22
Page 1 of 22 PANIPAT THERMAL POWER STATION (A Unit of Haryana Power Generation Corporation Limited) (Regd. Office: C-7, UrjaBhawan, Sector-6, Panchkula) Corporate Identity No. U45207HR1997SGC033517 Website:-www.hpgcl.org.in (An ISO 9001, 14001 & OHSAS 18001 Certified Company) TENDER DOCUMENT (NIT No.06/SYD-II-53 Vol-XI/2016-17 Dated: 11.08.2016) FOR REMOVAL/CUTTING OF GRASS & WILD GROWTH IN SWITCHYARD-II, POWER TRANSFORMERS YARD AND ITS DISPOSAL FOR A PERIOD OF ONE YEAR AT PTPS PANIPAT EXECUTIVE ENGINEER /SWITCHYARD DIVISION-II, PANIPAT THERMAL POWER STATION, HPGCL, PANIPAT. 132105. E Mail: [email protected], [email protected] [email protected] TELEPHONE NO. 0180-2566070 FAX NO. 0180-2566768 August 2016

PANIPAT THERMAL POWER STATION - HPGCLhpgcl.gov.in/docfiles/HPGCL46108.pdfPerforma of indemnity bond to be executed by the service provider-Annexure-VI 20-20 10. Technical Bid Check

  • Upload
    ngotram

  • View
    217

  • Download
    2

Embed Size (px)

Citation preview

Page 1 of 22

PANIPAT THERMAL POWER STATION (A Unit of Haryana Power Generation Corporation Limited)

(Regd. Office: C-7, UrjaBhawan, Sector-6, Panchkula)

Corporate Identity No. U45207HR1997SGC033517

Website:-www.hpgcl.org.in

(An ISO 9001, 14001 & OHSAS 18001 Certified Company)

TENDER DOCUMENT

(NIT No.06/SYD-II-53 Vol-XI/2016-17 Dated: 11.08.2016)

FOR

REMOVAL/CUTTING OF GRASS & WILD GROWTH IN SWITCHYARD-II,

POWER TRANSFORMERS YARD AND ITS DISPOSAL FOR A PERIOD OF ONE

YEAR AT PTPS PANIPAT

EXECUTIVE ENGINEER /SWITCHYARD DIVISION-II,

PANIPAT THERMAL POWER STATION,

HPGCL, PANIPAT. 132105.

E Mail: [email protected], [email protected]

[email protected]

TELEPHONE NO. 0180-2566070

FAX NO. 0180-2566768

August 2016

OCT-2014

Page 2 of 22

INDEX

Sl. No. Description Page No.

1. Notice Inviting Tender 3-3

2. Information Regarding Online Payment of

Tender Document , eService & EMD Fee

4-6

3. Key Dates 7-7

4. Instructions to bidders on electronic tendering

system -Annexure-I

8-9

5. Scope of work &Special Terms & conditions-

Annexure-II

10-13

6. General Terms & Conditions-Annexure-III 14-17

7. Statement of Bidders-Annexure-IV 18-18

8. Acceptance Certificate- Annexure-V 19-19

9. Performa of indemnity bond to be executed by

the service provider-Annexure-VI

20-20

10. Technical Bid Check List Format- Annexure-VII 21-21

11. Performa for Price Quoting-Annexure-VIII 22-22

Page 3 of 22

PANIPAT THERMAL POWER STATION, PANIPAT. Unit of Haryana Power Generation Corporation Limited.

(Regd. Office: UrjaBhawan, C-7, Sector-6, Panchkula, Haryana.) Corporate Identity Number: U45207HR1997SGC033517

www.hpgcl.org.inE-Mail: [email protected] Phone: 0180- 2566070 FAX: 0180-2566768

NOTICE INVITING TENDER (E-TENDER)

e-Tender Information

Source (Name Of Power

Station)

PANIPAT THERMAL POWER STATION

Classification Work Contract

NIT Number NIT No.06 /SYD-II-53 Vol-XI /2016-17 Dated:11.08.2016

Brief NIT Description

REMOVAL/CUTTING OF GRASS & WILD GROWTH IN SWITCHYARD-II, POWER TRANSFORMER YARDS AND ITS DISPOSAL FOR A PERIOD OF ONE YEAR AT PTPS PANIPAT.

E-Tender Issue date 11.08. 2016

Start date & time for

downloading of Tender

Documents & Bid

Preparation

11.08.2016 at 17:30 Hours

End date & Time of

uploading of e-tender

26. 08.2016 up to 13:00 Hours

Due date and time of

Technical opening (Part-1)

26. 08.2016 at 15:30 Hours.

Contact Info Executive Engineer/Switchyard Division-II,PTPS-II,HPGCL,Panipat-

132105 Mob. 9355084410/9355084716.

NIT details Uploaded on http://haryanaeprocurement.gov.in and www.

hpgcl.gov.in

Estimated Cost Rs. 5.23 Lakh (Service Tax &Cess Extra As Applicable)

EMD Amount Rs. 10,500.00

Tender Document Cost Rs. 1,132.00

E-service Fee Rs. 1,000.00

-Sd-

EXECUTIVE ENGINEER/SWITCHYARD-II, FOR CHIEF ENGINEER/PTPS-II, HPGCL, PANIPAT- 132105.

