The percentage of penalty and time may vary according to necessity of the contract
(particularly in overhauling contract).
ii) Contract value means basic value of the contract exclusive of taxes and duties, if
charged separately.
9) DOCUMENTATION
The contractor and the executive in-charge of the work shall ensure the following document
before forwarding the bill of the contractor to the Accounts wing for pass and payment to
avoid delay in payment of the contractor:-
i) Contractor shall submit monthly bill in duplicate to the executive incharge along
with the followings:
a) Monthly bill for the AMC / ARC work and in other cases bill for the work done, in
duplicate. The bill should be on the contractor’s bill book duly serially numbered and
bearing date of issue, contractors EPF code, ESI code, Goods & Service (GST) Tax
number & PAN. A photo copy of the EPF code, ESI code, Goods & Service Tax
(GST) number, Labour license & PAN shall be attached with the 1st running bill for
reference and record.
b) Self attested copy of the deposit challan of EPF & ESI contribution, labour welfare
fund deposited by the contractor for the labour engaged for the work duly validated
with dossier of workers and their account number in the appropriate prescribed
performa.
c) Self attested copy of the attendance sheet, wages register and evidence of wage
payment.
ii) The bill of the contractor along with the annexure submitted by the contractor at i
above, should be approved and verified by the officer in-charge for gross value as
well as net payable value and accompanied with the certificates/documents
mentioned at iii and iv below.
iii) Certificate from the Engineer in-charge that, a) Work has actually been done as per
the contract and to the entire satisfaction of EIC. b) The copy of the EPF challan, ESI
challan etc. submitted by the contractor pertains to the labour deployed at site and
none of the worker has been excluded there from. c) The record entry of the work
done has been taken in the small measurement book (SMB) at page no. _____ on
dated ________. d) No penalty is leviable on the contractor on any account as per the
contract if leviable the amount of penalty is __________. e) Copy of protocol and
certificate for stage payment, if required.
iv) Certificate from Labour Welfare Officer / Factory Manager stating that contractor
has complied with all labour laws and safety clearance certificate from safety officer.
In case of non availability of Labour Welfare Officer/Safety Officer, from EIC.
Note:-
Documents attached along with the contractor bill should be referred in the forwarding
letter of the executive office forwarded the bill for pass and payment.
10) PERFORMANCE BANK GUARANTEE (NOT APPLICABLE)
Unless agreed otherwise, Contractor shall submit bank guarantee of the nationalized bank
equivalent to 10% of the contract value in the prescribed performa valid up to one month after
completion of warrantee period
13
11) WARRANTY (NOT APPLICABLE)
I. The contractor shall provide warranty for the workmanship of the work done for a
period 12 month from the date of completion of work / 18 month from the date of
commissioning of equipment(s) after overhauling whichever is earlier.
II. During this period if some equipment(s), which has been attended by the contractor, is
found to be defective, the same will have to be attended again without any additional
charges to HPGCL. In such cases, warranty period shall start from the date of such
repair/rectification. In case the contractor fails to respond within a reasonable time, the job
will be got done from any other agency at the risk and cost of the contractor.
12) FORCE MAJEURE
The delay in the completion of the work may be treated as force majeure to the contractor only
if:-
a. the delay is resulted from any causes arising out of compliance with regulations,
orders or instructions of the Central or State Governments, acts of God, acts of Civil
& Military authority, fires, floods, strikes, lock-outs, freight embargoes, war-risk riots
and civil commotion. and
b.the contractor’s request for extension of the delivery period along with all necessary
evidence comes, before the expiry of the schedule date(s) of delivery.
13) IDLE LABOUR CHARGES (NOT APPLICABLE)
a) No idle labour charges will be admissible in the event of any stoppage caused in the work
resulting in contractor’s labour being rendered idle due to any cause.
b) In case of non operation of the unit/units, due to any reasons, on the prior instruction of
HPGCL, of at least 7 days and work/activity is not carried out:
i) for up to one month, a deduction @ 35% payment of particular work will be made.
for more than one month, a deduction @ 50% payment of particular work will be made.
14) OVER RUN CHARGES (NOT APPLICABLE)
No over run charges shall be paid in the event of the completion period being extended for any
reasons.
15) WATCH & WARD
The watch and ward of T&P and other material will be the responsibility of the contractor.
16) FACILITIES TO BE ARRANGED BY CONTRACTOR
The contractor shall make his own arrangement for providing all facilities like lodging,
boarding, furniture and transportation etc. for his Sr MO/staff engaged by him for the job.
