16
1 SHORT TERM NOTICE INVITING E-TENDER NIT No: 12/Store-239/17 Dated: 07.09.2017 Chief Engineer/DCRTPP, HPGCL, Yamuna Nagar invites sealed tenders in two parts from the reputed, registered and experienced firms for Operation of various pumps (HFO, LDO & submersible), Cleaning (oil spots on railway track & fuel oil pump house pit and its trenches) and dewatering of minus meter level at Fuel oil unloading station, DCRTPP, HPGCL, Yamuna Nagar on monthly basis for a contract period of one year. Description of work:- : Operation of various pumps (HFO, LDO & submersible), Cleaning (oil spots on railway track & fuel oil pump house pit and its trenches) and dewatering of minus meter level at Fuel oil unloading station, DCRTPP, HPGCL, Yamuna Nagar Period of Contract : One year (extendable further to 3 months) Tender Fee (Rs.) (Nonrefundable) : 1180/- EMD (Rs.) : 8,600/- E-service Fees (Rs.) (Non refundable) : 1000/- Information Regarding Online Payment of Tender Document , eService & EMD Fee. The Bidders can download the tender documents from the Portal: https://haryanaeprocurement.gov.in. 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. NOTE: If the tenders are cancelled or recalled on any grounds, the tender document fees & e-service fee will not be refunded to the firm. The tenderers can submit their tender documents (Online) as per the dates mentioned in the key dates:- Key Dates Sr. No. Department Stage Tenderer’s Stage Start date and time Expiry date and time 1 Tender Authorization & Publishing - 07.09.2017 09:00 Hours 07.09.2017 20:00 Hours 2. - Downloading of Tender Documents Bid Preparation & Bid submission 08.09.2017 10:00 Hours 22.09.2017 13:00 Hours 3. Last date of submission of EMD online 20.09.2017 at 00:00 Hours 4. Technical Opening (Part-I) - 22.09.2017 15:00 Hours 5. Short listing of Technical bids & Opening of Financial Bid Will be intimated to the firms on their E-mail Important Annexure: Annex.-A Instruction to the Bidders on electronic tendering system Annex.-B Instruction to the Bidders Annex.-C General Terms & Conditions of Contract Annex.-D Scope of Work and Technical Terms & Conditions Annex.-E Rate Quoting Sheet Annex.-F Statement of bidder Annex.-G, G-I & G-II Benefits / Concessions to the Haryana based MSME Note:- Contractors seeking exemption from EMD under NSIC or SSI shall have to submit the exemption certificate from the competent authority before filling of e-tender and get confirmation from this office regarding exemption of EMD otherwise his tender shall be rejected for want of EMD. Executive Engineer/Store, For Chief Engineer/ DCRTPP, HPGCL, Yamuna Nagar. Deenbandhu Chhotu Ram Thermal Power Project, Yamuna Nagar A Unit of Haryana Power Generation Corporation Ltd. (Regd. Office-C-7, Urja Bhawan, Sector-6, Panchkula) Corporate Identity Number: U45207HR1997SGC033517 Website: www.hpgcl.org.in E-mail: [email protected] Tele fax. No. 01732-204517, Mobile No.9354783121

NIT No: 12 /Store -239 /17 Dated: 0 7 .09.2017 Description ...hpgcl.org.in/docfiles/HPGCL66359.pdf · and experienced firms for Operation of various pumps (HFO, LDO & submersible),

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: NIT No: 12 /Store -239 /17 Dated: 0 7 .09.2017 Description ...hpgcl.org.in/docfiles/HPGCL66359.pdf · and experienced firms for Operation of various pumps (HFO, LDO & submersible),

1

SHORT TERM NOTICE INVITING E-TENDER

NIT No: 12/Store-239/17 Dated: 07.09.2017 Chief Engineer/DCRTPP, HPGCL, Yamuna Nagar invites sealed tenders in two parts from the reputed, registered

and experienced firms for Operation of various pumps (HFO, LDO & submersible), Cleaning (oil spots on railway

track & fuel oil pump house pit and its trenches) and dewatering of minus meter level at Fuel oil unloading station,

DCRTPP, HPGCL, Yamuna Nagar on monthly basis for a contract period of one year.

Description of work:- : Operation of various pumps (HFO, LDO &

submersible), Cleaning (oil spots on railway track &

fuel oil pump house pit and its trenches) and

dewatering of minus meter level at Fuel oil

unloading station, DCRTPP, HPGCL, Yamuna

Nagar

Period of Contract : One year (extendable further to 3 months)

Tender Fee (Rs.) (Non–refundable) : 1180/-

EMD (Rs.) : 8,600/-

E-service Fees (Rs.) (Non –refundable) : 1000/-

Information Regarding Online Payment of Tender Document , eService & EMD Fee.

The Bidders can download the tender documents from the Portal:

https://haryanaeprocurement.gov.in.

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.

NOTE: If the tenders are cancelled or recalled on any grounds, the tender document fees & e-service fee

will not be refunded to the firm. The tenderers can submit their tender documents (Online) as per the dates

mentioned in the key dates:-

Key Dates

Sr. No.

