PANIPAT THERMAL POWER STATION - HPGCL THERMAL POWER STATION, HPGCL, PANIPAT. 132105. E Mail:...
Transcript of PANIPAT THERMAL POWER STATION - HPGCL THERMAL POWER STATION, HPGCL, PANIPAT. 132105. E Mail:...
Page 1 of 25
PANIPAT 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.gov.in
(An ISO 9001, 14001 & OHSAS 18001 Certified Company)
TENDER DOCUMENT
(NIT No. 01 /SwitchYard-1/2016-17 Dated: 19.04.2016)
FOR
ANNUAL CONTRACT
FOR MAINTENANCE & OPERATION OF EQUIPMENTS INSTALLED
UNDER
SWITCHYARD DIVISION-1, PTPS , PANIPAT
EXECUTIVE ENGINEER /SWITCHYARD DIVISION-I,
PANIPAT THERMAL POWER STATION,
HPGCL, PANIPAT. 132105.
E Mail: [email protected], [email protected]
TELEPHONE NO. 0180-2566070
FAX NO. 0180-2566768
April2016
…….2016
Page 2 of 25
INDEX
Sl. No. Description Page No.
1. Notice Inviting Tender 3-3
2. Information Regarding Online Payment of
Tender Document , eService & EMD Fee
4-6
3. Key Dates 7-7
4. Instructions to bidders on electronic tendering
system -Annexure-I
8-10
5. Scope of work, Special Terms & conditions-
Annexure-II
11-14
6. General Terms & Conditions-Annexure-III 15-19
7. Detail of equipments installed in switchyard-1-
Annexure-IV.
20-20
8. Statement of Bidders-Annexure-V 21-21
9. Acceptance Certificate- Annexure-VI 22-22
10. Performa of indemnity bond to be executed by
the service provider-Annexure-VII
23-23
11. Technical Bid Check List Format- Annexure-VIII 24-24
12. Performa for Price Quoting-Annexure-IX 25-25
Page 3 of 25
PANIPAT THERMAL POWER STATION, PANIPAT. Unit of Haryana Power Generation Corporation Limited.
(Regd. Office: UrjaBhawan, C-7, Sector-6, Panchkula, Haryana.) Corporate Identity Number: U45207HR1997SGC033517
www.hpgcl.gov.in E-Mail: [email protected], [email protected] Phone: 0180- 2566070 FAX: 0180-2566768
NOTICE INVITING TENDER (E-TENDER)
e-Tender Information
Source (Name Of Power
Station)
PANIPAT THERMAL POWER STATION
Classification Work Contract
NIT Number NIT No.01/Switchyard-1/2016-17 Dated:19.04.2016
Brief NIT Description
ANNUAL CONTRACT FOR MAINTENANCE & OPERATION OF EQUIPMENTS INSTALLED UNDER SWITCHYARD DIVISION-1, PTPS , PANIPAT.
E-Tender Issue date 19.04. 2016
Start date & time for
downloading of Tender
Documents & Bid
Preparation
19.04.2016 at 17:00 Hours
End date & Time of
uploading of e-tender
10.05.2016 up to 13:00 Hours
Due date and time of
Technical opening (Part-1)
10.05.2016 at 15:30 Hours.
Contact Info Executive Engineer/Switchyard Division-I, PTPS-II, HPGCL,
Panipat-132105 Mob. 9355084410.
NIT details Uploaded on http://haryanaeprocurement.gov.in and www.
hpgcl.gov.in
Estimated Cost Rs. 21,72, 703/- (Service Tax & Cess Extra As Applicable)
EMD Amount Rs.43,500.00
Tender Document Cost Rs.1132.00
E-service Fee Rs.1000.00
-Sd- EXECUTIVE ENGINEER/SWITCHYARD-I,
FOR CHIEF ENGINEER/PTPS-II, HPGCL, PANIPAT- 132105.
Page 4 of 25
Information Regarding Online Payment of Tender Document, eService & EMD Fee.
1. The Bidders can download the tender documents from the Portal:
https://haryanaeprocurement.gov.in.
2. The Bidders shall have to pay for the Tender documents, EMD Fees & e-Service Fee online
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. The Payment for Tender Document Fee and e-Service 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.
3. It is advised that the bidder make the payment forEMDvia RTGS / NEFT to the
beneficiary account number as mentioned in the challan atleast T+2 day (Transaction
+ Two day) two day in advance to the last day for validation on account / transaction
period.
NOTE: If the tenders are cancelled or recalled on any grounds, the tender document fees & e-
service fee will not be refunded to the agency.
NOTE: Those agency who are exempted from EMD, should submit proof of related documents
at least 10 days before end date of “Downloading of Tender Documents & Bid
Preparation” stage to publisher of the tender i.e. Executive Engineer of the
concerned Division.
