19
Office of the Executive Engineer Generation Division USHP II Kangan Email: [email protected] E-NITNo: USHP-II/GD/23 of 2018-19 Dated:- 18/01/2019 For and on behalf of the Managing Director, J&K State Power Development Corporation, sealed bids (Part-A: Techno Commercial Bid ) & Part-B: (Price Bid) valid for 180 days, accompanied with earnest money in the shape of DD/ CDR/FDR/ Bank Guarantee from any Nationalized/Scheduled Bank @ 2% of the estimated cost pledged to the Chief Engineer, Generation Wing Kashmir , are invited from Registered firms /joint venture/ SSI unit holders/ registered self-help group of Engineershaving sufficient experience for undertaking the following titled work at USHP-II Kangan. Overhauling of PRV of unit II at USHP II Kangan. The e-tender can be downloaded from jktenders.gov.in or jkspdc.nic.in . The tenders should be addressed to the Chief Engineer, Generation Wing Kashmir Bemina Srinagar. However, the downloaded document at the time of submission should be accompanied with cost of tender document in the shape of Demand Draft pledged to Executive Engineer Generation Division USHP-II, Kangan alongwith EMD @2% of Estimated Cost pledged to Chief Engineer Generation Wing kashmir. CRITICALDATES 1. Dateof issue of tender notice. 18/01/2019 2. Period of downloading of bidding documents. 18/01/2019 to 28/01/2019 3. Bid submission start date. 18/01/2019 4. Bid submission end date. 28/01/2019 5. Deadline for receiving the hard copies (CDR&EMD). 29/01/2019 6. Date & time of opening of Online tenders (techno commercial). 30/01/2019 The price bids needs to be uploaded online only and do not send price bids in the form of hard copies. Executive Engineer No: GD /USHP-II/2393-2407 Dated: 18/01/2019 S. No Description Quantity Estimated cost (Lacs) Amount of EMD Cost of tender specification (Non Refundable) Time of completion 1. Overhauling of PRV of unit II at USHP II Kangan. Complete Job 9.00lacs 2 % of the estimate cost i.e. Rs18,000/- inclusive of all applicable taxes and duties including GST, Insurance etc. Rs. 1000 30 Days

Office of the Executive Engineer Generation Division USHP II ... - … · Office of the Executive Engineer Generation Division USHP II Kangan Email: [email protected] E-NITNo:

  • Upload
    others

  • View
    10

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Office of the Executive Engineer Generation Division USHP II ... - … · Office of the Executive Engineer Generation Division USHP II Kangan Email: xenekangan@gmail.com E-NITNo:

Office of the Executive Engineer Generation

Division USHP II Kangan

Email: [email protected]

E-NITNo: USHP-II/GD/23 of 2018-19

Dated:- 18/01/2019

For and on behalf of the Managing Director, J&K State Power Development

Corporation, sealed bids (Part-A: Techno Commercial Bid ) & Part-B: (Price Bid) valid

for 180 days, accompanied with earnest money in the shape of DD/ CDR/FDR/ Bank

Guarantee from any Nationalized/Scheduled Bank @ 2% of the estimated cost pledged

to the Chief Engineer, Generation Wing Kashmir , are invited from Registered firms /joint venture/ SSI unit holders/ registered self-help group of Engineershaving

sufficient experience for undertaking the following titled work at USHP-II Kangan.

“Overhauling of PRV of unit II at USHP II Kangan”.

The e-tender can be downloaded from jktenders.gov.in or jkspdc.nic.in. The tenders

should be addressed to the Chief Engineer, Generation Wing Kashmir Bemina Srinagar.

However, the downloaded document at the time of submission should be accompanied

with cost of tender document in the shape of Demand Draft pledged to Executive

Engineer Generation Division USHP-II, Kangan alongwith EMD @2% of Estimated

Cost pledged to Chief Engineer Generation Wing kashmir.

CRITICALDATES

1. Dateof issue of tender notice. 18/01/2019

2. Period of downloading of bidding documents. 18/01/2019 to 28/01/2019

3. Bid submission start date. 18/01/2019 4. Bid submission end date. 28/01/2019

5. Deadline for receiving the hard copies

(CDR&EMD).

29/01/2019

6. Date & time of opening of Online tenders

(techno commercial).

30/01/2019

The price bids needs to be uploaded online only and do not send price bids in the form of hard copies.

Executive Engineer

No: GD /USHP-II/2393-2407

Dated: 18/01/2019

S.

No

Description

Quantity

Estimated

cost (Lacs)

Amount of

EMD

Cost of

tender

specification

(Non

Refundable)

Time of

completion

1. Overhauling of PRV of unit II at USHP II Kangan.

Complete Job

9.00lacs

2 % of the estimate cost

i.e. Rs18,000/-

inclusive of all applicable taxes and

duties including GST, Insurance

etc.