17) STATUTORY DEDUCTIONS Statutory deduction on account of Income Tax, Works Tax etc. including surcharge shall be
made at source from the bills of the contractor at the prevailing rates.
18) FACTORY ACT/MINIMUM WAGES ACT/INSURANCE ACT/EPF ACT ETC.
Strict adherence of various applicable labour laws like the Factories Act, Minimum Wages
Act, ESI Act, Payment of Wages Act, the Workman’s Compensation Act, EPF Act,
Contractor labour (Regulation & Abolition) Act, 1970 and all other statutory requirements as
amended from time to time to the entire satisfaction of Central/State Govt. Authorities, shall
be the responsibility of the Contractor and he shall have to make good loss, if any, suffered by
HPGCL on account of default in this regard by the contractor. EPF/ESI contributions will be
deposited by the contractor in his own EPF/ESI code no. in the respective account of the
workers. The contractor will submit the copy of EPF/ESI challan to the Factory Manager, at
the time of 90% payment along with corresponding list of workers
The contractor shall make the payment of wages to its manpower in their saving account only.
Documentary evidence thereof shall be submitted along with the running bills.
14
19) INSURANCE OF WORKERS
The contractor will be solely responsible for any liability for his workers in respect of any
accident, injury arising out and in course of contractor’s employment. To meet his aforesaid
obligation under the workmen Compensation Act, The contractor may obtain W.C. Policy
from the Insurance Company for the persons employed by him for carrying out the work. The
premium payable for the aforesaid Insurance Policy shall be borne by the contractor. The
contractor shall ensure that the said Insurance Policy of this insurance cover is required to be
submitted by the contractor to Engineer-in-charge of work immediately after issue of LOI, but
before the start of work.
20) SAFETY RULES A Firm shall have to comply with all the provisions of safety rules. The Chief Safety Officer
may impose penalty of Rs.200/- per day per head if the workers of contractor are found to be
working carelessly without proper protective equipments in unsafe conditions. Against
violation of any other clause, a penalty of Rs 500 /- per violation (minimum) shall be levied.
In case of repeated violation of serious nature resulting in various serious accident or direct
loss to the corporation /threatens to cause severe consequences, higher penalty rates may be
imposed including suspension/ termination of the contract. If any action is initiated by Chief
inspector of factories, Chandigarh or any other authority against occupier/factory manager or
any other authority of HPGCL in case of any fatal/non fatal accident or any other violation of
factory act, 1948, Pb. Hr. factory rules, 1952 or any other industrial or labour act, the
contractor shall be liable for the same and also to deposit the amount of fine/penalty if any. In
case of default action as deem fit shall be initiated against the contractor.
A safety clearance certificate on quarterly basis from the chief safety officer shall be obtained
by the contractor and has to be attached along with the bill.
This office reserves the right to claim adequate compensation from the contractor on account
of any damage caused to the plant & equipment handed over to him for execution of the work,
due to careless handling or negligence on the part of the contractor.
21) ARBITRATION
All matters, questions, disputes, differences and / or claims arising out of and / or concerning,
and /or in connection with, and /or in consequence of, and /or relating to the contract whether
or not obligations of either of both the Supplier and the Corporation under that contract be
subsisting at the time of such dispute and whether or not the contract has been terminated or
purported to be terminated or completed, shall be referred to the sole arbitration of MD,
HPGCL or an officer appointed by the MD, HPGCL as his nominee. The award of the
Arbitrator shall be final and binding on both the parties to the contract.
22) LAWS GOVERNING CONTRACTS
All contracts shall be governed by the laws of India for the time being in force.
Irrespective of the place of delivery, place of performance or place of payment under a
contract, the contract shall be deemed to have been made at the place from which the
acceptance of tender has been issued.
Jurisdiction of Courts- The courts of the place from where the acceptance of tender has been
issued shall alone have exclusive jurisdiction to decide any dispute arising out of or in respect
of the contract.
23) SET OFF
Any sum of money due and payable to the supplier under the contract (including security-
deposit returnable to the supplier) may be appropriated by the HPGCL and set-off against any
claim of the Corporation for the payment of a sum of money arising out of under that or any
other contract entered into by the supplier with the HPGCL.
15
24) SUBLETTING and ASSIGNMENT
The Supplier shall not, sublet, transfer or assign the contract or any part there of or interest
therein or advantage thereof in any part thereof in any manner whatsoever without prior
consent of FTPS, HPGCL.