Page 4 of 22

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

1. The Bidders can download the tender documents from the Portal:

https://haryanaeprocurement.gov.in.

2. The Bidders shall have to pay for the Tender documents, EMD Fees & e-Service Fee online

by using the service of secure electronic payment gateway. The secure electronic payments

gateway is an online interface between contractors and online payment authorization

networks. The Payment for Tender Document Fee and e-Service Fee can be made by

eligible bidders / contractors online directly through Debit Cards & Internet Banking

Accounts and the Payment for EMD can be made online directly through RTGS / NEFT.

3. It is advised that the bidder make the payment forEMDvia RTGS / NEFT to the

beneficiary account number as mentioned in the challan atleast T+2 day (Transaction

+ Two day) two day in advance to the last day for validation on account / transaction

period.

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

service fee will not be refunded to the agency.

NOTE: Those agency who are exempted from EMD, should submit proof of related documents

at least 10 days before end date of “Downloading of Tender Documents & Bid

Preparation” stage to publisher of the tender i.e. Executive Engineer of the

concerned Division.

The following are exempted from depositing the earnest money:-

i) Public Sector Undertakings of the Central / Haryana State Government.

ii) Firms borne on D.G.S. & D/DS&D Haryana rate contracts.

iii) Firms registered with the Director of Industries, Haryana or registered with National Small

scale Industries Corporation, Govt. of India.

iv) Firms borne on the HPGCL’s approved list of suppliers which may have made a permanent

earnest money deposit of Rs.10.00 Lacs at the respective Project/office of HPGCL, if they

quote the Registration number given by the respective project/office of HPGCL in their tender

papers.

4. The Tenderers can submit their tender documents (Online) as per the dates mentioned in the

key dates.

Guideline for Online Payments in e-tendering

Post registration, bidder shall proceed for bidding by using both his digital certificates (one each

for encryption and signing). Bidder shall proceed to select the tender he is interested in. On the

respective Department’s page in the e-tendering portal, the Bidder would have following options

to make payment for tender document & EMD:

a) Debit Card

b) Net Banking

c) RTGS/NEFT

Operative Procedures for Bidder Payments:

A) Debit Card: The procedure for paying through Debit Card will be as follows.

(i) Bidder selects Debit Card option in e-Procurement portal.

Page 5 of 22

(ii) The e-Procurement portal displays the amount and the card charges to be paid by bidder.

The portal also displays the total amount to be paid by the bidder.

(iii) Bidder clicks on “Continue” button

(iv) The e-Procurement portal takes the bidder to Debit Card payment gateway screen.

(v) Bidder enters card credentials and confirms payment.

(vi) The gateway verifies the credentials and confirms with “successful” or “failure” message,

which is confirmed back to e-Procurement portal.

(vii) The page is automatically routed back to e-Procurement portal.

(viii) The status of the payment is displayed as “successful” in e-Procurement portal. The e-

Procurement portal also generates a receipt for all successful transactions. The bidder can

take a print out of the same,

(ix) The e-Procurement portal allows Bidder to process another payment attempt in case

payments are not successful for previous attempt.

B) Net banking: The procedure for paying through Net banking will be as follows.

(i) Bidder selects Net banking option in e-Procurement portal.

(ii) The e-Procurement portal displays the amount to be paid by bidder.

(iii) Bidder clicks on “Continue” button .

(iv) The e-Procurement portal takes the bidder to Net banking payment gateway screen

displaying list of Banks.

(v) Bidder chooses his / her Bank.

(vi) The Net banking gateway redirects Bidder to the Net banking page of the selected Bank.

(vii) Bidder enters his account credentials and confirms payment.

(viii) The Bank verifies the credentials and confirms with “successful” or “failure” message to the

Net banking gateway which is confirmed back to e-Procurement portal.

(ix) The page is automatically routed back to e-Procurement portal .

(x) The status of the payment is displayed as “successful” in e-Procurement portal. The e-

Procurement portal also generates a receipt for all successful transactions. The bidder can

take a print out of the same.

(xi) The e-Procurement portal allows Bidder to process another payment attempt in case

payments are not successful for previous attempt.

C) RTGS/ NEFT:

The bidder shall have the option to make the EMD payment via RTGS/ NEFT. Using this module,

bidder would be able to pay from their existing Bank account through RTGS/NEFT. This would

offer a wide reach for more than 90,000 bank branches and would enable the bidder to make the

payment from almost any bank branch across India.

(i) Bidder shall log into the client e-procurement portal using user id and password as per

existing process and selects the RTGS/NEFT payment option.

(ii) Upon doing so, the e-procurement portal shall generate a pre-filled challan. The challan will

have all the details that is required by the bidder to make RTGS-NEFT payment.