Department Stage Tenderer’s Stage Start date and time

Expiry date and time

1 Tender Authorization & Publishing

- 07.09.2017 09:00 Hours

07.09.2017 20:00 Hours

2. - Downloading of Tender Documents Bid Preparation & Bid submission

08.09.2017 10:00 Hours

22.09.2017 13:00 Hours

3.

Last date of submission of EMD online 20.09.2017 at 00:00 Hours

4. Technical Opening (Part-I) - 22.09.2017 15:00 Hours

5. Short listing of Technical bids & Opening of Financial Bid

Will be intimated to the firms on

their E-mail

Important Annexure: Annex.-A Instruction to the Bidders on electronic tendering system Annex.-B Instruction to the Bidders Annex.-C General Terms & Conditions of Contract Annex.-D Scope of Work and Technical Terms & Conditions Annex.-E Rate Quoting Sheet Annex.-F Statement of bidder Annex.-G, G-I & G-II Benefits / Concessions to the Haryana based MSME Note:- Contractors seeking exemption from EMD under NSIC or SSI shall have to submit the exemption certificate from the competent authority before filling of e-tender and get confirmation from this office regarding exemption of EMD otherwise his tender shall be rejected for want of EMD. Executive Engineer/Store,

For Chief Engineer/ DCRTPP, HPGCL, Yamuna Nagar.

Deenbandhu Chhotu Ram Thermal Power Project, Yamuna Nagar A Unit of Haryana Power Generation Corporation Ltd.

(Regd. Office-C-7, Urja Bhawan, Sector-6, Panchkula)

Corporate Identity Number: U45207HR1997SGC033517

Website: www.hpgcl.org.in E-mail: [email protected]

Tele fax. No. 01732-204517, Mobile No.9354783121

Page 2: NIT No: 12 /Store -239 /17 Dated: 0 7 .09.2017 Description ...hpgcl.org.in/docfiles/HPGCL66359.pdf · and experienced firms for Operation of various pumps (HFO, LDO & submersible),

2

Annexure-A

Deenbandhu Chhotu Ram Thermal Power Project, Yamuna Nagar A Unit of Haryana Power Generation Corporation Ltd. (Regd. Office-C-7, Urja Bhawan, Sector-6, Panchkula) Corporate Identity Number: U45207HR1997SGC033517 Mobile No. 9354783121 Email: [email protected]

NIT No: 12/Store-239/17 Dated: 07.09.2017

Instructions to bidder on Electronic Tendering System 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. 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 who is bidding online. These Digital Certificates are

issued by a Certifying Authority Approved, 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.

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.

Page 3: NIT No: 12 /Store -239 /17 Dated: 0 7 .09.2017 Description ...hpgcl.org.in/docfiles/HPGCL66359.pdf · and experienced firms for Operation of various pumps (HFO, LDO & submersible),

3

4 Pre-requisites for online bidding:

In order to bid online on the portal http://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) , Payment of Tender Document Fee, eService fee,

EMD fees and Submission 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.

The Tender Document Cost including E-service cost shall be paid online through Debit card

or net banking and EMD shall be paid through RTGS/NEFT. Confirmation of receipt of the above

costs is must before final submission of the tender. RTGS/NEFT may take 48 hrs. for clearance,

therefore, EMD should be paid well in time so that tender can be submitted within closing date of

tender.

8.2 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.

8.3 Submission of bids will be completed by submission of the digitally signed & sealed bid as

stated in the time schedule (Key Dates) of the Tender.

9 Tender Closing:

After the submission of bid by the bidders, the bidding round will be closed. Once the online tender

is closed, no new Vendor can bid in the tender.

NOTE:- (A) The bid will be accepted only online on the portal https://haryanaeprocurement.gov.in.

No Hard copy of any part will be accepted and will not be considered for processing at any stage. The Executive Engineer has the right to verify the authentication of the documents submitted by the bidder online

(B) 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.

(C) From the starting date of Tender downloading to final date of submission of bid, the bidder can rework on his bid number of times he wants. If bidder submits the revised bid including price bid, original bid will automatically deleted and this revised bid will become original bid. No revised bid will be submitted after Part-I (Technical Bid) is opened.

(D) Complete bid will only be submitted after realization of tender document’s fee and EMD.

(E) Bidders participating in online tenders shall check the validity of his/her Digital Signature Certificate before participating in the online Tenders at the portal http://haryanaeprocurement.gov.in.

(F) For help manuals please refer to the ‘Home Page’ of the e-Procurement website at https://haryanaeprocurement.gov.in, and click on the available link ‘How to..?’ to download the file. Bidders may also call at Toll free no. 1800 180 2097 and 0172 2582008.