Note:- 1. Unless agreed otherwise the above terms and conditions of the contract will form the
part of the work order after finalizing the procurement proposal. The word tenderer
where ever used above shall be read as supplier/contractor. The non applicability /
modification in the aforesaid clauses if agreed shall be mentioned / attached in / with
the purchase/work order specifically.
2. Purchasing authority shall put dated initials on each pages of the purchase order
including the above terms and conditions printed on both side of the paper.
3. Any other term not defined in instructions to the bidder or above terms and conditions
should be interpreted as defined in HPGCL works &Purchase Regulation “2015”.
4. The term “Bid” and “tender” and their derivatives (“Bidder / Tenderer” “Bidding /
Tendering”) are synonymous. Singular also means plural.
Administrative officer
FTPS, HPGCL, Faridabad
16
Annexure-E INSTRUCTIONS TO BIDDER
General Instructions to Bidder (work order):
1. Pre Qualifying Requirements (PQRs) / Eligibility Conditions for the tenderers:
The minimum qualification and experience for Medical Officer to be deployed for the work
shall be as follows:-
a. The bidder should be successfully running a hospital having minimum 20 beds. b. One Medical Officer having MBBS degree with a minimum of 10 years of
experience after internship of large hospital (20 bedded or more) or at an industrial
(Govt./PSU) Hospital is required to be provided. The doctor should be MBBS
familiar with traumatic injuries and first Aid practices.
Note: The firm should fill statement of bidders as per Annexure-F and submit
authentic supporting documents for proving its credential. Original documents
may be asked for verification at the time of finalizing the tender. A certificate
to the effect that the tenderer is not black listed from any Public Sector
undertakings of Central Govt./State Govt./SEBs/Corporations/any other
reputed Thermal/Hydel plant etc.
Decision of the HPGCL regarding fulfillment of pre-qualification requirement
shall be final and binding upon the bidders.
2. Any information regarding tender can be had from the office of Administrative Officer,
FTPS, HPGCL, Faridabad ([email protected]) on any working day prior to last
date of submission of tenders. The payment of Tender Document Fee and e-service Fee can
be made online directly through Debit Cards & Internet Banking. The payment of Earnest
Money can be made by eligible bidders / contractors online directly through RTGS / NEFT.
3. Before submitting tenders, all the instructions may be read carefully regarding submission of
tender. If any bidder finds discrepancies or omissions in the tender documents or is in doubt
as to the true meaning of any part, he shall clarify same from tender issuing office in writing
before the due date of submission of the bid.
4. Tenders should comprising of two parts i.e. Part-I (Technical Bid) & Part-II (Price Bid)
addressed to Administrative officer, FTPS, HPGCL, Faridabad.
a) Part–I i.e. technical bid shall comprise of qualifying documents, General Conditions
of contract, Technical Particulars & Credentials in support of qualifying criteria,
detail of Tender documents fee, Earnest money deposited & e-Service Fee online
deposited and deviations if any, will be opened on due date & time.
b) Part –II shall comprise of price bid only will be opened at a subsequent date to be
fixed by the competent authority only of those bidders who qualifies the NIT
requirements after checking the qualifying criteria & technical discussion on Tender
Part-I.
c) The Basic unit rate is required to be quoted excluding Goods & Service tax
(GST) by the firm in the online price bid. The total amount including Goods &
Service tax (GST) will be calculated automatically by the system. 5. Unless exempted specifically, tenders not accompanied with the prescribed EMD, Cost of
tender & e-Service fee shall be rejected. EMD / Cost of Tender shall be in the prescribed
mode of payment as asked in the NIT otherwise the tender shall be liable to be rejected.
6. The validity of the tender / offer shall be for 120 days from the date of opening of the price
bid.
7. The details of NIT along with Tender Documents can be seen and downloaded from the
portal https://etenders.hry.nic.in as well as HPGCL website www.hpgcl.org.in.
8. The rate negotiations could be held up to L3 bidder, if the difference between the L1 quoted
rates and those quoted by L2 and L3 is within 5% of the L1 quoted rates. In case where the
17
L1 bidder refuses to further reduce his offered price and the L2 or L3 bidders come forward
to offer a price which is better than the price offered by L1 bidder, the bidder whose price is
accepted becomes L1 bidder. However, in such a situation, the original L1 bidder shall be
given one more opportunity to match the discounted price. In case of acceptance, he would
be treated as L1 bidder.
9. No deviation shall be allowed. However, in case of deviation of taxes etc., the same be
loaded for comparison purpose.