(iii) Each challan shall therefore include the following details that will be pre-populated:

a) Beneficiary account no: (unique alphanumeric code for e-tendering)

b) Beneficiary IFSC Code:

c) Amount:

d) Beneficiary bank branch:

e) Beneficiary name:

(iv) The Bidder shall be required to take a print of this challan and make the RTGS/NEFT on the

basis of the details printed on the challan.

Page 6 of 22

(v) It is advised that the bidder make the payment via RTGS / NEFT to the beneficiary

account number as mentioned in the challan at least T+2 day (Transaction + Two day)

two day in advance to the last day for validation on account / transaction period.

(vi) In the event, bidders making the payment on the last day and same is not available for the

bidders for validation on account of any reason whatsoever, Department, its banker or e-

procurement service provider or payment gateway service provider would not be held

responsible in any manner. In such cases, the bidders may not able to submit the tender.

(vii) Post making the payment, the bidder would login to the e-Tendering portal and go to the

payment page. On clicking the RTGS / NEFT mode of payment, there would be a link for real

time validation. On clicking the same, system would do auto validation of the payment made.

Page 7 of 22

Key Dates

Sl.

No. Department Stage Tenderer’s Stage

Start date

and time

Expiry date

and time

1 Tender Authorization &

Publishing

Downloading of Tender

Documents , Bid Preparation &

Bid submission

11.08.2016

17:30 Hours

26. 08.2016

13:00 Hours

2 Technical Opening (Part-I) -

26. 08.2016

15:30 Hours

---

3

Short listing of Technical

bids & Opening of Financial

Bid

- Will be intimated to the

firms on their E-mail

Page 8 of 22

ANNEXURE-I

INSTRUCTIONS TO BIDDER ON ELECTRONIC TENDERING SYSTEM

These conditions will over-rule the conditions stated in the tender documents, wherever

relevant and applicable.

1. Registration of bidders on e-Procurement Portal: All the bidders intending to participate in the

tenders processed online are required to get registered on the centralized e-Procurement Portal i.e.

https://haryanaeprocurement.gov.in. (Go to the link in top bar – How to…? – Register and Bid

Onlineand download the file).Please visit the website for more details.

2. Obtaining a Digital Certificate:

2.1 The Bids submitted online should be encrypted and signed electronically with a Digital Certificate

to establish the identity of the bidder bidding online. These Digital Certificates are issued by an

Approved Certifying Authority, by the Controller of Certifying Authorities, Government of India.

2.2 A Digital Certificate is issued upon receipt of mandatory identity (i.e. Applicant’s PAN Card) and

Address proofs and verification form duly attested by the Bank Manager / Post Master / Gazetted

Officer. Only upon the receipt of the required documents, a digital certificate can be issued. For

more details please visit the website – https://haryanaeprocurement.gov.in.

2.3 The bidders may obtain Class-II or III digital signature certificate from any Certifying Authority or

Sub-certifying Authority authorized by the Controller of Certifying Authorities or may obtain

information and application format and documents required for the issue of digital certificate from:

M/s Nextenders (India) Pvt. Ltd.

O/o. DS&D Haryana,

SCO – 09, IInd Floor, Sector – 16,

Panchkula – 134108

E - mail: [email protected]

Help Desk: 1800-180-2097 (Toll Free Number)

2.4 Bid for a particular tender must be submitted online using the digital certificate (Encryption &

Signing), which is used to encrypt the data and sign the hash during the stage of bid preparation &

hash submission. In case, during the process of a particular tender, the user loses his digital

certificate (due to virus attack, hardware problem, operating system or any other problem) he will

not be able to submit the bid online. Hence, the users are advised to keep a backup of the

certificate and also keep the copies at safe place under proper security (for its use in case of

emergencies).

2.5 In case of online tendering, if the digital certificate issued to the authorized user of a firm is used

for signing and submitting a bid, it will be considered equivalent to a no-objection certificate/power

of attorney /lawful authorization to that User. The firm has to authorize a specific individual through

an authorization certificate signed by all partners to use the digital certificate as per Indian

Information Technology Act 2000. Unless the certificates are revoked, it will be assumed to

represent adequate authority of the user to bid on behalf of the firm in the department tenders as

per Information Technology Act 2000. The digital signature of this authorized user will be binding

on the firm.

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

Page 9 of 22

the new person / user on behalf of the firm / company. The procedure for application of a digital

certificate however will remain the same for the new user.

2.7 The same procedure holds true for the authorized users in a private/Public limited company. In

this case, the authorization certificate will have to be signed by the directors of the company.

3. Opening of an Electronic Payment Account: Tender document can be downloaded online. Bidders

are required to pay the tender documents fees online using the electronic payments gateway service.

For online payments guidelines, please refer to the Home page of the e-tendering Portal

http://haryanaeprocurement.gov.in.

4. Pre-requisites for online bidding: In order to bid online on the

portalhttp://haryanaeprocurement.gov.in, the user machine must be updated with the latest Java.

The link for downloading latest java applet is available on the Home page of the e-tendering Portal.

5. Online Viewing of Detailed Notice Inviting Tenders: The bidders can view the detailed N.I.T and

the time schedule (Key Dates) for all the tenders floated through the single portal e-Procurement

system on the Home Page at http://haryanaeprocurement.gov.in.