The following are exempted from depositing the earnest money:-
i) Public Sector Undertakings of the Central / Haryana State Government.
ii) Firms borne on D.G.S. & D/DS&D Haryana rate contracts.
iii) Firms registered with the Director of Industries, Haryana or registered with National Small
scale Industries Corporation, Govt. of India.
iv) Firms borne on the HPGCL’s approved list of suppliers which may have made a permanent
earnest money deposit of Rs.10.00 Lacs at the respective Project/office of HPGCL, if they
quote the Registration number given by the respective project/office of HPGCL in their tender
papers.
4. The Tenderers can submit their tender documents (Online) as per the dates mentioned in the
key dates:-
Guideline for Online Payments in e-tendering
Post registration, bidder shall proceed for bidding by using both his digital certificates (one each
for encryption and signing). Bidder shall proceed to select the tender he is interested in. On the
respective Department’s page in the e-tendering portal, the Bidder would have following options
to make payment for tender document & EMD:
a) Debit Card
b) Net Banking
c) RTGS/NEFT
Operative Procedures for Bidder Payments:
A) Debit Card: The procedure for paying through Debit Card will be as follows.
(i) Bidder selects Debit Card option in e-Procurement portal.
Page 5 of 25
(ii) The e-Procurement portal displays the amount and the card charges to be paid by bidder.
The portal also displays the total amount to be paid by the bidder.
(iii) Bidder clicks on “Continue” button
(iv) The e-Procurement portal takes the bidder to Debit Card payment gateway screen.
(v) Bidder enters card credentials and confirms payment.
(vi) The gateway verifies the credentials and confirms with “successful” or “failure” message,
which is confirmed back to e-Procurement portal.
(vii) The page is automatically routed back to e-Procurement portal.
(viii) The status of the payment is displayed as “successful” in e-Procurement portal. The e-
Procurement portal also generates a receipt for all successful transactions. The bidder can
take a print out of the same,
(ix) The e-Procurement portal allows Bidder to process another payment attempt in case
payments are not successful for previous attempt.
B) Netbanking: The procedure for paying through Netbanking will be as follows.
(i) Bidder selects Netbanking option in e-Procurement portal.
(ii) The e-Procurement portal displays the amount to be paid by bidder.
(iii) Bidder clicks on “Continue” button .
(iv) The e-Procurement portal takes the bidder to Netbanking payment gateway screen
displaying list of Banks.
(v) Bidder chooses his / her Bank.
(vi) The Netbanking gateway redirects Bidder to the Netbanking page of the selected Bank.
(vii) Bidder enters his account credentials and confirms payment.
(viii) The Bank verifies the credentials and confirms with “successful” or “failure” message to
the Netbanking gateway which is confirmed back to e-Procurement portal.
(ix) The page is automatically routed back to e-Procurement portal .
(x) The status of the payment is displayed as “successful” in e-Procurement portal. The e-
Procurement portal also generates a receipt for all successful transactions. The bidder can
take a print out of the same.
(xi) The e-Procurement portal allows Bidder to process another payment attempt in case
payments are not successful for previous attempt.
C) RTGS/ NEFT:
The bidder shall have the option to make the EMD payment via RTGS/ NEFT. Using this module,
bidder would be able to pay from their existing Bank account through RTGS/NEFT. This would
offer a wide reach for more than 90,000 bank branches and would enable the bidder to make the
payment from almost any bank branch across India.
(i) Bidder shall log into the client e-procurement portal using user id and password as per
existing process and selects the RTGS/NEFT payment option.
(ii) Upon doing so, the e-procurement portal shall generate a pre-filled challan. The challan will
have all the details that is required by the bidder to make RTGS-NEFT payment.
(iii) Each challan shall therefore include the following details that will be pre-populated:
a) Beneficiary account no: (unique alphanumeric code for e-tendering)
b) Beneficiary IFSC Code:
c) Amount:
d) Beneficiary bank branch:
e) Beneficiary name:
(iv) The Bidder shall be required to take a print of this challan and make the RTGS/NEFT on the
basis of the details printed on the challan.
Page 6 of 25
(v) It is advised that the bidder make the payment via RTGS / NEFT to the beneficiary
account number as mentioned in the challan at least T+2 day (Transaction + Two day)
two day in advance to the last day for validation on account / transaction period.
(vi) In the event, bidders making the payment on the last day and same is not available for the
bidders for validation on account of any reason whatsoever, Department, its banker or e-
procurement service provider or payment gateway service provider would not be held
responsible in any manner. In such cases, the bidders may not able to submit the tender.
(vii) Post making the payment, the bidder would login to the e-Tendering portal and go to the
payment page. On clicking the RTGS / NEFT mode of payment, there would be a link for real
time validation. On clicking the same, system would do auto validation of the payment made.
Page 7 of 25
Key Dates
Sl.