10. Selection preference of the tendered work may be allowed as per policy of the State
Government to the Industrial Units located in Haryana on the lowest valid rates if tenderer
so claim with requisite documentary evidence.
11. The bidders / contractors shall observe the highest standards of ethics during the submission
of tender, procurement and execution of the contract. In case of evidence of cartel formation
by the bidder(s) EMD is liable to be forfeited.
12. The bidder shall bear all costs including bank charges if any, associated with the preparation
and submission of his bid and the purchaser will in no case be responsible or liable for those
costs, regardless of the conduct or outcome of the bidding process.
13. Engineer-in-charge reserves the right to cancel the NIT or to change qualifying requirement
or to reject any or all the tenders so received without assigning any reason.
14. The work as a whole will be allotted in a single part to the bidder who is overall lowest in
the merit order considering all items of work.
15. The committee nominated by HPGCL shall evaluate all the bids received against NIT on the
parameter indicated under heading qualifying requirement at Sr. No. 1 above. The decision
of the committee shall be final.
16. Issuance of Tender Documents to any party shall not construe that such party is considered
to be qualified.
17. In case due dates of sale / receipt /opening of tender happens to be holiday in FTPS/HPGCL,
the needful will be done on next working day.
18. The Site for the work is either available or it shall be made available in the parts in a manner so
as not to hamper the progress of work. The bidders are advised to visit the site to make them
familiar with the environment/conditions of the work. No claim in this regard shall be
entertained after the award of the work.
19. The contractor whose tender is accepted will be required to furnish by way of security deposit for
the due fulfillment of his contract such sum as will amount to 10% of the cost of work. The
security deposit will be collected by the deduction from the running bills of the contractor at the rate
mentioned above and the earnest money deposited in cash at the time of tenders will be treated as
a part of the security deposit and adjusted accordingly.
20. Canvassing in connection with tenders is strictly prohibited and the tenders submitted by the
tenderers who resort to canvassing will be liable to rejection straight way.
21. All rates shall be quoted on the proper form i.e. price bid supplied as part of the tender
documents on e-tender portal by the Department.
22. On acceptance of the tenders, the name of the authorized representative(s) of the tenders, who
would be responsible for taking instructions from the Engineer-in-Charge and shall be
communicated to the Engineer-in-Charge immediately after the allotment / start of work.
23. The Haryana Power Generation Corporation Limited does not bind itself to accept the lowest
tender and reserves to itself the right to accept the whole or any part of the tender and the tendered
shall be bound to perform the same at the rate quoted in this tender.
24. Sales tax or any other tax on material or labour in respect of this contract shall be payable by the
contractor and Haryana Power Generation Corporation Limited will not entertain any such
claim whatsoever.
25. No contractor is permitted to tender for the works, if any of his near relatives is posted to deal
with day to day duties in the passing of bill etc. and who is working in any capacity requiring
18
him to give instructions / advice and in particular any office / official of the Corporation
including the member of the Board. Any breach of this condition by any one shall render him
liable to be removed from the list of the contractors for the Haryana Power Generation
Corporation Limited and the work entrusted to him may be terminated.
NOTE: -
1. By the terms near relatives is meant, wife / husband, parents and grandparents, children and
grand children, brothers and sisters, uncles and cousins and their corresponding in-laws.
The tendered shall attach with his tender the list of officers and employees of Haryana Power
Generation Corporation Limited related to him.
2. Firm should furnish undertaking regarding blacklisting on NSJP of Rs. 10/- /letter head
stating that firm have not been blacklisted in any Govt./Semi Govt. organization in any
manner.
26. Withdrawal, Substitution and modification of bids: A Bidder may not withdraw, substitute, or
modify its Bid after due date of bid submission.
27. Opening of Bids: Stage 1: a) The tenders will be opened electronically on the e-procurement portal using
DSCs on the date and time prescribed in the notice inviting tenders. In case the date of opening
falls on a holiday or a holiday is subsequently declared on that date, the tenders will be opened
on next working day following the holiday at the same time.
b) No electronic recording devices will be permitted during the opening of bid as well as price
bids.
c) The Bidders’ representatives who are present shall be requested to sign the record. The
omission of a Bidder’s signature on the record shall not invalidate the contents and effect of the
record.
Stage 2: a) Purchaser will evaluate "Pre-Qualification Criteria"/"Mandatory
Requirements" in accordance with Section III: Qualifying Requirements
b) All bidders who qualify in Stage-2 will be intimated. If any bidder fails to meet
"Pre-Qualification Criteria"/"Mandatory Requirements", further evaluation will not be carried
out.