Executive Engineer/Store For Chief Engineer, DCRTPP, HPGCL,

Yamuna Nagar

Page 4: NIT No: 12 /Store -239 /17 Dated: 0 7 .09.2017 Description ...hpgcl.org.in/docfiles/HPGCL66359.pdf · and experienced firms for Operation of various pumps (HFO, LDO & submersible),

4

Annexure-B

Deenbandhu Chhotu Ram Thermal Power Project, Yamuna Nagar A Unit of Haryana Power Generation Corporation Ltd. (Regd. Office-C-7, Urja Bhawan, Sector-6, Panchkula) Corporate Identity Number: U45207HR1997SGC033517 Mobile No. 9354783121 Email: [email protected]

NIT No: 12/Store-239/17 Dated: 07.09.2017

INSTRUCTIONS TO THE BIDDERS

1. Pre Qualifying Requirements (PQRs) / Eligibility Conditions for the tenderers

The tender documents of only those bidders shall be considered who fulfill the following eligibility criteria and submit documentary evidence for the same:-

a) Those who have already executed the

i) Operation of various pumps (HFO, LDO & submersible) or same/similar type of work in areas of

Boiler/ Turbine Switch Yard / Coal Handling Plant & fuel unloading staion in any Thermal Power

Station of HPGCL / NTPC / PSUS / Private Thermal Plant.

&

ii) have minimum 1 year experience of cleaning work in areas of Boiler/ Turbine Switch Yard / Coal

Handling Plant & fuel unloading staion in any Thermal Power Station of HPGCL / NTPC / PSUS

/ Private Thermal Plant

b) The bidding firm should have successfully executed above works within three years prior to

date of techno commercial bid opening and submit PO copies as under-

i) Single order for similar type of work of value Rs. 3.43 lacs or above

ii) Two work orders for similar type of work of value not less than Rs 2.15 lacs

iii) Three work orders for similar type of work of value not less than Rs 1.72 lacs

The bidder should enclosed copy of work order/purchase order /documentary evidence in

support of 1(b) along with performance certificate for satisfactory performance. The bidder

should submit complete and correct documents in the first instance to avoid disqualification.

Depending upon the evaluation of Part-I tenders by the DCRTPP committee, Part-II tenders of successful bidders would be opened accordingly. Decision of the HPGCL regarding fulfillment of pre qualification requirement shall be final and binding upon the bidders.

Note: - The firm should fill statement to bidders as per Annexure-F and submit authentic supporting documents for proving its credential. Original document may be asked for verification at the time of finalizing the tender.

2. 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.

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.

3. The bidder shall have to pay the tender document fees (Rs.1180/-+Rs1000/- as e-Service fee) and EMD (Rs.8600/-) fees online by using the service of secure electronic payment gateway. The secure electronic gateway is an online interface between contractor and online payment authorization networks. The payment for tender document fees and e-service fees can be made by eligible bidders/contractors online directly through debit card and internet banking accounts and the payment for EMD can be made online directly through RTGS/NEFT. Cost of tender and EMD in any other form shall not be accepted.

4. Conditions of the contract and other information can be had from the office of XEN/Store (E-mail: [email protected], Mobile No. 9354783121) 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 tenderer shall only be submitted on the centralized e - Procurement Portal i.e. https://haryanaeprocurement.gov.in

8. The tenderers will quote their rates strictly as per Rate Quoting Sheets specifications.

9. 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

Page 5: NIT No: 12 /Store -239 /17 Dated: 0 7 .09.2017 Description ...hpgcl.org.in/docfiles/HPGCL66359.pdf · and experienced firms for Operation of various pumps (HFO, LDO & submersible),

5

tender, HPGCL reserves the right to reject such tender at any stage.

10. All tenders received against open tender enquiry irrespective of whether they are from the approved suppliers on the registered list or others, shall be considered, provided they are on the prescribed e-tendering process mentioned above.

11. The validity of the tender/ quotation should be at least for 120 days from the date of opening of price bid. If the firms are unable to keep their offer open for the specified period, they should specifically state the period for which their offer will remain valid but they must realize that such a provision may prevent their offer from being considered. However, the day up to which the offer remains valid is declared as Holiday for HPGCL offices, the offer shall be considered valid for acceptance till next working day.

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.

Note: L1 bidder mean overall L-1 i.e whose overall rates would be lowest.

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. Opening of Tender:- The tenders will be opened in the office of XEN/Store, DCRTPP, HPGCL, Yamuna Nagar in the presence of authorized representative of the tenderers, if they so desire, at the time and date set for opening of tenders or in case any extension was given thereto on the extended tender opening date and time. Tenderer’s authorized representatives (up to two persons) may attend the opening.

a. The Price Bid (Part-II of the tender) shall be opened after Part-I of the tenders have been scrutinized

and evaluated. The tenderers whose Part-I have been approved, will be allowed to participate in

opening of Price Bid (Part-II). The due date and time for opening of Price Bid (Part-II) shall be

informed later on.

b. Earnest Money:- The Tenderer shall deposit requisite Earnest Money along with the tender to

ensure that the tenderer takes up the contract in right earnest. An EMD amounting to Rs. 8600/-

(Rs. Eight Thousand Six Hundred only) is applicable.

i) The EMD of the successful tenderer will be adjusted against security deposit in the event of placement of order. EMD of unsuccessful tenderer will be refunded on finalization of contract.

ii) No interest shall be payable on Earnest Money Deposit. iii) HPGCL reserves the right to forfeit Earnest Money Deposit or part thereof in circumstances which

may indicate that the contractor is not earnest in executing the contract. EMD shall also be forfeited in case the bidder does not come forward for execution of the contract agreements and submission of balance security deposit.

iv) If the tenderer withdraws his tender at any stage during the currency of his validity period, the earnest money shall be forfeited in full in such cases.

v) For benefits / concessions to Haryana based MSME, please refer annexure G, G-& G-II 17. Chief Engineer, DCRTPP, HPGCL, Yamuna Nagar 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. Each page of tender document will be signed and stamped by the firm. 19. Black Listed Certificate:

Certificate shall be furnished along with the tender that your firm is not black listed by any state Govt. Organization during the last 5 years, the bidder shall be responsible for the consequence arising out of wrong declaration furnished by them.