Rs. 1000 30 Days

Page 2: Office of the Executive Engineer Generation Division USHP II ... - … · Office of the Executive Engineer Generation Division USHP II Kangan Email: xenekangan@gmail.com E-NITNo:

Copy to:-

1) Managing Director J&K SPDC, Jammu for information.

2) Director Finance, J&K SPDC, Jammu for information.

3) Chief Engineer, Generation Wing Kashmir, J&K SPDC, Sgr. for inf.

4) Chief Civil Investigation Design J&K SPDC, Srinagar for information.

5) Superintending Engineer, Generation Circle-II, J&K SPDC, Sgr for inf.

6) Company Secretary J&K SPDC, Srinagar for information. He is requested to kindly

get the Notice uploaded on the website of J&K SPDC.

7) Assistant Director, J&K Information Department Srinagar along-with 4 copies of

NIT, with the request that the NIT may kindly be got published in two local leading

dailies of valley at an earliest, under an intimation to this division.

8) Director Radio Kashmir Srinagar (Commercial service) for broadcasting the same in

two spots before the due date

9) Chief Pay & Accounts Officer, PDC unit-Kangan for information.

10) Executive Engineer, CivilMaintt. Division USHP-II Kangan for info.

11-14)Assistant Executive Engineer Gen. Sub Div/I/II/III & Mechanical for information.

15) Notice Board.

16) Master File

Page 3: Office of the Executive Engineer Generation Division USHP II ... - … · Office of the Executive Engineer Generation Division USHP II Kangan Email: xenekangan@gmail.com E-NITNo:

General Terms & Conditions and Instructions to the bidders

1.1. Invitation Receipt and Opening of Tenders

Sealed tenders are invited from registered firms / Registered Joint Venture Partners

for Overhauling of PRV of unit II at USHP II Kangan”. 1. The complete bidding process will be online. The copy of EMD, and all other required

documents shall be uploaded online and same will be considered for technical bid opening. However, EMD in original alongwith Cost of tender document (DD) shall be submitted in the office of SuperintendingEngineer, Circle II PDC Bemina Srinagar by or before bid submission end date.

2. The bid(Hard Copy) of prospective bidders shall be rejected whoseTender

Document fee (D)and EMD cost are not received wi th in the s t i pula ted

t ime. 3. Bid documents can be seen at & downloaded from the website

www.jktenders.gov.in. The bid documents contain Qualifying criteria for the bidders, specifications, Bill of Quantities, terms & conditions and other details.

The following documents are to be uploaded along with the bid; otherwise the bid will be liable for rejection.

i) DD on account of cost of tender document (Pledged to Executive Engineer USHP-II Kangan).

ii) Prescribed EMD (i.e 2 % of estimated value pledged to Superintending Engineer Generation Circle II).

iii) Copy of Registration certificate. iv) Copy of valid GST Registration Certificate. v) Copy of Tax Clearance Certificate of the Current Financial Year vi) Copy of balance sheet vii) Labour License viii) Certificate conforming that bidder has no pending litigation. ix) No debarment Certificate x) Copy of work orders / experience during last three years

Authority reserves the right to: - i) Increase / Decrease the quantity of material. ii) Reject any or all bids without assigning any reason thereof.

1.2. The online tenders (Techno commercial) shall be opened on 30/01/2019 or any

subsequent day to the convenience of the Tender Opening Committee. The bidders

or their authorized representatives may, if so desire, be present at the time of opening

of tenders.

1.3. In case the due date of receipt of tenders falls on a holiday or the holiday being

declared subsequently the tenders will be received on next working day.

1.4. TheBid Document shall comprise of Techno Commercial bid only alongwith EMD

and Tender Cost in Original.

1.5. The Price bid (BOQ) shall be submitted online only

1.5.1. The tender document shall contain Earnest Money in the shape of CDR or Bank

Page 4: Office of the Executive Engineer Generation Division USHP II ... - … · Office of the Executive Engineer Generation Division USHP II Kangan Email: xenekangan@gmail.com E-NITNo:

Guarantee to the tune of Rs 18,000/- pledged to Superintending Engineer,

Generation Cirlce II Kashmir. In case of non- submission of earnest money and cost

of tender document, the tender shall be rejected right away

1.5.2. TechnoCommercialPart:

a) Tender Proforma

b) Relevant documents for establishing the technical eligibility of the firm

c) Relevant documents for qualifying the financial criteria of the tender document

d) Documentary proof for similarnature of works executed in hydro power house.

e) Proof for Annual turnover for the last two years duly certified.

f) Agreement of Joint Venture or consortium (if applicable)

g) Valid (up to date) Electrical License for conducting jobs of same Electrical Nature

h) Copy of income tax clearance certificate

i) Information regarding current litigation if any, in which the bidder is involved the

parties concerned and the disputed amount

j) No deviation certificate

1.5.3. Price Bid : Price Schedules as per BOQ of Biding Document

1.5.4. Similar Work means RMU / Capital overhauling of any Hydro Power Station of

capacity 35 MW or above.