6. Download of Tender Documents: The tender documents can be downloaded free of cost from the e-

Procurement portal http://haryanaeprocurement.gov.in.

7. Key Dates: The bidders are strictly advised to follow dates and times as indicated in the online Notice

Inviting Tenders. The date and time shall be binding on all bidders. All online activities are time tracked

and the system enforces time locks that ensure that no activity or transaction can take place outside

the start and end dates and the time of the stage as defined in the online Notice Inviting Tenders.

8. Bid Preparation (Technical & Financial) Online/offline Payment of Tender Document Fee, e-

service fee, EMD fees and Submission of Bid Seal (Hash) of online Bids:

8.1 The online payment for Tender document fee, eService Fee & EMD can be done using the secure

electronic payment gateway. The Payment for Tender Document Fee and eService Fee can be

made by eligible bidders/ contractors online directly through Debit Cards & Internet Banking

Accounts and the Payment for EMD can be made online directly through RTGS / NEFT.

8.2 The secure electronic payments gateway is an online interface between contractors and Debit card

/ online payment authorization networks.

8.3 The bidders shall upload their technical offer containing documents, qualifying criteria, technical

specification, schedule of deliveries, and all other terms and conditions except the rates (price bid).

The bidders shall quote the prices in price bid format.

8.4 Submission of bids will be preceded by submission of the digitally signed& sealed bid (Hash) as

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

NOTE:-

(A) If bidder fails to complete the Online Bid Submission stage on the stipulated date and time.

His/hers bid will be considered as bid not submitted, and hence not appear during tender

opening stage.

(B) Bidders participating in online tenders shall check the validity of his/her Digital Signature

Certificate before participating in the online Tenders at the portal

https://haryanaeprocurement.gov.in.

(C) For help manual please refer to the ‘Home Page’ of the e-Procurement website at

https://haryanaeprocurement.gov.in, and click on the available link ‘How to online’ to download

the file.

Page 10 of 22

ANNEXURE-II

SCOPE OF WORK AND SPECIAL TERMS & CONDITION

1. SCOPE OF WORK:

The scope of work for the subject cited work shall be as under:-

A) Area Covered: Total area covered for Switchyard-II (Unit-5 & 6 and Unit 7&8) & Power Transformer Yard shall be 73,380 m2. Details are as under:

Removal/cutting of grass & wild growth from complete area under operation and maintenance of Switchyard Division-II.The approximate area shall be around 73,380 m2 as under:

i. Total inside area of 220KV Switchyard Unit-5&6 and Unit- 7&8, Power

Transformer Yard area Unit-5&6 and Unit- 7&8 along with the area around service

transformers of SST-IIIA, SST-IIIB, UST-III of Unit-5 and SST-IVA, SST-IVB, &

UST-IV of Unit-6 near compressors house of Unit-5&6= 65,000 m2.

ii. Outside Area along fencing of Switchyard and power transformers yard Unit-5&6

up to road. Except fencing of Switchyard 5&6 towards units in which case the

area covered shall be up to 3 m from fencing = 4,050 m2

iii. Outside Area along fencing of Switchyard and transformers yard Unit-7&8, up to

road = 4,200 m2 (Area 945 m2 has been excluded as the same has been done

concreted)

iv. Approximate area around the compressor house and along the TG building wall of

unit-5=130 m2

B) Activities Involved for Switchyard-II (Unit-5 & 6 and Unit 7&8):

i. Cleaning of trenches & road inside switchyard.

ii. Removal of any type of garbage, disposed off material like paper, plastic sheet & any

other type of material lying in the above mentioned areas.

iii. Spray of Herbicide on grass to control the growth of grass in the above mentioned areas

minimum three times in a year. However special spray is to be made during rainy season

to control growth of grass.

iv. Disposal of cut grass/sarkandas, waste material etc. by tractor/trolley to the earmarked

dumping yard near ash disposal ponds or as directed by Engineer-in–charge.

2 a. Pre Qualifying Requirements (PQRs) / Eligibility Conditions for the tenderers:

QUALIFYING CRITERIA

a (i) Those who have already executed the such type of jobs in any of 220/400 kV sub-

station of NTPC, BBMB, HVPNL, PGCIL & State Electricity Boards/Corporations

successfully for at least two years during the last three years as on 31.03.2016.

a (ii)The bidder should have executed minimum single order of value not less than Rs.

2.10 lakh during last three years as on 31.03.2016.

a (iii) The tenderer/bidder shall be the contractor for the requisite /similar work item and

shall have experience of two years in undertaking such /similar work as on

31.03.2016.

OR

Page 11 of 22

The tenderer /bidder shall be contractor of Public Sector Undertakings of Central

Govt./State Govt./SEBs/Corporations or any other reputed thermal / hydel plant of 210MW

capacity or more for similar work.

b) The bidder/contractor should be registered under Contract Labour (Regulation &

Abolition) Act. 1970 and possesses a valid labour licence for deploying the worker on the

work or will submit an undertaking to obtain the same within 15 days of issuance of work

order.

c) The bidder should have a valid P.F. Code No., PAN, Service tax registration.

d) The bidder should have a valid ESI no. or shall submit an undertaking to provide the

same within one month of issue of work order.