No. Department Stage Tenderer’s Stage
Start date
and time
Expiry date
and time
1 Tender Authorization &
Publishing
Downloading of Tender
Documents , Bid Preparation &
Bid submission
19.04.2016
17:00 Hours
10.05.2016
13:00 Hours
2 Technical Opening (Part-I) -
10.05.2016
15:30 Hours
---
3
Short listing of Technical
bids & Opening of Financial
Bid
- Will be intimated to the firms
on their E-mail
Page 8 of 25
ANNEXURE-I
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 processed online are required to get registered on the centralized e-Procurement Portal i.e.
https://haryanaeprocurement.gov.in. (Go to the link in top bar – How to…? – Register and Bid
Onlineand download the file).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://haryanaeprocurement.gov.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 from:
M/s Nextenders (India) Pvt. Ltd.
O/o. DS&D Haryana,
SCO – 09, IInd Floor, Sector – 16,
Panchkula – 134108
E - mail: [email protected]
Help Desk: 1800-180-2097 (Toll Free Number)
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.
Page 9 of 25
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.
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
http://haryanaeprocurement.gov.in.
4. Pre-requisites for online bidding: In order to bid online on the
portalhttp://haryanaeprocurement.gov.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 http://haryanaeprocurement.gov.in.
6. Download of Tender Documents: The tender documents can be downloaded free of cost from the e-
Procurement portal http://haryanaeprocurement.gov.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, e-
service 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.
8.2 The secure electronic payments gateway is an online interface between contractors and Debit card
/ online payment authorization networks.
8.3 The bidders shall upload their technical offer containing documents, qualifying criteria, technical
specification, schedule of deliveries, and all other terms and conditions except the rates (price
bid).
The bidders shall quote the prices in price bid format.
8.4 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.
Page 10 of 25
(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://haryanaeprocurement.gov.in.
(C) For help manual please refer to the ‘Home Page’ of the e-Procurement website at
https://haryanaeprocurement.gov.in, and click on the available link ‘How to online’ to download
the file.
Page 11 of 25
ANNEXURE-II
SCOPE OF WORK AND SPECIAL TERMS & CONDITION
1. Scope of work:
(A) Scope of work for Maintenance: 1. Overhead/routine maintenance works like cleaning of insulators, checking/ tightening/
replacement of clamps, conductors, nuts & bolts of bus bars, jumpers, isolators, breakers, CTs, PTs, LAs etc. in 220kVswitchyard.
2. Routine maintenance works on power transformers like checking/ tightening/replacement of clamps & jumpers, dismantling and assembling of LV/HV jumpers and other routine jobs for switchyard.
3. Routine maintenance of yard lighting in 220kV switchyard and C&R panels. 4. Assistance in servicing and overhauling of OLTC diverter switch under the supervision of
OEM Engineer. 5. Maintenance of cooling system of power transformers including replacement of oil pumps
and fan motors. 6. Assistance in servicing and overhauling of isolators under the supervision of OEM
Engineer. 7. Servicing and overhauling of compressors under the supervision of OEM engineer. 8. Dehydration of transformer oil of Power Transformers through filtration plant. However
filter machine and storage tank will be provided by HPGCL. 9. Painting on the top of current transformers, potential transformers, transformer bushings
with red, yellow and blue colours. However paint will be provided by HPGCL free of cost. 10. Assistance for the testing of circuit breakers, transformers and other equipment of
switchyard division. 11. Replacement of silica gel of transformers. 12. Cleaning of marshalling box, circuit breaker cubicles and marshalling kiosks of
transformers under departmental supervision. 13. Replacement of lightening arrestor/CT/PT/CVT etc. However, hydra, welding machine,
gas cutter,brazing set, gas cylinders etc. if required will be arranged by HPGCL. 14. Cleaning of battery set and assistance for recording the parameters of batteries under
departmental supervision. 15. Loading and unloading of transformer oil required for routine maintenance of
transformers. 16. Any other miscellaneous work arising during emergency in respect of 220kV switchyard,
power transformer yard & service transformers except specifically excluded.
Exclusions:
1. Any major breakdown/work such as replacement of insulator strings, breakers, transformer bushings etc. will not be in contractor’s scope.
2. PID (puncture insulation detection) Testing. 3. Thermo vision scanning. 4. Hot & cold line washing. 5. Welding and brazing work. 6. Testing of Transformer oil. 7. Testing of Protection scheme. 8. Shifting and overhauling of service & power transformers etc. 9. Painting of structures, circuit breakers, MKs, MBs, breaker cubicle, service and power
transformers. 10. Tightening/replacement of nuts & bolts in live condition.
Page 12 of 25
2. Pre Qualifying Requirements (PQRs) / Eligibility Conditions for the tenderers:
QUALIFYING CRITERIA I. Those who have already executed the annual mtc. work at 220 KV switchyard for Rs.8.69
Lakh or above.
OR
Those who have executed service of HT/LT Switchgear, T/F’s etc. at 210 MW thermal
power project and above for Rs. 8.69 Lakh or above.