2.1 SCOPE

The scope of the work“Overhauling of PRV of unit II at USHP II Kangan”as per

the following description.

S. No. Description Quantity Rate to be

quoted

1.

Replacement of PRV shaft (12 ft - 4inches) 1 job

2. Reconditioning of oil piston/cylinder (flange dia 194 cm)

cylinder height (51.5 cm)

1 job

3. Replacing of cup seals 1 job

3.0 QUALIFICATION CRITERIA

3.1. Technical Criteria 3.1.1 Experience of having successfully completed similarnature of works in hydro power

house during last 7 years ending last day of month previous to the one in which

applications are invited should be either of the following: -

a. Three similar completed jobs costing not less than the amount equal to 40% of the

estimated cost (3.60Lacs)

Or

b. Two similar completed jobs costing not less than the amount equal to 50% of the

estimated cost (4.5Lacs).

Or

c. One similar completed jobs costing not less than the amount equal to 80% of the

estimated cost (7.2Lacs). 3.2 Financial Criteria

Average annual financial turnover during the last 2 years, ending 31st March of the

Page 5: Office of the Executive Engineer Generation Division USHP II ... - … · Office of the Executive Engineer Generation Division USHP II Kangan Email: xenekangan@gmail.com E-NITNo:

previous financial year, should be at least 30% of the estimated cost (Rs. 2.7lacs)

individually by a sole applicant or collectively by a Joint venture .

3.3. Joint Venture Criteria.

Bids may be submitted by individual firms or joint ventures as one of the

following:

I. A single firm that meets all qualification requirements set forth.

II. Joint Venture Companies meeting all qualification requirements set

forth in relevant clauses & fulfilling the following criteria as J.V

Company.

i. Joint venture of only two firms shall be permitted.

ii. One of the partners shall be nominated as a lead partner. The authorization

shall be submitted by way of power of attorney. The power of attorney in this

regard shall be signed by legally authorized signatory of both the firms.

iii. Whereas the partners of the joint venture have to collectively satisfy 100% of

the criteria. The lead partner of the joint venture must individually satisfy

criteria of at least 50% and the other partner must satisfy the minimum criteria

of 25% of above relating to experience of similar works and turn over.

iv. The lead partner shall be authorized to incur liabilities and receive instructions

for and on behalf of both partners of the joint venture and execution of

contract. The payments shall be made in the name of the lead partner instead

of the joint venture account.

v. Both partners shall be liable jointly and severally for the execution of the

contract in accordance with the contract terms, and a statement to this effect

shall be included in the power of attorney mentioned above, as well as in the

joint venture agreement.

vi. A copy of joint venture agreement entered into by both the partners shall be

submitted with the tender. The joint venture agreement should indicate

precisely the responsibility of both the members of joint venture in respect of

planning, construction equipment, key personnel, work execution and

financing of the project. This should not be varied/ modified subsequently

without prior approval of the employer/engineer in charge. The joint venture

should confirm that both the members shall have active participation in the

execution work during the full currency of contract.

vii. In case of successful bidder as a joint venture, the joint venture agreement

shall be registered

viii. If the Contractor is a joint venture or consortium, all partners of the joint

venture shall be jointly and severally liable to the JKSPDC for the execution of

the entire Contract in accordance with its terms

The offer of those bidders, who shall provide satisfactory evidence to the owner of their capability and adequacy of resources to carry out the contract effectively, shall be considered for evaluation. Bids shall include the following information.

Page 6: Office of the Executive Engineer Generation Division USHP II ... - … · Office of the Executive Engineer Generation Division USHP II Kangan Email: xenekangan@gmail.com E-NITNo:

i) Copies of original documents defining the constitution or legal status,

place of registration and principal place of business; written power of

attorney of the signatory of the bid to commit the Bid.

ii) Total annual turnover for last three (3) years.

iii) Details of the works executed during last three

years.

iv) Performance as prime Contractor for the supply of material and

equipment of similar nature over the last five years, and details of other

work in hand and contractual commitments.

v) Performance of the works of similar nature executed during last three

years as prime contractor.

vi) The qualification and experience of key personnel proposed for carrying

out the work.

vii) Reports on the financial capability of the bidder viz profit and loss

statements, balance sheets and auditor's reports for the past three (3)

years attested by chartered accountant.

viii) Evidence of access lines of credit, and availability of other financial

resources. ix)Information regarding any current litigation in which the

Bidder is involved, the parties’ concerned and disputed amount.