Note: -The firm should fill statement to bidders as per Annexure-V of NIT and submit

authentic supporting documents for proving its credential. Original documents may

be asked for verification at the time of finalizing the tender. A certificate to the

effect that the tenderer is not black listed from any Public Sector undertakings of

Central Govt./ State Govt./ SEBs/ Corporations/ any other reputed thermal / hydel

plant etc.

Decision of the HPGCL regarding fulfillment of pre qualification requirement shall be final and binding upon the bidders.

Documents in support of Qualifying Requirement:

a. The documentary proof regarding the qualifying criteria i.e. copies of work orders,

performance certificates, and other requisite documents thereof in support of

clause 2 a i.e. 2 a(i), 2 a(ii), 2 a(iii) etc.

b. Document/undertaking in support of clause 2(b). c. Document in support of EPF. d. Copy of PAN. e. Copy of Service Tax Registration. f. Document/undertaking in support ESI.

Self attested copies of the above documents should be enclosed.

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. Conditions of the contract and other information can be had from the office of Executive

Engineer/Switchyard-II, Panipat Thermal Power Station, HPGCL, Panipat. 132105

(Email ID: [email protected], [email protected],[email protected]),on

any working day prior to last date of Downloading of Tender Documents & Bid Preparation.

4. The Tender Document can also be seen on HPGCL website www.hpgcl.org.in.

5. Before submitting the tenders, the instructions must 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.

Page 12 of 22

6. The tenders shall only be submitted on the centralized e - Procurement Portal i.e.

https://haryanaeprocurement.gov.in . The tenderers will quote their rates strictly as per the

price quoting sheet.

7. Tenders through Fax / E-mail / telegraphic tenders shall not be considered. Incomplete,

obscure or irregular tender is liable for rejection. If the tenderer deliberately gives wrong

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

8. All tenders received against online tender enquiry irrespective of whether they are from the

approved Firms on the registered list or others, shall be considered, provided they are on

the prescribed e-tendering process mentioned above.

9. Inspection of site of work: Before submitting the tender, the bidder is advised to inspect

the site of work, the environment & other prevalent conditions, facilities available etc. No

claim will be entertained later, on the ground of lack of knowledge in this regard.

10. The validity of the tender/ quotation should be at least for 120 days from the date of

opening of price bid.

11. 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.

12. 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.

13. 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.

14. 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.

15. a) Earnest Money:-

Every bidder, while submitting his tender, shall deposit the earnest money specified in the

NIT, online.

The earnest money furnished by the successful bidder on whom the work order is placed

shall be converted into security deposits as a guarantee for faithful and satisfactory

execution of the work order.

(The EMD of the unqualified bidders will be returned without any interest, as promptly as

possible, within 30 days after declaration of qualification result and that of unsuccessful

bidder without any interest, within 15 days of the execution of the contract with the

selected bidder.)

b) Security Deposit: In case of selected bidder the security deposit shall be 10% of the

contract value. 10% amount of the monthly running bill shall be kept as security deposit.

However, the EMD already deposited by the bidder shall be converted in to the security

deposit and the balance amount shall be deducted from the running bill. Security deposit

shall be released only after completion of the entire period of contract and after completion

of 30 days of Guaranty/Warranty period (as applicable) on the certificate of Engineer-in-

Charge for successful completion of Guaranty/Warranty period (as applicable) and

Page 13 of 22

submission of requisite documents like last EPF/ESI return by the contractor. No interest

shall be paid on the 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 bidder 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.

16. Chief Engineer, PTPS-II, HPGCL, Panipat reserves the right to amend/ cancel the NIT or to

change qualifying requirement or to reject any or all the tenders so received without

assigning any reason.

17. All the fields of Price bid shall be filled by the bidder.

-Sd-

EXECUTIVE ENGINEER/SWITCHYARD-II, FOR CHIEF ENGINEER/PTPS-II,

HPGCL, PANIPAT- 132105

Page 14 of 22

ANEXURE-III

GENERAL TERMS & CONDITIONS

1. Terms of Payment: 100% payment, after deducting 10% security deposit and statutory

deductions, of the monthly running bill shall be made after satisfactory completion of work

done. For payment through RTGS/NEFT, the contractor will supply the complete bank details

viz. Name of Bank/Branch, Account Number, Type of Account, IFSC Code etc duly

authenticated by the banker.

2. Statutory Deductions: Statutory deduction on account of Income Tax and any other Tax&

duties etc. including surcharge as/if applicable, shall be made at source from the bills of the

contractor at the prevailing rates.

3. The work will be carried out as per the direction of Engineer in-charge of this office.

4. In case it is noticed that proper cleaning i.e. removal of grass/wild growth has not been

done from any particular site/place/area then a penalty @ Rs.500/- per day per unit of site

shall be imposed & the same will be deducted from monthly bill. The decision of Engineer in-

charge, in this regard, shall be final & binding on the contractor.