OR
Those who have carried out ETC (Erection, Testing and Commissioning) of 220kV
Switchyard of 210 MW or above capacity Power Plant OR any 220 KV or above rating
Substation, OR have carried out AMC of 220 KV substation.
II. The bidder should have executed at least an order of value not less than Rs. 8.69 lakh in
a single order during last five year.
III. The bidder should have Class A or equivalent Electrical License to work on 220kV
equipments.
IV. The bidder should have a valid P.F. Code No., PAN, Service tax registration. The bidder
should have a valid ESI no. or submitted undertaking to provide the same within one
month of issue of work order.
V. Firm should not be Black Listed by any organization/party in the last three years. The
firm shall furnish a certificate for this.
VI. The bidder should have man power i.e. Supervisor, Technicians having requisite
qualification in accordance with the ‘Central Electricity Authority (Measures Relating to
Safety & Electric Supply) Regulations-2010’, to meet the requirement as given in ‘Clause
- 8’ of General Terms & Conditions in the tender documents.
Documents in support of Qualifying Requirement:
(a)The documentary proof regarding the qualifying criteria i.e. copies of work orders,
performance certificates, and other requisite documents thereof in support of clause
2 (i) and 2(ii).
(b) Copy of valid Electrical License as required under clause 2(iii).
(c) Document in support of EPF.
(d) Document in support ESI.
(e) Copy of PAN.
(f) Copy of Service Tax Registration.
(g)Certificates thereof in support of clause 2(v).
(h)Proof of having manpower as per 2(vi)
The above documents should be submitted, after getting them duly attested by Notary
Public along with the offer.
3. Disqualification of the Bidder:-
i) Even though the bidders meet the above Qualifying Criteria they are subject to be
disqualified, if they have made misleading or false representations in the forms,
statements and attachments submitted in the proof of the qualification requirements.
ii) The Bidders shall supply partnership deed in case of partnership firm / Memorandum of
Association and Article of Association in case of a company.
Page 13 of 25
iii) Not withstanding anything stated above Haryana Power Generation Corporation Ltd.
reserves the right to assess the tenderer’s capacity to perform the contract should the
circumstances warrant such assessment in the overall interest of the Haryana Power
Generation Corporation Ltd. In this regard the decision of corporation will be final.
4. Conditions of the contract and other information can be had from the office of Executive
Engineer/Switchyard-II, Panipat Thermal Power Station, HPGCL, Panipat. 132105
(Email ID: [email protected], [email protected], [email protected]),on
any working day prior to last date of Downloading of Tender Documents & Bid Preparation.
5. The Tender Document can also be seen on HPGCL website www.hpgcl.gov.in.
6. Before submitting tenders 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 and time of submission of the bid.
7. The tenders shall only be submitted on the centralized e - Procurement Portal i.e.
https://haryanaeprocurement.gov.in . The tenderers will quote their rates strictly as per the
price quoting sheet.
8. Tenders through Fax / E-mail / telegraphic tenders shall not be considered. Incomplete,
obscure or irregular tender is liable for rejection. If the tenderer deliberately gives wrong
information in his tender, HPGCL reserves the right to reject such tender at any stage.
9. All tenders received against online tender enquiry irrespective of whether they are from the
approved Firms on the registered list or others, shall be considered, provided they are on
the prescribed e-tendering process mentioned above.
10. Inspection of site of work: Before submitting the tender, the bidder is advised to inspect
the site of work, the environment & other prevalent conditions, facilities available etc. No
claim will be entertained later, on the ground of lack of knowledge in this regard.
11. The validity of the tender/ quotation should be at least for 120 days from the date of
opening of price bid.
12. 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 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.
13. No deviation from the terms & conditions of tender shall be accepted. Once bidder
submits the tender online, it is presumed that all the terms & conditions are
accepted including payment terms.
14. The bidders / suppliers / contractors shall observe the highest standard 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.
15. The bidder shall bear all costs 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.
16. a) Earnest Money:-
Every tenderer, while submitting his tender, shall deposit the earnest money specified in
the NIT online.
Page 14 of 25
The earnest money furnished by the successful tenderer 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 15 days of the award of the contract to the selected bidder).
b) Security Deposit: In case of successful bidder, the earnest money will be converted into
security deposit. Security deposit @10% of monthly bills shall be deducted. The amount
of 10% security deducted shall be released to the contractor after successful completion
of the work.
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).
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.
17. Chief Engineer, PTPS-II, HPGCL, Panipat reserves the right to amend/ cancel the NIT or to
change qualifying requirement or to reject any or all the tenders so received without
assigning any reason.
18. All the fields of Price bid shall be filled by the bidder.
-Sd-
EXECUTIVE ENGINEER/SWITCHYARD-I, FOR CHIEF ENGINEER/PTPS-II,
HPGCL, PANIPAT- 132105.