The bidder shall furnish detail of work in hand and current contract commitments.

(a) The bidder shall furnish list of testing facilities and adequate plant and manufacturing capacity available to execute the works properly and expeditiously within the time period specified. The evidence shall consist of written details of the installed manufacturing capacities and present commitments (excluding the work under this specification).

(b) The bidder shall furnish resume of key personnel to be dedicated to the project along with organization chart. The key personnel assigned to the project shall not be engaged in other projects till the completion of this project.

The bidder shall have adequate field service organization to provide the necessary field erection and management services required to successfully erect, test and commission the equipment as required under the scope of work.

The bidder shall have established Quality Assurance System and Organization designed to achieve high level of equipment reliability during the manufacture, field installation activities and operations.

The Bidder shall submit the above details with documentary evidence to fulfill above eligibility requirements.

Notwithstanding anything stated above the owner reserves the right to assess the Bidder's capability and capacity to perform the contract, should the circumstances warrant.

Page 7: Office of the Executive Engineer Generation Division USHP II ... - … · Office of the Executive Engineer Generation Division USHP II Kangan Email: xenekangan@gmail.com E-NITNo:

4.0. EARNEST MONEY

4.1. Earnest Money amounting to Rs. 18,000/ - in the shape of Bank Guarantee/

CDR/FDR pledged to the Superintending Engineer, Generation Circle II Kashmir,

must be uploaded along with the offer of the tender.

4.2 No bidder, unless otherwise specified in the specification, terms and conditions shall

be exempted from depositing earnest money.

4.3 Tenders not accompanied with required amount of earnest money will be rejected

and their price bid shall not be opened.

4.4 The earnest money of the bidder(s) shall be forfeited if he (they) withdraws his

(their) tender or revises the prices of his (their) offer or violates any terms and

conditions contained therein. The contract shall be deemed to have been entered in to

from the date of issue of letter of intent/LOA whichever is earlier.

5.0. HANDLING OF DEVIATIONS

Offer must be complete in all respect and must contain

confirmation/compliance to all Technical & Commercial points without any

deviations i.e. ZERO DEVIATION OFFER, failing which the bids shall be

liable for rejection.Pre-bid clarifications, if required may be sought from us

immediately on floating of tender. The bidders should enclose NO

DEVAITION CERTIFICATE along with the bid.

6.0 Modification prior to date of Tender opening:

The Executive Engineer Division USHP-II, Kangan JKSPDC may revise or

amend the specifications and other conditions prior to the date notified for

receiving the tenders. Such revision or amendments, if any, will be communicated

to all prospective bidders as an addendum to this invitation for tenders through

the media used for original NIT. In such case, if considered necessary, the date of

receiving the tenders may also be extended at the discretion of the Executive

Engineer.

7.0. Validity: The tenders should be valid for a period of 180 days from the date of opening of the

price bid.

8.0. Taxes & Duties:

The quoted rates shall be FIRM and FOR destination basis, inclusive of all taxes and

duties, freight, insurance including GST etc. as the work is a turn key job. The rates

shall include costs attracted towards mandatory inspection/testing by JKSPDC.

9.0. Price Variation:

9.1 No price variation will be allowed. The quoted rates shall be valid for a period of six months

from the date of opening of the price bid. The order placing authority shall have discretion to

allocate the full or part of the advertised quantity to the qualifying bidder without assigning

any reason. The authority also reserves the right to cancel the tenders. The order placing

authority reserves the right to vary the quantities of items or groups of items to be ordered as

specified in the accompanying technical specifications, as may be necessary during the

Page 8: Office of the Executive Engineer Generation Division USHP II ... - … · Office of the Executive Engineer Generation Division USHP II Kangan Email: xenekangan@gmail.com E-NITNo:

execution of the contract.

9.2 No alterations, amendment, omission or variations of the works shall be made by the

contractor except with the written orders of the order placing authority. With the

alteration, if any variation in the works results in reduction/ increase in the contract price

final rates shall be evolved as mutually agreed to by both the parties. In the event of the

disagreement, the decision of the Managing Director JKSPDC shall prevail. However it

shall be mandatory on part of firm so as to familiarize himself about scope of work and

site conditions etc.