Stage 3 : a) On the basis of the evaluation of the Pre-Qualification Criteria, the owner
will invite bidders who have qualified Technical bid to attend the opening of the Price Bids. The
date and time of the opening of Price bid will be intimated by owner to successful bidders of
Technical Bid.
b) The owner shall conduct the opening of Price Bid of all bidders who qualify Technical Bids,
in the presence of bidders’ representatives who want to attend the bid opening. The bidder’s
representatives who are present shall be requested to sign a register evidencing their attendance.
28. COMPARISON OF BIDS: 1) The bids shall be compared on the basis of total for the entire
scope as given in Price Schedules.
2) The evaluated bid prices of all the bidders shall be compared among themselves and as a
result of this comparison, the lowest bid emerging after negotiations in the Committee
(constituted to finalize/ approve the proposal for outsourcing of manpower) will be selected for
award of the contract.
3) The discount arising out of negotiation with the Committee (constituted to finalize/ approve
the proposal for outsourcing of manpower) will be indicated in the price schedule.
29. Owner's Right to accept or reject any or all bids: The Purchaser reserves the right to accept or
reject any Bid, or annul the bidding process and reject all Bids at any time prior to Contract
award, without thereby incurring any liability to the Bidders.
Administrative Officer
FTPS, HPGCL, Faridabad
19
Annexure-F
STATEMENTS OF BIDDERS
1. Name of Bidder _______________________________
2. Address of Head Office _______________________________
3. Correspondence Address _______________________________
_______________________________
4. Legal status
5. PAN of the Bidder (attached self attested photocopies)
PAN ______________________ TIN ________________________
CST No. _________________________.
6. Bank Details (attached signed cancelled cheque)
i) Bank Name & Address
ii) Bank Account Number
iii) Bank Branch Code
iv) IFSC Code of Branch
v) Nature of account (current/saving/OD/CC)
7. Main lines of Business
i. ____________________________ since______________
ii. ____________________________ since______________
iii. ____________________________ since______________
8. Annual Turnover of past three year
i. ____________________________
ii. ____________________________
iii. ____________________________
9. Past Experience:-
Name of
Organization
Period Reference of
Contract
Order Value
contract wise
10. Any other
Signature & Stamp of Bidder
Name and Designation of Authorised Bid Signatory _____________________________
20
Annexure-G
CHECK LIST FOR CONTRACTOR
Sr.
No. Technical Specification
Bidder Response
(Yes or No)
1 Acceptance of all terms & conditions of tender.
2 Documentary Evidence regarding Qualification Criteria
i) Permanent EPF Registration number from Provident Fund
Commissioner.
ii) ESI Number.
iii) PAN Number / TAN Number.
iv) Service Tax No.
v) 1. The bidders shall be successfully running a hospital
having minimum 20 beds. 2. One Medical Officer having MBBS degree with a
minimum of 10 years of experience after internship of
large hospital (20 bedded or more) or at an industrial
(Govt./PSU) Hospital is required to be provided. The
doctor should be MBBS familiar with traumatic injuries
and first Aid practices
3 Authority letter in the name of the Authorized Person who has
signed the Tender Document / Price Bid on behalf of the
Contractor / Company.
21
ANNEXURE–H
UNDERTAKING FORM
To
The Superintending Engineer
H.P.G.C.L, FTPS, Faridabad- 121005
TELEPHONE NO. 0129- 2232887
Dear Sir,
In accordance with your NIT Document No.____________, M/s.
_______________________________________________having its Registered/Head Office at
_______________________________________(hereinafter called the “Bidder”) wish to participate
in the said Bid for providing Medical Health Services at HPGCL Health Centre, Thermal Colony,
Sector-23, Faridabad.
We hereby undertake to abide by the terms and conditions of the NIT and shall furnish the requisite
Security Deposit both in terms of time and money to HPGCL.
Date: (Signature)
Place: (Name)
(Official Address)
22
ANNEXURE-I
Letter of Authorization/Board Resolution/Power of Attorney for individual to sign on
behalf of the Bidder
To
The Superintending Engineer
House No. 251, HPGCL Colony
Sector-23 Faridabad
TELEPHONE NO. 0129- 2232887
Sir(s),
The Letter of Authorization/Board Resolution/Power of Attorney1 in respect of the
following, authorizing them to sign the Bid Proposal and negotiate and furnish information as
and when called by owner, is enclosed herewith:
1.