Page 15 of 25
ANNEXURE-III
GENERAL TERMS & CONDITIONS
1. Terms of Payment: 90% payment shall be released by Sr.A.O./PTPS-II, HPGCL, Panipat,
through RTGS/NEFT after submission of bill along with all necessary documents, on monthly
basis as a running payment & balance 10% shall be deducted/ retained as Security deposit.
The same shall be released along with earnest money deposit after 30 days of successful
completion of contract. For payment through RTGS/NEFT, the contractor will supply the
complete bank details viz. Name of Bank/Branch, Account Number, Type of Account, IFSC
Code etc duly authenticated by the banker.
2. Earnest money deposited by the firm shall be adjusted against the security deposit. In
case of default or non-fulfillment of terms and conditions of the work order, the security
deposit will be forfeited by the HPGCL. The security deposit shall be retained by this office
for the entire period of contract. No claim shall be made either in respect of interest, if any,
due on the security deposit or its depreciation in value. The security will be returned after 30
days from date of successful completion of work.
3. The work will be carried out as per the direction of Engineer in-charge of this office.
4. Mobilisation: Work will have to be started within 15 days of issue of LOI/work order or at a
date mentioned in LOI/Work order.
5. The contract will be valid for two year from the date of commencement of work. The period
of operation of contract can be extended by six months beyond two year if desired by
PTPS authorities on the same rates, terms and conditions with the approval of competent
authority. However, the contract/work order can be short closed at any time at sole
discretion of HPGCL.
6. Two sets of following daily use T&P of reputed make, for execution of job will be in
contractor’s scope for which no additional payment over & above quoted rated will be made.
Minimum Suggestive T&P as required is detailed below:
Detail of one Set T&P
Sr. No.
Description Qty Sr. No.
Description Qty
1 Air Blower 01No. 11 ALLEN key set 01 No.
2 Ring Spanner(6 To 32) 01(set) 12 Hammer 5lbs 02 No.
3 D/Spanner (6 To 32) 01(set) 13 Multimeter digital 01 No.
4 Screw Driver (8 '', 12'') 02 No. 14 T&P Bag 03 No.
5 Plier 02No. 15 Torque wrench 01 No.
6 Nose Plier 01No. 16 Magnetic Screw Driver Set
01 No.
7 Pipe wrench (12'') 01No. 17 DE Spanner 36/41 02No.
8 Slide wrench (10") 01No. 18 Clip on Meter 01 No.
9 Line tester 12No. 19 Socket Wrench with 2 no Handles
01 No.
10 Gotiset complete 01No. 20 Torch 02 No.
In addition if any other T&P required to carry out the job has to be arranged by the firm.
The watch and ward of T&P and other material will be the responsibility of the contractor.
Page 16 of 25
7. Testing equipments, hydra, welding machine, brazing set, gas cutter, filter machine and all
spares including paint will be arranged by HPGCL.
8. Contractor will engage skilled manpower having adequate qualification /experience of over
head works on Bus Bars, Conductors, Isolators, Breakers, CTs, PTs, LAs & Power
Transformers etc as well as electrical works. However, to carry out the work, the minimum
manpower as detailed below shall have to be deployed by the firm:
Sl. No.
Category Manpower Qualification/ Experience
1. Supervisor 01 Three year diploma in Electrical Engineering
from a recognized Institute
2. Lineman/ALM 03 Two years experience of overhead works
3. Electrician/ Technician
01 Certificate in Electrician trade preferably Two year course from ITI, recognized by Central Govt. or State Govt.
4. Helper 01 -
TOTAL 06
9. Contractor’s labour will stay near the plant area for attending to the emergencies in 220 kV
switchyard for which no extra payment will be made. 10. No extra payment shall be entertained for odd and delayed working hours (including
Sundays and holidays) which may be required as per site requirements.
11. As per site requirements contractor shall have to arrange his resources for 24 hours
continuous working without any extra charge.
12. Contractor will provide accommodation, conveyance, personal protective equipments
(PPEs), rain coat, full body harness, safety belts, gum boot and mobile phone facility to his
labour at his own cost.
13. Force Majeure: The delay in the start of the work may be treated as force majeure to the
contractor if 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.
14. Income Tax as per rules shall be deducted from the bills at the time of release of payments
by Sr. Accounts Officer/PTPS-I, Panipat.
15. The firm should be registered with labour commissioner& the copy of labour license shall
be supplied immediately after issue of work order.
16. The firm will deduct Labour welfare fund @ ` 10/- from each labour/employee and deposit
the same, along with firm’s share @ ` 20/- per labour/employee, with the Welfare
Commissioner, Haryana, room no. 51, IInd floor, 30 bays building, sector- 17, Chandigarh.
17. The contractor shall have the valid EPF account and all the labour engaged on this work
shall be enrolled as member of EPF in his own EPF account.
18. The contractor will abide by ESI Act 1948 and rules made there under. The contractor will
submit copy of ESI contribution deposited by him.