10BIDEVALUATION CRITERIA 10.1 General

a. During bid evaluation, the Owner (JKSPDC) may request for clarification and the

response shall be in writing and no change in substance of Bid is permitted.

b. The Owner will examine the Bids to determine whether they are complete, whether

any computational errors have been made, whether required sureties have been

furnished, whether the documents have been properly signed, and whether the bids

are generally in order.

c. The Owner may waive any minor informality, non- conformity or irregularity in a

Bid that does not constitute a material deviation, whether or not identified by the

Bidder in 'Technical Deviations', and ‘Commercial Deviations', to his Bid, and does

not prejudice or affect the relative ranking of any Bidder, as a result of the technical

and commercial evaluation.

d. Prior to detailed evaluation, the Owner will determine each Bid is of acceptable

quality, is generally complete. And is substantially responsive to the bidding

documents. For purposes of this determination, a substantially responsive bid is one

that conforms to all the terms, conditions and specifications of the bidding

documents without material deviations, objections, conditionality or reservations. A

material deviation, objection, conditionality or reservation is one(a) that affects in

the scope, quality or performance of the contract; (b) that limits in any substantial

way, inconsistent with the bidding documents, the Owner's rights or the successful

Bidder's obligations under the Contract; or(c) whose rectification would unfairly

affect the competitive position of other Bidders who are presenting substantially

responsive bids.

e. The Owner's determination of a Bid's responsiveness is to be based on

the contents of the Bid it self without recourse to extrinsic evidence. If a

Bid is not substantially responsive, it will be rejected by the Owner, and

may not subsequently be made responsive by the Bidder by correction of

the nonconformity.

f. Owner reserves the right to reject or accept any Bid without being responsible to the

Bidder in any manner whatsoever. The Bidder shall quote for all the equipment and

services as called for. The Owner reserves the right to place the order for all or part

of the equipment and services.

Page 9: Office of the Executive Engineer Generation Division USHP II ... - … · Office of the Executive Engineer Generation Division USHP II Kangan Email: xenekangan@gmail.com E-NITNo:

10.2. Technical Evaluation

a. The Owner/ Owner's Engineer will carry out a detailed evaluation of the Bids which

are substantially responsive in order to determine whether the technical aspects are

in accordance with the requirements set forth in the bidding documents. In order to

reach such a determination, the Owner will examine and compare all technical

aspects of the Bids on the basis of the information supplied by the Bidders, taking

in to account the following factors:

i. Overall completeness and compliance with the Technical Specifications

ii. Suitability of the equipment offered in relation to the environmental and

climatic conditions prevailing at the site; and quality, function and

operation of any process control concept included in the Bid. The bid that

does not meet minimum acceptable standards of completeness, consistency

and detail will be rejected for non-responsiveness.

b. Cost compensation will be worked out for any variation, declared or undeclared

deviation acceptable to Owner, from specified scope and/or technical variation from

tender specification of the Owner, as can be evaluated and assessed in the interest of

the Owner. In determining the rupee value of the deviations, the Owner will use

parameters consistent with those specified in the specifications and available to the

Owner or worst parameters considered by any other Bidder.

c. In the event of a contradiction in Bid, Owner reserves the right to cost-compensate

for evaluation based on worst parameters that can be interpreted form on-

compliance to specifications. In the event Bidder has not explicitly furnished any of

the technical data, scope, scheme or details required forum ambiguous assessment,

the Owner may cost compensate based on worst possibility or worst parameters

considered by any other Bidder for evaluation of Bid.

10.3. Commercial Evaluation 10.3.1. Bidders who have not completely furnished the details as per BOQ are liable to

be rejected.

10.3.2 Comparison shall be of the Total Lump sum final evaluation price which shall

be inclusive of all installation and other services required under the contract, plus

the taxes and duties viz., GST as applicable. The rates of Taxes and Duties

applicable as on 15 day prior to the submission of price bid shall be considered for

purpose of evaluation.

10.3.3. Unless specifically indicated, all prices shall be FIRM. No enhancement of rate for

whatever cause unless and until asked by JKSPDC will be allowed.

11.0. Contract and Agreement:

It will be obligatory on part of the successful bidder to execute a legal agreement

with the Work Contract Placing Authority within 7(seven) days of placement of

Page 10: Office of the Executive Engineer Generation Division USHP II ... - … · Office of the Executive Engineer Generation Division USHP II Kangan Email: xenekangan@gmail.com E-NITNo:

formal contract order. Sufficient copies of the Contract Agreement and

specifications shall be supplied by the successful bidder to the order placing

authority, the cost thereof shall be deemed to have been included in the prices

offered.

12. Schedule of Works

12.1. The Bidder is required to organize his services in a systematic manner to ensure

smooth execution and completion of the job as per schedule.

12.2. English Language and Metric Units shall be used in all documents, drawings reports,

correspondences etc.

12.3. Bidder shall prepare a detailed schedule for preparation and submission of drawings

at the beginning of the contract which shall be approved by JKSPDC. The approval

shall be used for engineering activities.

13.0JOBEXECUTION:

13.1 All measures required for safe construction including safety norms are to be taken

and the schemes are to be approved by JKSPDC before commencement of works.

Besides, all personnel employed on the job are to follow safety requirement of

JKSPDC and State Regulations as applicable form time to time.

14.1. Inspection

Inspection call shall be given by the Executing agency to the Engineer in-charge during

execution of work and final inspection prior to re-commissioning of machine.