20. Inspection of Work Site:

Before tendering, the tenderer is advised to inspect the site of work, the environment & get acquainted with the actual work & other prevalent conditions, facilities available. No claim will be entertained later, on the ground of lack of knowledge.

21. The contractor shall make his own arrangement for all tools & tackles, skilled and unskilled labour etc required for the execution of contract. The work shall be subject to inspection at all time by the Engineer-in -Charge or his authorized representative(s).The contractor shall have to carry out the work to the entire satisfaction of the Engineer-in -Charge.

22. Transportation:

The transportation charges for modules to DCRTPP, Yamuna Nagar are included in the scope of work of the firm.

23. All the fields of Rate Quoting Sheets shall be filled by the bidder.

Executive Engineer/Store For Chief Engineer, DCRTPP, HPGCL

Yamuna Nagar

Page 6: NIT No: 12 /Store -239 /17 Dated: 0 7 .09.2017 Description ...hpgcl.org.in/docfiles/HPGCL66359.pdf · and experienced firms for Operation of various pumps (HFO, LDO & submersible),

6

Annexure-C

Deenbandhu Chhotu Ram Thermal Power Project, Yamuna Nagar A Unit of Haryana Power Generation Corporation Ltd. (Regd. Office-C-7, Urja Bhawan, Sector-6, Panchkula) Corporate Identity Number: U45207HR1997SGC033517 Mobile No. 9354783121 Email: [email protected]

GENERAL TERMS AND CONDITIONS OF CONTRACT

1. Contact 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 the rate quoting sheet and the agreed contract price shall remain firm during the period of the contract. Any statutory taxies/levies if to be charged extra should be clearly indicated by tenderer in their offer separately, failing which will be presumed that the quoted prices are inclusive of all such statutory taxies/levies.

3. Earnest money and security deposit: Every tenderer, while submitting his tender, shall deposit the earnest money of Rs. 8,600/- by

the way of demand draft drawn in favour of the Sr. Accounts Officer, DCRTPP, HPGCL

payable at Yamuna Nagar or by cash deposit. The payment can be made by RTGS also. In

case of RTGS proof of deposit of Earnest Money containing UTR number etc. duly certified by

the bank shall be submitted. Earnest money deposit shall necessarily accompany the sealed

tender in separate envelope, without which the tender shall be rejected forthwith. However,

the EMD already deposited by the bidder shall be converted into the security deposit. 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).

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: 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 release by the Sr. A.O/AO, DCRTPP through RTGS/NEFT,in the Account

of Contractor. The firm shall intimate the complete bank details viz name of bank/branch, account no., type of account, IFSC code extra to Sr. A.O./AO.

6. Completion period: The completion period of the work as specified below shall be the essence of the contract.

a) 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. However, the actual date of commencement for the purpose of completion period and application of penalty clause shall be notified by XEN /In charge of the work of DCRTPP, Yamuna Nagar.

b) The period of the contract is one year and likely to be extended for 3 months with same rates, and terms & conditions.

c) The contractor/firm shall neither sublet the contract nor suspend the work at any time during the period of contract without any lawful excuse and without the earlier permission of project authorities.

d) During the period of contractual engagement, the department shall however, endeavor to fill up the vacant posts by regular method of recruitment prescribed in the rules. Accordingly the contract can be ceased/ closed.

Page 7: NIT No: 12 /Store -239 /17 Dated: 0 7 .09.2017 Description ...hpgcl.org.in/docfiles/HPGCL66359.pdf · and experienced firms for Operation of various pumps (HFO, LDO & submersible),

7

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. Penalty for delay:

Time is the essence of contract. The contractor shall ensure timely completion of job as per

stipulated completion period. The contractor shall supply minimum no of manpower

mentioned in scope of work. If any employee supplied by contractor proceed on leave or

absent, the contractor shall be make suitable arrangement against them and if the employee

remain willful absent, then penalty of Rs. 500/- per day of the absentee shall be imposed.

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 bill in duplicate to the executive in-charge along with the followings: a) Bill for the 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, Service Tax number, PAN & TIN. A photo copy of the Service Tax number, PAN & TIN shall be attached with the 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. Certificate from Labour Welfare Officer / Factory Manager stating that contractor has complied with all labour laws and safety rules.

ii) The bill of the contractor along with the annexure submitted by the contractor should be approved and verified by the officer in charge for gross value as well as net payable value and accompanied with the certificate/documents mentioned at iii & iv below.

iii) Certificate from the Engineer-in charge a) Work has actually been done as per the contract and to entire satisfaction of EIC. b) The record entry of work done has been taken in the 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.