2.
3.
Date Signature of Authorised Signatory …
Place Name of the Authorised Signatory…
Designation …
Name of the Organization
Seal …
23
ANNEXURE-J
ACCEPTANCE CERTIFICATE
To
The Superintending Engineer
House No. 251, HPGCL Colony
Sector-23 Faridabad
TELEPHONE NO. 0129- 2234277
Subject: NIT No. CM-137/FTPS/2019/SMO/HC-23/Vol-II for Providing Medical
Health Services at HPGCL Health Centre, Thermal Colony, Sector-23,
Faridabad.
.
With reference to your NIT No. CM-137/FTPS/2019/SMO/HC-23/Vol-II dated
07.08.2019 for Providing Medical Health Services at HPGCL Health Centre, Thermal Colony,
Sector-23, Faridabad. We hereby confirm that we have read all the provisions, terms and
conditions of tender document and all the clauses of Instruction to Bidder (ITB), General
Conditions of Contract (GCC) and Schedules & the same are acceptable to us, and we have
not taken any deviation to these clauses.
Date: Signature of authorized
Place: Signatory of the Firm with Stamp
24
ANNEXURE-K
DEVIATIONS FROM THE SPECIFICATION
In the table, the Bidder shall set out all deviations clause by clause. The bid shall be deemed
to conform to purchaser’s specification in all respects unless specifically mentioned in this
table.
Sr. No. Clause No. Detail of Deviations with justification
Signature of authorized
Signatory of the Firm with Stamp
25
ANNEXURE-L
PERFORMA FOR CONTRACT AGREEMENT
(On non-Judicial stamp paper of appropriate Value)
AGREEMENT BETWEEN HARYANA POWER GENERATION CORPORATION
LIMITED AND M/s------------------------------------------------------------------------------- FOR
CONTRACT OF PROVIDING MEDICAL HEALTH SERVICES AT HPGCL
HEALTH CENTRE, THERMAL COLONY, SECTOR-23, FARIDABAD.
This contract is made at Faridabad on this day-------------------------2018 between
Haryana Power Generation Corporation Limited ( Regd. Office Urja Bhawan, C-7,
Sector-6, Panchkula) a Company registered under Companies Act, 1956 which has come into
existence on unbundling of Haryana State Electricity Board under Haryana Electricity
Reforms Act, 1977 (hereinafter referred to as “HPGCL”) on the one part and Service
Provider, M/s-----------------------------------------------(hereinafter referred to as
Contractor/Second Party) on the other part.
Whereas the First Party is desirous of entrusting the work of Providing Medical
Health Services at HPGCL Health Centre, Thermal Colony, Sector-23, Faridabad.
And whereas the Work Order No.-------------------- was issued for Providing
Medical Health Services at HPGCL Health Centre, Thermal Colony, Sector-23, Faridabad.
Following documents exchanged between the 1st Party and the 2nd Party are part and parcel
of contract agreement.
1. Our NIT No-------------------------------------.
2. Your offer no-----------------------------------.
3. Work order no.---------------------------------.
And whereas the HPGCL and Service Provider, M/s--------------------- have now
agreed to execute an agreement based on these documents listed above.
All terms and conditions of the contract shall be binding on both the parties to the contract.
Now THIS DEED WITNESSES and the parties hereto and hereby mutually agree as above.
IN WITNESS WHEREOF the Contractor and HPGCL hereto set their hands as under.
Witness:
1. ______________________ Signed for and on behalf of 1st Party
FTPS, HPGCL, Faridabad
2. ______________________
1. ______________________ Signed for and on behalf of 2nd Party,
Service Provider, M/s----------------------
2. ______________________
26
Annexure-M
RATE QUOTING SHEET
Name of work: - Providing Medical OPD Services for HPGCL Health Centre, Sector-
23, Faridabad.
Sr.
No. Description of Item Unit Qty
Rate quoted by Firm
Quoted
Rate
per
month
Amount
in Rs.
Goods &
Service tax
payable by
HPGCL at
prevailing
rates
Grand
Total
1. Providing OPD services in
HPGCL Health Centre,
Sector-23, Faridabad by
deputing Medical officer/
Sr. Medical officer of
requisite qualifications &
experience for the
employees
/retirees/families of
expirees of the staff of
Haryana Power Utilities
namely HPGCL, HVPNL,
DHBVNL & UHBVNL on
all the working days as per
the terms & conditions
mentioned in the attached
tender documents.
Per
Month
12
Months
‘Not
applicable’
at present