5. Mobilisation: Work will have to be started within 7 days of issue of LOI/Work Order

whichever is earlier, unless otherwise directed by the issuer of tender.

6. Period of contract: The contract will be valid for one year from the date of commencement

of work. The period of operation of contract can be extended by three months beyond one

year if desired by PTPS authorities on the same rates, terms and conditions.

7. Short Closure: During the period of contract, the contract can be short closed at any time at

the sole discretion of HPGCL.

8. T&P & consumables: - All the T&P, herbicide etc. required for execution of job will be

arranged & supplied by the contractor at his own cost.

9. The contractor shall make his own arrangement for providing all facilities like accommodation, transportation, personal protective equipments (PPEs) etc. for his supervisors/staff engaged by him for the job. The contractor shall provide conveyance to the supervisors to facilitate the smooth execution of the work.

10. Force Majeure: The delay in the start of the work may be treated as force majeure to the

contractor if the delay is resulted from any causes arising out of compliance with regulations,

orders or instructions of the Central or State Governments, acts of God, acts of Civil & Military

authority, fires, floods, strikes, lock-outs, freight embargoes, war-risk riots and civil

commotion.

11. Income Tax as per rules shall be deducted from the bills at the time of release of payments

by Sr. Accounts Officer/PTPS-II, Panipat.

12. The firm should be registered or get itself registered with labour commissioner and the

copy of labour license shall be supplied immediately after issue of work order.

13. The firm will deduct Labour welfare fund @ Rs.10/- from each labour/employee and deposit

the same, along with firm’s share @ Rs. 20/- per labour/employee, with the Welfare

Commissioner, Haryana, room no. 51, IInd floor, 30 bays building, sector- 17, Chandigarh.

14. The contractor shall have the valid EPF account and all the labour engaged on this work

shall be enrolled as member of EPF in his own EPF account.

15. The contractor will abide by ESI Act 1948 and rules made there under. The contractor will

submit copy of ESI contribution deposited by him.

16. Factory Act/Minimum Wages Act/Insurance Act/EPF Act/ESI Act Etc.: Strict adherence of

various applicable labour laws like the Factories Act, 1948, Minimum Wages Act, ESI Act,

Payment of Wages Act, the Workman’s Compensation Act, EPF Act, Contractor labour

(Regulation & Abolition) Act, 1970 and all other statutory requirements as amended from time

Page 15 of 22

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 Engineer-In-Charge

17. The contractor will supply the copy of service tax registration number and accounting

code/category of service under which the firm is registered with the service tax department.

18. In case it is observed that the work is not being done as per the work order or the contractor

leaves the work incomplete due to one reason or other, then the work will be got executed

through any other agency at the risk & cost of the contractor/firm.

19. If any person/labour of contractor is found misbehaving or causing any nuisance, then the

concerned personnel shall be removed from the work/site within 24 hours of the notice by

this office & the person/labour so removed, should not be allowed to the work without the

prior written permission of the Engineer in charge.

a) The employees should not be deemed to be in the employment of HPGCL for any

purpose whatsoever. The contractor shall abide by the rules, laws and regulations that

may be enforced from time to time regarding the employment conditions of service of

his employees. Under no circumstances whatsoever, HPGCL would be held

responsible to the labour of the contractor. HPGCL shall have the right to pass on the

responsibility on the contractor together with any expenses incurred by HPGCL as a

result of certain dues on the part of employees of the contractor. HPGCL shall be

entitled to recover/ claim dues/compensation from the contractor in that event.

b) The labour/employees engaged by the contractor shall not be below the age of 18

years and exceeding 60 years.

c) Further the contractor would furnish an undertaking on Non-judicial stamp paper

of appropriate value, for each and every worker employed by him, that the worker will

not claim any lien as a worker of HPGCL, for the services, he is rendering to the

contractor.

20. The contractor shall furnish an Indemnity Bond as per format provided in tender documents

on the Non-Judicial Stamp Paper of the appropriate value equal to the annual value of the

contract at its cost to indemnify HPGCL against any claim arising out of or connected with

this contract.

21. The contractor/firm shall be solely & fully responsible for any mishap/accidents of his

workers at the site of work & HPGCL will not have any liability & responsibility for such

accidents or other financial implications.

22. This office reserves the right to claim adequate compensation from the contractor on

account of any damage caused to the plant and equipment during execution of the work, due

to careless handling or negligence on the part of the contractor.

23. This office reserves the right to cancel the Work Order in case of blacklisting of the firm due to one reason or the other and award the contract to other agency at the risk and cost of the

firm. 24. The contractor/firm shall communicate in writing the name of his competent authorised

representative and his assistant with their authorizedsignatures so that the progress of work

is not hampered. The representative shall represent the contractor in his absence and all the

directions given to him shall be binding as if given to the contractor. In no case, the

authorized representative can refuse to the instructions by Engineer-In-Charge.

The contractor shall provide the cell phone facility to his supervisor or authorized

representative.The phone no. shall ne intimated by the contractor immediately after the

award of the contract.

Page 16 of 22

25. The contractor shall be responsible for getting the gate passes of workmen/labour issued

from the competent authority and will surrender such gate passes on the expiry of the

contract or in the event of workmen leaving the job.