10. Performance Bank Guarantee: 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

year after completion of work.

11. Warranty:

a) During this period if the contractor fails to execute the given job within a reasonable time,

the job will be got done from any other agency at the risk and cost of the contractor.

b) If any person/Labor of the contractor/firm is found misbehaving or causing any nuisance

or otherwise and in the opinion of the officer-in-charge, the firm/contractor will replace with

some other appropriate substitute.

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 instruction 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: 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.

14. Over run charges: 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 supervisors/staff engaged by him for the job.

17. Statutory Deductions Statutory deduction on account of Income Tax, Works Tax & Sales 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

Page 8: NIT No: 12 /Store -239 /17 Dated: 0 7 .09.2017 Description ...hpgcl.org.in/docfiles/HPGCL66359.pdf · and experienced firms for Operation of various pumps (HFO, LDO & submersible),

8

(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

19. Insurance/ESI 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 the matters, questions, disputes, differences and / or claims this arising out of and / or

concerning, and /or in connection, and /or relating to the contract whether or not obligations of either or both the parties under this 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 arbitrator to be nominated by the Managing Director, HPGCL. The Award of the Arbitrator shall be final and binding the parties to this 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.

23. 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. All legal proceedings in connection with contract shall be subject to the territorial jurisdiction of local courts at Yamuna Nagar (Haryana).

24. Set Off: Any sum of money due and payable to the Contractor under the contract (including security-deposit returnable to the Contractor) 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 with the HPGCL.

25. Subletting and Assignment: The Contractor shall not, sublet, transfer or assign the contract or any part there of or interest

there in or advantage thereof in any part thereof in any manner whatsoever without prior consent of the HPGCL.

26. Period of the contract: The period of the contract is one year and likely to be extended for 3 months with same rates,

and terms & conditions. 28. Transportation of Material:

The contractor shall make his own arrangement for transportation of the material from DCRTPP to its site of work and back.

29. Loss of Plant HPGCL Property during execution of work: The contractor shall ensure that no damage or loss is done to HPGCL Plant property or any

other agency in the jurisdiction of work site. In case it is found that there is any loss to the plant equipment, HPGCL property or human being due to negligence of the labour / worker of the contractor the same shall be made good to HPGCL by the contractor at his own cost. The contractor shall make his own arrangement for all tools & tackles, skilled and unskilled labour etc. required for the execution of contract. The work shall be subject to inspection at all time by the Engineer-in-charge or his authorized representative(s). The contractor shall have to carry out the work to entire satisfaction of the Engineer-in- charge.

Executive Engineer/Store For CE/DCRTPP, HPGCL Yamuna Nagar

Page 9: NIT No: 12 /Store -239 /17 Dated: 0 7 .09.2017 Description ...hpgcl.org.in/docfiles/HPGCL66359.pdf · and experienced firms for Operation of various pumps (HFO, LDO & submersible),

9

Annexure-D

Deenbandhu Chhotu Ram Thermal Power Project, Yamuna Nagar A Unit of Haryana Power Generation Corporation Ltd. (Regd. Office-C-7, Urja Bhawan, Sector-6, Panchkula) Corporate Identity Number: U45207HR1997SGC033517 Mobile No. 9354783121 Email: [email protected]

SCOPE OF WORK AND TECHNICAL TERMS & CONDITIONS

1. Operation of HFO, LDO and submersible pumps installed at Fuel oil unloading station, DCRTPP, Yamuna

Nagar during unloading/decantation of HFO/LDO 2. Dewatering of minus level and trenches of fuel oil unloading station during rainy season and when trenches

and minus level filled with water condensed from steam. 3. Cleaning of all the spots on railway track and alongside trench, fuel oil pump house pit and its trenches, LDO

unloading area and all around the site and there should not be any garbage in the said area. 4. Cutting of bushes, Grass and Sarkanda inside the fuel oil area. 5. Cleaning of all the window and door panels of HFO/LDO pump house and its surrounding area. 6. Cleaning of jalas, Beehives of various insect in HFO/LDO pump house. 7. The shifting of garbage/dust, unwanted material shall be done by the contractor through tractor

trolleys/Jhota Buggies of his own and the contractor must ensure quick and complete disposal of the accumulated garbage from the specified area/local dust bin daily at proper intervals to impart aesthetic and dirt free look to the plant.

8. To carry out the said work, firm shall deploy minimum 03 Nos. workers per Scope of work. 9. The labour/employees engaged by the contractor shall not be below the age 18 years old and exceeding 42

years. 10. The labour shall have to be deployed on all days of the month including Sundays and Holidays. If in any

case due to the rest/leave to any labour suitable alternate arrangement shall have to be made by the contractor/ firm for providing substitute, HPGCL shall in-no-way allow any extra payment on this account.

11. The contractor himself shall visit the plant frequently for checking and supervising the cleaning work and to discuss the progress of work from time to time with the officer-in-charge.