15.0. Retention of scrap:

All the scraps resulting from repair-work/ installation will be the property of the

JKSPDC.

16.0. COMPLETION PERIOD:

The complete work of Overhauling of PRV of unit II at USHP II

Kanganshall be completed in all respects within 30 days from the date of issue

of work order. The Executing agency shall note that time of completion is the

essence of contract & work must be completed within stipulated period to avoid

winter freezing. A penalty shall be imposed in this regard equivalent to the

generation loss caused due to such nature of delay which does not fall under the

ambit of force majeure.

17.0. Time Extension

17.1. In case, the delay is attributable to the contractor, timely extension can be granted

with imposition of penalties as envisaged in relevant clause of bid document.

17.2. In case the delay is attributable to the owner, the time extension shall be granted

without any financial compensation.

18.0 LIQUIDATED DAMAGES FOR DELAY

If the Contractor fails to complete the Work as specified in Clause 16.0 hereof, the

owner shall, without prejudice to its other remedies under the Contract, deduct the

amount from running bills and also from deposits of the contractor due or which may

Page 11: Office of the Executive Engineer Generation Division USHP II ... - … · Office of the Executive Engineer Generation Division USHP II Kangan Email: xenekangan@gmail.com E-NITNo:

become due to the Contractor, as liquidated damages (which is a genuine pre-estimate

agreed by the parties hereto of the loss or damage which the purchaser would have

suffered on account of delay without giving any proof of the loss or damages) a sum

equivalent to 0.5% of the Contract price per week of delay or part thereof subject to a

maximum of 5% of the Contract price. The payment or deduction of such damages

shall not relieve the Contractor from his obligations to complete the works or from any

of his obligations and liabilities under the Contract.

19.0 DEFECTS LIABILITY PERIOD:

19.1. The expression “ Defects Liability Period” shall mean aperiod of 12 months from the date of

re-commissioning of Unit and the Taking Over Certificate is issued by the Engineer Incharge.

19.2. Where any part of the Works is taken over separately, the Defects Liability Period for that

part shall commence on the date it was taken over.

19.3. If any defect appears or damage occurs during the defect liability period, the Engineer-in-Charge shall forthwith notify the Contractor thereof. However, delay or failure of the Engineer-in-Charge in notifying shall not relieve the Contractor from his liability for remedying the defects at his own cost.

19.4. Upon the receipt of such notice, the Contractor shall be responsible for making rectification

to any defect in or damage to any part of the Works which may appear or occur during the

Defects liability Period and which arises from either;

a) any defective materials, workmanship or design, or

b) any act or omission of the Contractor during the Defects Liability Period.

The Contractor shall make good the defect or damage as soon as practicable but not later than 20 days and at his own cost.

20. COMPOSITE BANK GUARANTEE:-

Successful bidder must submit Composite Bank guarantee in form of a Bank Guarantee

form from any Nationalized bank for 10% (Ten Percent) of the contract value of the work

order, executed in a non-judicial stamp paper of Rs 100/- (Rupees Hundred) only or any

amount as per Stamp Duty act strictly as per PROFORMA ENCLOSED, towards

security, payment and performance guarantee purpose.The confirmation letter of the

concerned bank should be sent along with Bank Guarantee.

The Bank Guarantee shall be furnished within 10 days from the date of issuance of work

order and shall remain valid for Defect Liability Period of 12 months to be reckoned from

the date of re-commissioning of Unit. The lowest bidder shall furnish Bank Guarantee for

15 months from the date of placing of work contract.

No interest is payable on the Composite Bank Guarantee.

If desired by the successful bidder, the composite bank guarantee may be submitted in

shape of Bank Draft drawn from any Nationalized Bank. In this case no interest will be

paid.

Failing submission of the same, the work order / purchase order will be liable for

rejection. In the event of any breach or default in all or any of the conditions set forth and

provided in the work order / purchase order, JKSPDC may forfeit the whole amount of the

Composite Bank Guarantee.

Page 12: Office of the Executive Engineer Generation Division USHP II ... - … · Office of the Executive Engineer Generation Division USHP II Kangan Email: xenekangan@gmail.com E-NITNo:

21.0. PAYMENT:

a) 90% shall be made after successful re-commissioning of Unit duly authenticated by the

AEE concerned and issuance of taking over certificate issued by Engineer Incharge.

b) Balance 10% shall be released after completion of Defect Liability Period of 12

months to be reckoned from the date of successful re-commissioning of Unit.

c) All payments shall be made through Cheque / Demand Draft on a nationalized bank

only. In case of payments through draft, the bank commission charges will be borne by

the supplier.