26. Contract Agreement: The contractor shall execute a contract agreement with HPGCL on a

Non Judicial Stamp Paper of appropriate value within 07 days of receipt of work order.

27. The watch & ward of T&P and other material will be the responsibility of the contractor/firm.

28. Subletting of the contract is not allowed. Any subletting will lead to cancellation of the

contract. However, CE/PTPS-II after considering the technical capability etc. of sub-

contractor may allow subletting as a special case.

29. Safety Rules (a) The contractor shall have to comply with all the safety rules. The Chief Safety Officer shall impose a penalty of Rs.200/- per day per head if the worker of the contractor is found to be working carelessly and/or in violation of use of proper Protective Equipments. Against violation of any clause, a penalty of Rs.500/- per violation (minimum) shall be levied. In case of repeated violation of serious nature resulting in very serious accident or direct loss to the Corporation/threatens to cause severe consequences, higher penalty rate may be imposed including suspension/termination of the contract. In case of any fatal/non fatal accident or any other violation of Factory Act-1948, Pb. Hr. Factory Rules-1952 or any other industrial or labour act are made by/with the worker of the contractor and if prosecution is launched by Chief Inspector of Factories, Chandigarh against occupier /factory manager or any other authority of HPGCL, the contractor shall be liable to deposit the amount of fine/penalty decided by the court on the same day. In case of default the amount shall be recovered from the dues/liabilities of the contractor against this contract or any other contract at PTPS besides other action as deemed fit by HPGCL. (b) Clearance certificates from the Chief Safety Officer and Chief Labour Welfare Officer, PTPS have to be attached along with bill.

30. Safety Precautions: The contactor shall follow the following safety precautions during the execution of work:-

a) Workmen will not carry umbrella inside the Switch Yard area. b) Workmen will not move inside Switch Yard area with objects placed on their head. c) They will not climb on to the structure/equipments inside the Switch Yard area. d) Workmen will not indulge in smoking in & around the switchyard area. e) They will not temper with wiring, cabling, valves and any other equipment installed

inside the Switch Yard. f) Workmen will remain out of Switch Yard area during Lightening and Thunder

Storm. 31. Insurance of Workers:-The contractor will be solely responsible for any liability for his

workers in respect of any accident, injury arising out and in course of contractor’s employment. To meet his aforesaid obligation under the Workmen Compensation Act, The contractor may obtain W.C.Policy from the Insurance Company for the persons employed by him for carrying out the work. The premium payable for the aforesaid Insurance Policy shall be borne by the contractor. The contractor shall ensure that the said Insurance Policy of this insurance cover is required to be submitted by the contractor to Engineer-in-charge of work immediately after issue of LOI, but before the start of work.

32. All letters sent to the contractor by Registered post on the address given by him at the time of tendering shall be deemed to have been delivered to him in the normal course of time.

33. The contractor shall not be entitled for any claim on account of loss or damages in case the contract or part of it is to be suspended for some time or is to be closed due to any reason what-so-ever. However, the payment shall be made for part of area actually cleaned only as per direction of Engineer- In- Charge.

34. The contractor's workmen shall limit their movements in the specified work area only. It will be contractor’s responsibility to ensure that their workmen do not enter any other place in the plant.Strict action shall be taken against the contractor and his labour if found indulging in unlawful activities.

35. Arbitration: All matters, questions, dispute differences and / or claims arising out of and/ or concerning and / or in connection with, and/ or in consequence of, and /or relating to any

Page 17 of 22

contract under these Regulations, whether or not obligations of either or both the supplier and the corporation under the contract be subsisting at the time of such dispute and whether or not the contract has been terminated or purported to be terminated or complete, shall be referred to the sole arbitrator to be nominated by MD, HPGCL . The award of the Arbitrator shall be final and binding on both the parties to the contract.

36. 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.

37. 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.

38. Set Off: Any sum of money due and payable to the contractor/ firm under the contract (including security-deposit returnable to the supplier) may be appropriated by the HPGCL and set-off against any claim of the Corporation for the payment of a sum of money arising out of under that or any other contract entered into by the contractor/ firm with the HPGCL.

-Sd- EXECUTIVE ENGINEER/SWITCHYARD-II,

FOR CHIEF ENGINEER/PTPS-II, HPGCL, PANIPAT- 132105.

Page 18 of 22

ANNEXURE-IV

STATEMENTS OF BIDDERS

1. Name of Bidder _______________________________

2. Address of Head Office _______________________________

3. Correspondence Address _______________________________

_______________________________

4. Legal status

5. PAN & TIN Number of the Bidder (attached self attested photocopies)

PAN ______________________ TIN ________________________

CST No. _________________________.