12. The contractor shall also provide necessary T&P and various consumables as per requirement of the work. 13. Any injury to the operational staff or any person in case of any mishap, during duty hours will be the liability

of contractor. 14. 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.

15. In case of any disobedience or misbehavior by the operational staff of the contractor, the respective Engineer-in-charge may ask the contractor to dispense with the services of such staff with immediate effect. The contractor will provide suitable substitute simultaneously.

16. Complete checking/supervision of the work will be done by the concerned Division. Contractor shall has to work as per the instructions of the engineer in-charge of concerned division.

17. The supplied persons are purely on contract basis and shall not claim any right for job in HPGCL and liabilities of any kind shall be your responsibility.

18. The semi-skilled labour engaged will give an affidavit at NJSP of Rs. 10/- attested by a notary that I Sh. S/o Sh._____________ V.P.O. City___________ is well aware of all the terms & conditions of work order and I Sh. Will not claim for the job allowances and other benefits and will follow all the safety rules while working as semi-skilled labour in plant.

Executive Engineer/Store

For CE/DCRTPP, HPGCL Yamuna Nagar

Page 10: NIT No: 12 /Store -239 /17 Dated: 0 7 .09.2017 Description ...hpgcl.org.in/docfiles/HPGCL66359.pdf · and experienced firms for Operation of various pumps (HFO, LDO & submersible),

10

Annexure-E

Deenbandhu Chhotu Ram Thermal Power Project, Yamuna Nagar A Unit of Haryana Power Generation Corporation Ltd. (Regd. Office-C-7, Urja Bhawan, Sector-6, Panchkula) Corporate Identity Number: U45207HR1997SGC033517 Mobile No. 9354783121 Email: [email protected]

RATE QUATING SHEET

To BE FILLED BY THE TENDERER

Sr. No Description of work Time Rate/month (Rs) Total Amount (Rs)

1

Operation of various pumps (HFO,

LDO & submersible), Cleaning (oil

spots on railway track & fule oil

pump house pit and its trenches)

and dewatering of minus meter level

at Fule oil unloading station,

DCRTPP, HPGCL, Yamunanagar

12 Months

2

Taxes, if any

3

Grand Total

Executive Engineer/Store

For CE/DCRTPP, HPGCL Yamuna Nagar

Page 11: NIT No: 12 /Store -239 /17 Dated: 0 7 .09.2017 Description ...hpgcl.org.in/docfiles/HPGCL66359.pdf · and experienced firms for Operation of various pumps (HFO, LDO & submersible),

11

Annexure-F

Deenbandhu Chhotu Ram Thermal Power Project, Yamuna Nagar A Unit of Haryana Power Generation Corporation Ltd. (Regd. Office-C-7, Urja Bhawan, Sector-6, Panchkula) Corporate Identity Number: U45207HR1997SGC033517 Mobile No. 9354783121 Email: [email protected]

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 contract wise

10. Any other

Signature & Stamp of Bidder

Page 12: NIT No: 12 /Store -239 /17 Dated: 0 7 .09.2017 Description ...hpgcl.org.in/docfiles/HPGCL66359.pdf · and experienced firms for Operation of various pumps (HFO, LDO & submersible),

12

Annexure-G Benefits / Concessions to the Haryana based Micro, Small and Medium Industrial Enterprises in the State Public Procurement as under (G.O. No.-02.02.2016-41B11 (1) dated 20.10.2016 and G.O. No.-02.02.2016-41B11 (2) dated 20.10.2016):-

A. Concessions / Benefits to Micro and Small Enterprises (MSEs):- Sr. No.

Area as part of qualifying requirements

Concessions / benefits allowed to MSEs

Eligibility

1 Tender Fee Exemption on the payment of tender fee subjected to fulfillment of conditions as per eligibility

Manufacturing Micro & Small Enterprises(MSEs) (Including Khadi & village Industries/Units) who have filed Entrepreneur Memorandum in Haryana in respect of the quoted items, participate directly in tender and not through any intermediaries (their dealers/agent/distributors), will not subcontract to any other firm and to carry the entire manufacturing at their enterprise.

Concerned MSE will be required to submit the copy of Entrepreneurs Memorandum in respect of its category of Micro/small issued to the firm by the Industries Department Haryana as part of Technical Bid.

Manufacturing Micro & Small Enterprises(MSEs) (Including Khadi & village Industries/Units) who have filled Entrepreneur Memorandum in Haryana and further:- a) Those MSEs have Quality Certification

of ISI/ ISO / AgMark/ Quality Mark issued from competent authority in State or Central Govt. in respect of the items/ goods mentioned in the tender. OR/AND

b) Those who were registered with DGS&D/NSI / GOI Department/ State Govt.Department / GOI PSUs/ State Govt. PSUs in respect of the item/ goods mentioned in the tender.

The Firm will be required to submit the detailed information in respect of above through an affidavit as per the format enclosed as Annexure-D-I

2 Earnest Money Deposit (EMD)

Exemption on the payment of Earnest Money Deposit (EMD) subjected to fulfillment of conditions as per eligibility

3 Performance Security

90% concession on performance security as applicable to other Haryana based firm’s subject to fulfillment of condition as per eligibility.