22.0. Standard of Work.

The complete work to be carried out by lowest bidder shall be undertaken in lieu of

relevant norms of IS / IEC. However, repairing work shall be executed in accordance

with IEEE-492-1974. The complete process of dismantling / re-assembling of machine

and execution of repair / re-jointing work shall be carried in line with standard norms

which shall be certified by the AEE concerned.

23.0 Force Majeure:

The contractor shall not be liable for any liquidated damages for delay or any failure to

perform the contract arising out of force majeure conditions beyond his control

including acts of God or the enemy of the Government viz. fires, floods, epidemic,

quarantine related strikes, freight embargoes and defaults of such contracts due to any

such cause, provided that the supplier shall within ten days from the beginning of such

delay notify to the department in writing the cause of delay along with convincing

substantial evidence. The department once convinced shall extend the supply

completion period by a suitable/reasonable duration.

24.0. Arbitration:

In case the disputes are not 'resolved mutually, the matter shall be referred for

arbitration. The arbitrator shall be appointed by Managing Director JKSPDC whose

decision shall be final binding on both parties

"The arbitral tribunal shall not have any right/jurisdiction to award any interest

on claimwhich is determined by it in the arbitration proceedings conducted by the

tribunal"

25.0. Re-commissioning Tests

All the relevant tests as per IS / IEC wherever referred shall be performed by the

contractor in presence of AEE concerned who shall authenticate that the test results are

in consonance with IS/IEC Standards.

26.0. Safety & Insurance of Contractors Employees:

The Risks of loss of or damage to physical property and of death and personal injury, which arise in consequence of the performance of the Contract, shall be responsibility of the contractor, duly covered by the risk insurance.

27.0. General:

(a) The price of tender documents shall not be refunded under any circumstances

whatsoever.

(b) The bidder shall be deemed to have carefully examined various stipulations in this

NIT and also to have fully informed himself with all conditions local and otherwise

affecting the execution of the contract. Failure to do so shall be at his risk and cost.

Page 13: Office of the Executive Engineer Generation Division USHP II ... - … · Office of the Executive Engineer Generation Division USHP II Kangan Email: xenekangan@gmail.com E-NITNo:

(c) Ambiguity in rates, if any shall be interpreted in favour of the Department.

(d) All other terms and condition as laid down in PWD Form 25 shall form part of this

tender document.

(e) The tender document shall be returned to the departmentalong with the technical

bidwith a certificate that all the conditions in the document acceptable to the bidder.

A 'No deviation certificate' appended with this document shall be duly signed and

stamped by the bidder. Deviations, if any, from technical and/or commercial

conditions laid down in this document must explicitly be mentioned with the offer.

Note:-

During execution of work, any minor related work, necessarily required for successful re-

commissioning of Unit shall be deemed to be included in the scope of work and no

payment on this account shall be paid by JKSPDC.

Executive Engineer

Generation Division

USHP-II, Kangan.

Page 14: Office of the Executive Engineer Generation Division USHP II ... - … · Office of the Executive Engineer Generation Division USHP II Kangan Email: xenekangan@gmail.com E-NITNo:

ANNEXURE-I TENDER SPECIFICATION No GD/USHP-II

DECLARATION FORM To, Executive Engineer

Generation Division

USHP-II Kangan

Sir, Having examined the above specification together with terms and conditions referred to therein, I/We the undersigned hereby agree to undertake the work if allotted to us in all respects as per the specification and general conditions, at the rates offered by us. Our offer is valid upto 180 days from the date of tender opening. 1. I/ We hereby undertake the materials to be delivered in complete shape within the time specified in this tender. 2. I / We hereby guarantee the technical particulars given in the tender will be executed skillfully for which guarantee for successful operation for a period of 12 (Twelve) months. 3. I / We hereby certify that the amount have been deposited towards the cost of the specification by remitting Cash / Bank Draft No. ------------------------------------ 4. In the event of supply order is being decided in my/our favour, I / We agree to furnish the Composite Bank Guarantee in the manner acceptable to JKSPDC for a sum as applicable, within 15 (Fifteen) days of issue of letter of indent/ detail purchase order failing which I / We clearly understand that the said Letter of Indent / the work order will be liable to be withdrawn by J & K State Power Development Corporation Ltd. Signed this day of 2019 yours faithfully

Signature with Seal

(This Form should be duly filled up by the bidder and submitted along with the original copy of the offer)

Page 15: Office of the Executive Engineer Generation Division USHP II ... - … · Office of the Executive Engineer Generation Division USHP II Kangan Email: xenekangan@gmail.com E-NITNo:

ANNEXURE-II TENDER SPECIFICATION No. GD/USHP-II/ ACCEPTANCE OF TERMS & CONDITIONS

(This Performa should be duly filled in with all the information and should be furnished

with tender)

1 i) Name and address of the firm

ii) EMD Details (except the amount) like Bank Draft No & Date, Address of the bank issuing the draft.