19. Factory Act/Minimum Wages Act/Insurance Act/EPF Act/ESI Act Etc.: Strict adherence of
various applicable labour laws like the Factories Act, 1948, 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
Page 17 of 25
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 Engineer-In-Charge.
20. The contractor will supply the copy of service tax registration number and accounting
code/category of service under which the firm is registered with the service tax department.
21. Statutory Deductions: Statutory deduction on account of Income Tax and any other Tax&
duties etc. including surcharge as/if applicable, shall be made at source from the bills of the
contractor at the prevailing rates.
22. In case it is observed that the work is not being done as per the work order or the contractor
leaves the work incomplete due to one reason or other, then the work will be got executed
through any other agency at the risk & cost of the contractor/firm.
23. If any person/labour of contractor is found misbehaving or causing any nuisance, then the
concerned personnel shall be removed from the work/site within 24 hours of the notice by
this office & the person/labour so removed, should not be allowed to the work without the
prior written permission of the Engineer in charge.
a) The employees should not be deemed to be in the employment of HPGCL for any
purpose whatsoever. The contractor shall abide by the rules, laws and regulations that
may be enforced from time to time regarding the employment conditions of service of
his employees. Under no circumstances whatsoever, HPGCL would be held
responsible to the labour of the contractor. HPGCL shall have the right to pass on the
responsibility on the contractor together with any expenses incurred by HPGCL as a
result of certain dues on the part of employees of the contractor. HPGCL shall be
entitled to recover/ claim dues/compensation from the contractor in that event.
b) The labour/employees engaged by the contractor shall not be below the age of 18
years and exceeding 60 years.
c) Further the contractor would furnish an undertaking on Non-judicial stamp paper
of appropriate value, for each and every worker employed by him, that the worker will
not claim any lien as a worker of HPGCL, for the services, he is rendering to the
contractor.
24. The contractor/firm shall be solely & fully responsible for any mishap/accidents of his
workers at the site of work & HPGCL will not have any liability & responsibility for such
accidents or other financial implications.
25. This office reserves the right to claim adequate compensation from the contractor on
account of any damage caused to the plant and equipment during execution of the work, due
to careless handling or negligence on the part of the contractor.
26. The contractor shall be responsible for getting the gate passes of workmen/labour issued
from the competent authority.
27. 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.
28. The contractor shall furnish an Indemnity Bond as per format (Page-23) on the Non-Judicial
Stamp Paper of the appropriate value equal to the annual value of the contract at its cost to
indemnify HPGCL against any claim arising out of or connected with this contract.
29. The watch & ward of T&P and other material will be the responsibility of the contractor/firm.
30. Subletting of the contract is not allowed. Any subletting will lead to cancellation of the
contract. However, CE/PTPS-1 after considering the technical capability etc. of sub-
contractor may allow subletting as a special case.
31. Safety Rules
(a) The contractor shall have to comply with all the safety rules. The Chief Safety Officer
shall impose a penalty of `200/- per day per head if the worker of the contractor is found
Page 18 of 25
to be working carelessly and/or in violation of use of proper Protective Equipments.
Against violation of any clause, a penalty of Rs.500/- per violation (minimum) shall be
levied. In case of repeated violation of serious nature resulting in very serious accident or
direct loss to the Corporation/threatens to cause severe consequences, higher penalty
rate may be imposed including suspension/termination of the contract. 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 are made by/with the worker of the contractor
and if prosecution is launched by Chief Inspector of Factories, Chandigarh against
occupier /factory manager or any other authority of HPGCL, the contractor shall be liable
to deposit the amount of fine/penalty decided by the court on the same day. In case of
default the amount shall be recovered from the dues/liabilities of the contractor against
this contract or any other contract at PTPS besides other action as deemed fit by HPGCL
.
(b) Clearance certificates from the Chief Safety Officer and Chief Labour Welfare Officer,
PTPS have to be attached along with bill.
32. Penalty & Deduction
I. The contractor shall keep a competent authorized representative or his assistant so
that the progress of the work is not hampered. The representative shall represent the
contractor in his absence and all directions given to him shall be binding as if given
to the contractor. He will remain in contact with site in-charge round the clock
through mobile phone or otherwise and will have to depute manpower at a short
notice for attending the emergencies. Any absence of his representative at site shall
attract a penalty of 5% of monthly bill for each instance in addition to any other
expenses incurred on account of such lapses.
II. If the contractor fails to deploy the minimum suggestive strength then a penalty of
1% of monthly bill per head will be deducted per day from the monthly bill of
contractor. If adequate manpower is not made available this office will be at liberty to
engage the requisite manpower from any alternative source or to get the work done
from any other agency at the risk and cost of the contractor.
III. In case it is noticed that work is not being done as per the satisfaction of Engineer in-
charge or the quality of the work is not up to the mark or the contractor/ his
authorized representative fails to deploy adequate man power during breakdown or
any other scheduled/unscheduled work with in a time span allowed by Engineer in
charge then a penalty of 5% of monthly bill per instance will be deducted per day
from the monthly bill of contractor.