4 Turnover a) Micro Enterprises: Concession of 80% on turnover condition imposed as qualifying criteria.

b) Small Enterprises: Concession of 70% on turnover condition imposed as qualifying criteria

5 Past performance & Experience

Exempted in respect of Past Performance & Experience as part of requirements of the tender subject to fulfillment of conditions as per eligibility.

6 Purchase Preference

50% of the total tendered quantity providing quoting price within band of L-I+15% by bringing down their price to L-I and subject to condition that it agrees to fulfillment of other terms & conditions of the tender and further subject to fulfillment to conditions as per eligibility.

B. Concessions / benefits to Medium Enterprises:- Sr. No.

Area as part of requirements

Concessions benefits allowed to MSEs

Eligibility

1 Past Performance & Experience

Exemption on requirements of Past Performance & Experience as pert of requirements of the tender subject to fullfilment of conditions as per eligibility.

Manufacturing Medium Enterprises of the state have filled Entrepreneur Memorandum for quoted items in Haryana, participated directly in tender and not through any intermediaries (their details/agents distributors), and will not subcontract to any other firm and to carry the entire manufacturing at their enterprises. This concession will be appplicable only for one year to newly registered Medium Enterprises or Medium Enterprises of state who are not eligible in State Public Procurement due to eligibility criteria of Past performance & experience. The firm will be required to submit the detailed information in respect to above through an affidavit as per the format enclosed at Annexure-D-II

2 Purchase Preference

10% of the total tendered quantity provided quoting price within band of L-I+15% by bringing down their price to L-I and subject to condition that it agrees to fullfilment of other terms & conditions of the tender and further subject to fullfilment of conditions as per eligibility.

Further, the benefit of discounting of 50% Haryana VAT revinew from the composite price bid for the

purpose of financial evaluation of the bids as per the policy guidelines issued vide GO No-2 / 2010-41-B-II of

dated 19.12.2011 will continued to be applicable to all Haryana billing firms including MSMEs covered in the

above policy scope.

Page 13: NIT No: 12 /Store -239 /17 Dated: 0 7 .09.2017 Description ...hpgcl.org.in/docfiles/HPGCL66359.pdf · and experienced firms for Operation of various pumps (HFO, LDO & submersible),

13

The general guidelines for the apportionment of tendered quantity to the firms other than MSMEs, MSEs and

MEs will be as under:-

i. Purchase Preference to MSMEs will not be applicable if the tendered quantity is only one.

ii. Purchase preference for Medium Enterprises (MEs) will only be allowed on the quantities in multiple

of 10 say 10, 20, 30 and so on. The quantity less than 10 or in between multiple of 10, 20, 30 will not

be considered for Purchase Preference to MEs.

iii. Negotiations will be held only with L1+5% firms. MSMEs as per above instructions within the price

range of L1+15% will be counter offered to match the finally arrived L1 rate. In case MSMEs within

L1+15% range refuse to match the finally arrived L1 rate then the entire 60% (50% for MSEs and

10% for MEs) of Purchase Preference will be transferred to L1+5% category firms.

iv. In case, no micro & Small Enterprises (MSEs) and Medium Enterprises (MEs) as per eligiblity

criteria specified in the above instructions are within L1+15% range, the entire 100% tendered

quantity will be distrituted as per the existing guidelines.

v. In case there are no Micro & Small Enterprises (MSEs) within L1+15% range, the Purchase

Preference Quota of 50% of MSEs will stand transferred to open category making it from 40% to

90%

vi. In case there are no Medium Enterprises (Mes) within L1+15% range, the Purchase Preference

Quota of 10% of MEs will stand transferred to open category making it from 40% to 50%

vii. In case no MSMEs, within L1+5% range and there is one MSE & one ME in L1+15% range and

further agree to match the arrived L-1 rate. The quantity will be distribution will be upto 40% for firm

other then MSME, upto 50% for MSE and upto 10% for ME and so on.

viii. In case there are MSMEs (both or either MSEs) within L1-5% range and there are MSEs & MEs in

L1+15% range. Negotiations will be carried out with all firms within L1+5% as per existing guidelines

to arrive at finally arrived L1 rate. The finally arrived firm can be any other such a situation,

apportionment will be done as per the existing instructions of ratio of 70:30 or 50:25:25 & so on.

Thereafter, offer will be given to MSE and MEs within L-15% range to match the finally arrived L1

rate and if they agree to match the arrived L-1 rate, the apportionment of quantity will have many

scenarios of quantity apportionment may be as per annexure-III enclosed with this notification.

However, there can be many more scenarious depending upon the number of MSMEs within price

range of L1+5% and L1+15%.

The above instructions will supersede the instructions as issued vide industries &

Commerce Department Haryana Order No. 2/2/2010-41-IB-II of dated 24.03.2015 related to

concessions / benefits to Haryana based Micro & Small Enterprises (MSEs) including Khadi &

Village Industrial Units.