2 Proof of Purchase of tender specifications

3 Validity

4 Price Basis- FIRM F.O.R Destination

5 Terms of payment : Whether agreeable to JKSPDC terms

Yes / No

6 Completion period Withindays from the date of issuance of

7 Whether agreed to furnish 10 % Composite Bank Guarantee

Yes / No

8 Whether agreed to JKSPDC Liquidated damage terms

Yes / No

9 Whether material to be used bear ISI mark

Yes / No

10 Whetherguaranteed technical particulars submitted

Yes / No

11 Whether agreed to all the terms & conditions of the specification.

Yes / No

Place : Signature of Bidder Date : Name :

Designation (Seal) :

Page 16: Office of the Executive Engineer Generation Division USHP II ... - … · Office of the Executive Engineer Generation Division USHP II Kangan Email: xenekangan@gmail.com E-NITNo:

Annex-III

DEVIATION FROM SPECIFICATION (TECHNICAL) Bidder shall enter below particulars of his alternative proposals for deviation from the technical specifications if any ;

Sr N o

Clause No of Specification

Deviations from Specification

Justification for deviation

Place : Signature of Bidder Date : Name :

Designation (Seal) :

Page 17: Office of the Executive Engineer Generation Division USHP II ... - … · Office of the Executive Engineer Generation Division USHP II Kangan Email: xenekangan@gmail.com E-NITNo:

Annex-IV

LIST OF ORDERS EXECUTED FOR SIMILAR SUPPLY/Works DURING LAST THREE YEARS

Sr No

Quantity

Place of Installation and complete

postal address

Year of completion

Place: Signature of Bidder Date : Name :

Designation (Seal) :

Page 18: Office of the Executive Engineer Generation Division USHP II ... - … · Office of the Executive Engineer Generation Division USHP II Kangan Email: xenekangan@gmail.com E-NITNo:

ANNEXURE- V TENDER SPECIFICATION

DATA ON EXPERIENCE

a) Name of the Firm

b) Standing of Firm as manufacturer of Equipment quoted.

c) Description of equipment similar to that quoted supplied and installed with name to the party to whom supply was made as per annexure-V

d) Detail of where installed etc

e) Testing facilities at manufacturers work.

f) If the firm is having collaboration with another firm / manufacturer, details regarding the same.

g) A list of similar material store equipment of design, manufacturer tested and supply which are in successful operation in last three year with user certificate.

Place : Signature of Bidder Date : Name :

Designation (Seal) :

Page 19: Office of the Executive Engineer Generation Division USHP II ... - … · Office of the Executive Engineer Generation Division USHP II Kangan Email: xenekangan@gmail.com E-NITNo:

ANNEXURE –VI

PROFORMA FOR BANK GUARANTEE FOR BID SECURITY

To

The Accounts Officer

With Chief Engineer, Generation Wing Kashmir,

JKSPDC, PDD Complex, Bemina, Srinagar (J&K)

WHEREAS, (Name of the Bidder)___________________________ (hereinafter called "the

BIDDER") has submitted his bid dated _____________________for (Name of Contract)

_____________________ (hereinafter called "the Bid").

KNOW ALL men by these presents we (Name of Bank)______________ of (Name of

Country) ________________ having our registered office at ____________(hereinafter called

"the Bank") are bound unto the Accounts Officer, With Chief Engineer, Generation Wing

Kashmir, PDD Complex, Bemina, Srinagar (J&K) in the sum of ______________ for which

payment well and truly to be made to the JKSPDC, the Bank binds himself, his successors and

assigns by these presents.

SEALED with the Common Seal of the said Bank this day of 20_____

THE CONDITIONS of this obligation are;

i) If the Bidder withdraws his Bid during the period of bid validity specified in the Proforma

of Bid; or

ii) If the Bidder having been notified of the acceptance of his Bid by the JKSPDC during the

period of bid validity;

a) Fails or refuses to execute the Proforma of Agreement in accordance with the Instructions to

Bidders, if required; or

b) Fails or refuses to furnish the Performance Security, in accordance with the Instructions to

Bidders.

We undertake to pay to the Accounts Officer, with Chief Engineer, Generation Wing Kashmir

up to the above amount upon receipt of its first written demand, provided that in its demand

the Accounts Officer, with Chief Engineer, Generation Wing Kashmir will note that amount

claimed by it is due to it owing to the occurrence of one or both conditions, specifying the

occurred condition or conditions.

This Guarantee will remain in force up to and including the date 210 days after the closing

date of submission of bids as stated in the Information and Instructions and any demand in

respect thereof should reach the Bank not later than the above date.

DATE……………. AUTHORISED SIGNATORY OF THE BANK

WITNESS……….. SEAL……………. (Signature, Name and Address)