IV. If any T&P (as per scope of supply by the contractor) is not available with the
contractor while carrying out the job, a penalty of 2.5 % of monthly bill will be
imposed for each such instance.
V. Frequent failure of the contract leading to imposition of penalties, as above, shall
tantamount to breach of contract, which may result in termination of the contract.
VI. The decision of Engineer -in-charge will be final and binding for all the Penalties and
points listed above.
33. The contract is subject to jurisdiction of Panipat Courts only.
34. Arbitration: All matters, questions, dispute differences and / or claims arising out of and/ or
concerning and / or in connection with, and/ or in consequence of, and /or relating to any
contract under these Regulations, whether or not obligations of either or both the supplier
and the corporation under the contract be subsisting at the time of such dispute and whether
or not the contract has been terminated or purported to be terminated or complete, shall be
referred to the sole arbitrator to be nominated by MD, HPGCL . The award of the Arbitrator
shall be final and binding on both the parties to the contract.
Page 19 of 25
35. 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.
36. Set Off: Any sum of money due and payable to the contractor/ firm 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 contractor/ firm with the HPGCL.
37. Termination Of Contract:
a) If the contractor is unable to execute the work, any loss incurred by HPGCL in this
respect will be to the contractor's account.
b) If the performance of the contractor is not found satisfactory HPGCL will serve a notice of
15 days to the contractor to improve the performance failing which HPGCL has the right
to terminate the contract without any compensation.
c) HPGCL also has the right to get the job done from a third party at the risk and cost of the
first contractor till the expiry of the period of contract and debit the cost plus 15% of the
cost to the first contractor's account.
-Sd-
EXECUTIVE ENGINEER/SWITCHYARD-I, FOR CHIEF ENGINEER/PTPS-II,
HPGCL, PANIPAT- 132105.
Page 20 of 25
ANNEXURE-IV
DETAIL OF EQUIPMENTS INSTALLED IN SWITCHYARD-1
S.No. Description of Equipments Quantity
1. 140 MVA, 11/240 KV Generator Transformers 04 No.
2. 28 MVA, 220/7 KV Station Transformer 02 No.
3. 15 MVA, 11/7 KV Unit Aux. Transformers 04 No.
4. 220 kV Bay complete with CTs ,PTs, CVTs, Isolators, LA etc. 15 No
5. 220kV Bus complete 02 No.
6. 2 MVA, 6.6/11 KV Colony Transformer 01 No.
7. 1.6 /1.0 MVA, 6.6 KV/433V Service Transformers 28 No.
8. Air compressors 15 T2 type-30 05 No.
9. 220 KV SF6 Gas circuit breaker (Spring operated) 06 No.
10. 220 KV SF6 gas circuit breakers with compressor 09 No.
11. 220 Volts DC Battery Set 01 No.
12. Battery Charger 02 No.
13. Control & Relay Panels 15 No.
14. Air drying Plant 02 No.
15. Air reducer 60/30 kg/cm2 2 No.
16. Compressed air system L/S
17. 11 KV Circuit breaker 02 No.
18. DC Distribution Board 01 No.
19. Oil filtration machine 4500 LPH 01 No.
Page 21 of 25
ANNEXURE-V
STATEMENTS OF BIDDERS
1. Name of Bidder _______________________________
2. Address of Head Office _______________________________
3. Correspondence Address _______________________________
_______________________________
4. Legal status
5. PAN & TIN Number 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 of
Contract
10. Any other
Signature & Stamp of Bidder
Name & Designation of Authorized Bid Signatory __________________
Page 22 of 25
ANNEXURE-VI
ACCEPTANCE CERTIFICATE
I,__________________________________ (Full Name) ____________________(Designation)
________________________________________________________ (Name of the Company)
here by accept the terms and conditions given on page No. 4 to 19 of the tender document.(NIT
no. 01/Switchyard-1/2016-17 dated 19.04.2016).