Page 14: NIT No: 12 /Store -239 /17 Dated: 0 7 .09.2017 Description ...hpgcl.org.in/docfiles/HPGCL66359.pdf · and experienced firms for Operation of various pumps (HFO, LDO & submersible),

14

Annexure-G-I

(Seeking benefits / concessions in past performance / Experience & Purchase

Preference by Haryana based manufacturing Micro & Small Enterprises (MSEs) in the state Public Procurement)

(On non Judicial paper of Rs. 10/-) I ________________________ S/o ______________________ aged __________residing at ______________________________Proprietor / Partner / Director of M/s ___________________________ do hereby solemnly affirm and declare that:-

1. My / our above noted enterprise M/s _____________ (name & Address) _______________ has

been issued manufacturing Entrepreneurs Memorandum in Haryana by the District Industries

Center ______________________ under acknowledgement No. ___________________ of dated

________ (Self certified copy of the same is attched as Annexure-A with this affidavit) and has

been issued for manufacture of the following items in category Micro / Small Enterprise (please

thick the either) as under:-

i) ______________

ii) ______________

iii) ______________

2. That the quoted item(s) in the tender_____________________ is one (or more) of the item for

which my/our above noted enterprise has been issued. Manufacturing Enterpreneurs Memorandum

by the Industry Department Haryana as per details at para 1 above.

3. That my/our above mentioned manufacturing Micro/Small Enterprises fulfills either or both of the

below mentioned eligibility criteria:-

i. That my/our above mentioned enterprise has been issued quality certification of ISI Mark/

ISO/ Ag.Mark/ any other quality mark__________________________(please tick either of

the option) by _______________________________(name of GOI/ State Govt. Agency/

Institution authorized by GOI/ State Govt.) on ______________________ and the same is

valid from_____________ to _____________ in respect of item/ good (give name of item/

good) ______________________mentioned in the tender (Self Certified Copy of the

relevent certificate is attached as Annexure A’ with this affidavit).

ii. That my/our above mentioned enterprises has been registered with DGS&D, GOI/NSIC/

Govt. of India Departments /State Govt. Department/ Govt. of India Public Sector

Undertaking (PSUs) or State Government Public Sector Undertakings (PSUs) (Please tick

one of the option as above) in respect of Name of item/ goods/work/services

___________________ (Name) as mentioned in the tender for the corresponding period of

time of this tender. A self Certified Copy of the same attached as Annexure ‘B’ with this

affidavit.

4. That in case the purchase order of the quoted item is issued to me/us, it will not be outsourced or

subcontracted to any other firm and the entire manufacturing of the order item shall be done In-

house by our Enterprises based in Haryana (address mentioned as at Sr. No.1) Further, the billing

will be done from Haryana.

Dated: DEPONENT VERIFICATION: Verified that the contents of para no. 1 to 4 of the above are true and correct to my knowledge as per the official record and nothing has been concealed therein. Dated: DEPONENT

Page 15: NIT No: 12 /Store -239 /17 Dated: 0 7 .09.2017 Description ...hpgcl.org.in/docfiles/HPGCL66359.pdf · and experienced firms for Operation of various pumps (HFO, LDO & submersible),

15

Annexure-G-II

(For seeking the benefits / concessions by Haryana based manufacturing Medium Enterprises in Past Performance / Experience & Purchase Preference in the state

Public Procurement) (On non Judicial paper of Rs. 10/-)

I ________________________ S/o ______________________ aged __________residing at ______________________________Proprietor / Partner / Director of M/s ___________________________ do hereby solemnly affirm and declare that:-

1. M/s / our above noted enterprise M/s _____________ (name & Complete Address)

______________ has been issued manufacturing Entrepreneurs Memorandum in Haryana by the

District Industries Center ______________________ under acknowledgement No.

___________________ of dated ________ (Self certified copy of the same is attched as Annexure-

A with this affidavit) and has been issued for manufacture of the following items in category

Medium Enerprise as under:-

i) ______________

ii) ______________

iii) ______________

iv) ______________

2. That my/our above mentioned manufacturing Medium Enterprises meat all the remaining terms &

conditions of the tender except Past Performance / Past Experience.

3. That my first Purchase order under this benefit / concession was issued by State Government

Department / State Government Agency (name of Deptt. / Agency) ___________________ vide

P.O. No. ____________________ of dated ____________ for the supply of

______________________ (name of the item/good/works/services) was successfully complied by

above mentioned Enterprises. A self certified copy of the same is attached as Annexure-B with this

affidavit.

4. That in case the Purchase Order of the quoted item is issued to me/us, it will not be outsourced or

subcontracted to any other firm and the entire manufacturing of the order item shall be done in-

house by our enterprise based in Haryana, (address mentioned as at Sr. No.1).

5. That we agree to the condition that this benefit / concession to the Medium Enterprise is valid for

one year from the date of getting the first supply order under state Public Procurement.

6. That the billing will be done from Haryana.

Dated: DEPONENT VERIFICATION: Verified that the contents of para no. 1 to 6 of the above are true and correct to my knowledge as per the official record and nothing has been concealed there in. Dated: DEPONENT

Page 16: NIT No: 12 /Store -239 /17 Dated: 0 7 .09.2017 Description ...hpgcl.org.in/docfiles/HPGCL66359.pdf · and experienced firms for Operation of various pumps (HFO, LDO & submersible),

16