Signature & Stamp of Bidder
Name & Designation of Authorized Bid Signatory __________________
Page 23 of 25
ANNEXURE-VII
PERFORMA OF INDEMNITY BOND TO BE EXECUTED BY THE SERVICE PROVIDER FOR THE
EQUIPMENTS HANDED OVER BY HPGCL FOR PERFORMANCE OF ITS CONTRACT (On non-Judicial stamp paper of appropriate Value)
INDEMNITY BOND This Indemnity Bond is made this ………………………………day of …………… 20………….. by …………… a Company registered under the Companies Act, 1956/Partnership firm/proprietary concern having its Registered Office at ………………………………(hereinafter called as ‘Service Provider’ or ‘Obligor’ which expression shall include its successors and permitted assigns) in favour of Haryana Power Generation Limited,……………………………………... (hereinafter called HPGCL which expression shall include its successors and assigns). Whereas HPGCL has awarded to the Service Provider a Contract for ………………………vide its Letter of Award/Contract No.………………………………………dated………………and its Amendment No. ………………… and Amendment No.………………………………(applicable when amendments have been issued, hereinafter called the ‘Contract’) in terms of which HPGCL is required to hand over various Equipment to the Service Provider for execution of the Contract. And Whereas by virtue of clause No.7 of the said Contract, the Service Provider is required to execute an Indemnity Bond in favour of HPGCL for the Now Therefore, This Indemnity Bond witnesses as follows: 1. The Service Provider undertakes to keep HPGCL harmless against any loss or damage that may
be caused to HPGCL on a/c of act by persons deployed by him. 2. The Service Provider undertakes that the Persons deployed shall be used exclusively for the
performance/execution of the Contract strictly in accordance with its terms and conditions and none part of the person shall be utilized for any other works or purpose whatsoever. It is clearly understood by the Service Provider that non-observance of the obligations under this Indemnity Bond by the Service Provider shall inter- alia constitute a criminal breach of trust on the part of Service Provider for all intents and purposes including legal/penal consequences.
3. That this Indemnity Bond is irrevocable. If at any time any loss or damage occurs to the Equipment or the same or any part thereof is mis-utilised in any manner whatsoever, then the Service Provider hereby agrees that the decision of Officer-in-Charge/Engineer of HPGCL at to assessment of loss or damage to the Equipment shall be final and binding on the Service Provider. The Service Provider binds itself and undertakes to replace the lost and/or damaged Equipment at its own cost and/or shall pay the amount of loss of HPGCL without any demur, reservation or protest. This is without prejudice to any other right or remedy that may be available to HPGCL against the Service Provider under the contract and under this Indemnity Bond.
4. Now the condition of this Bond is that if the Service Provider shall duly and punctually comply with the terms and conditions of this Bond to the satisfaction of HPGCL Then, the Bond shall be void, but otherwise, it shall remain in full force and virtue.
In Witness Whereof, the Service Provider has hereunto set its hand through its authorized representative under the common seal of the Company, the day, month and year first above mentioned.
For and on behalf of M/s ……………………………………………….
WITTNESS 1. 1. Signature ………………………. Signature …………………………. 2. Name ………………………….. Name …………………………….. 3. Address ……………………….. Designation ……………….……… ………………………………….. Authorised representative 2. 1. Signature ………………………. 2. Name ………………………….. (Common Seal) 3. Address ……………………….. (In case of Company)
* Indemnity Bonds are to be executed by the authorized person and (I) in case of contracting Company under common seal of the Company or (ii) having the Power of Attorney issue under common seal of the company with authority to execute Indemnity Bonds, (iii) In case of (ii), the original Power of Attorney if it is specifically for this contract or a Photostat copy of the Power of Attorney if it is General Power of Attorney and such documents should be attached to Indemnity Bond.
Page 24 of 25
ANNEXURE-VIII
TECHNICAL BID CHECK LIST FORMAT
(To be filled online only)
Sr.
No. Technical Specification
Bidder Response
(Yes or No)
1 Cost of Tender Documents Rs.1,132.00 Yes / No
2 Earnest Money Deposit (EMD) Rs.43,500.00 Yes / No
3(a) Proof of Experience as per qualifying criteria given in tender
documents Yes / No
3(b) Proof that the bidder has executed at least an order of value
not less than ` 8.69 lakh in a single order successfully during
the last five years.
Yes / No
3(c) Copy of Class A or equivalent Electrical License to work on 220
kV equipments.
Yes / No
3(d) Certificate that firm has not been black listed by any party/
organization during the last three years.
Yes / No
3(e) Proof of having manpower as per clause no. 8, of General
Terms & Conditions.
Yes / No
4(a) Proof of Valid EPF Code Yes / No
4(b) Proof of Valid ESI No or submitted undertaking to
provide the same within stipulated time as per tender
document
Yes / No
4(c) Proof of PAN No. Yes / No
4(d) Proof of Service Tax Registration No. Yes / No
5 Statement of Bidder duly filled in as per given format Yes / No
6 Acceptance Certificate duly signed Yes / No
7. Attestation of Documents by Notary public Yes / No
Page 25 of 25
ANNEXURE-IX
PRICE BID FORMAT
(To be filled online by the Firm)
Sl. No.
DESCRIPTION
Lump Sum Monthly Rate for 1st Year (including
EPF,ESI etc.) (In Rs.)
'A'
Lump Sum Monthly Rate for 2nd Year (including
EPF,ESI etc.) (In Rs.)
'B'
1.
ANNUAL CONTRACT FOR MAINTENANCE & OPERATION OF EQUIPMENTS INSTALLED UNDER SWITCHYARD DIVISION-1, PTPS , PANIPAT. Detailed Scope of work shall be as per ANNEXURE-II “SCOPE OF WORK AND SPECIAL TERMS & CONDITION” of tender document.
Note: Service tax & cess shall be paid extra as applicable.