6. Bank Details (attached signed cancelled cheque)

i) Bank Name & Address

ii) Bank Account Number

iii) Bank Branch Code

iv) IFSC Code of Branch

v) Nature of account (current/saving/OD/CC)

7. Main lines of Business

i. ____________________________ since______________

ii. ____________________________ since______________

iii. ____________________________ since______________

8. Annual Turnover of past three year

i. ____________________________

ii. ____________________________

iii. ____________________________

9. Past Experience:-

Name of Organization Period Reference of

Contract

Order Value of

Contract

10. Any other

Signature & Stamp of Bidder

Name & Designation of Authorized Bid Signatory __________________

Page 19 of 22

ANNEXURE-V

ACCEPTANCE CERTIFICATE

I,__________________________________ (Full Name) ____________________(Designation)

___________________________________________________ (Name of the Company) here by

accept the terms and conditions given on page No. 4 to 18 of the tender document.(NIT No.06

/SYD-II-53 Vol-XI/ 2016-17 Dated:11.08.2016).

Signature & Stamp of Bidder

Name & Designation of Authorized Bid Signatory __________________

Page 20 of 22

ANNEXURE-VI

PERFORMA OF INDEMNITY BOND TO BE EXECUTED BY THE SERVICE PROVIDER FOR THE EQUIPMENTS HANDED OVER BY HPGCL FOR PERFORMANCE OF ITS CONTRACT

(On non-Judicial stamp paper of appropriate Value) INDEMNITY BOND

This Indemnity Bond is made this ………………………………day of …………… 20………….. by …………… a Company registered under the Companies Act, 1956/Partnership firm/proprietary concern having its Registered Office at ………………………………(hereinafter called as ‘Service Provider’ or ‘Obligor’ which expression shall include its successors and permitted assigns) in favour of Haryana Power Generation Limited,……………………………………... (hereinafter called HPGCL which expression shall include its successors and assigns). Whereas HPGCL has awarded to the Service Provider a Contract for ………………………vide its Letter of Award/Contract No.………………………………………dated………………and its Amendment No. ………………… and Amendment No.………………………………(applicable when amendments have been issued, hereinafter called the ‘Contract’) in terms of which HPGCL is required to hand over various Equipment to the Service Provider for execution of the Contract. And Whereas by virtue of clause No.7 of the said Contract, the Service Provider is required to execute an Indemnity Bond in favour of HPGCL for the Now Therefore, This Indemnity Bond witnesses as follows: 1. The Service Provider undertakes to keep HPGCL harmless against any loss or damage that may

be caused to HPGCL on a/c of act by persons deployed by him. 2. The Service Provider undertakes that the Persons deployed shall be used exclusively for the

performance/execution of the Contract strictly in accordance with its terms and conditions and none part of the person shall be utilized for any other works or purpose whatsoever. It is clearly understood by the Service Provider that non-observance of the obligations under this Indemnity Bond by the Service Provider shall inter- alia constitute a criminal breach of trust on the part of Service Provider for all intents and purposes including legal/penal consequences.

3. That this Indemnity Bond is irrevocable. If at any time any loss or damage occurs to the Equipment or the same or any part thereof is mis-utilised in any manner whatsoever, then the Service Provider hereby agrees that the decision of Officer-in-Charge/Engineer of HPGCL at to assessment of loss or damage to the Equipment shall be final and binding on the Service Provider. The Service Provider binds itself and undertakes to replace the lost and/or damaged Equipment at its own cost and/or shall pay the amount of loss of HPGCL without any demur, reservation or protest. This is without prejudice to any other right or remedy that may be available to HPGCL against the Service Provider under the contract and under this Indemnity Bond.

4. Now the condition of this Bond is that if the Service Provider shall duly and punctually comply with the terms and conditions of this Bond to the satisfaction of HPGCL Then, the Bond shall be void, but otherwise, it shall remain in full force and virtue.

In Witness Whereof, the Service Provider has hereunto set its hand through its authorized representative under the common seal of the Company, the day, month and year first above mentioned.

For and on behalf of M/s ……………………………………………….

WITTNESS 1. 1. Signature ………………………. Signature …………………………. 2. Name ………………………….. Name …………………………….. 3. Address ……………………….. Designation ……………….……… ………………………………….. Authorised representative 2. 1. Signature ………………………. 2. Name ………………………….. (Common Seal) 3. Address ……………………….. (In case of Company)

* Indemnity Bonds are to be executed by the authorized person and (I) in case of contracting Company under common seal of the Company or (ii) having the Power of Attorney issue under common seal of the company with authority to execute Indemnity Bonds, (iii) In case of (ii), the original Power of Attorney if it is specifically for this contract or a Photostat copy of the Power of Attorney if it is General Power of Attorney and such documents should be attached to Indemnity Bond.

Page 21 of 22

ANNEXURE-VII TECHNICAL BID CHECK LIST FORMAT

(To be filled online only)

Sr.

No. Technical Specification

Bidder Response

(Yes or No)

1(a) Cost of Tender Documents Rs.1,132.00 Yes / No

1 (b) Cost of E-Tender Fee Rs. 1,000.00 Yes / No

2. Earnest Money Deposit (EMD) Rs.10,500.00 Yes / No

3(a) Those who have already executed the such type of jobs in any

of 220/400 kV sub-station of NTPC, BBMB, HVPNL, PGCIL &

State Electricity Boards/Corporations successfully at least two

years during the last three years as on 31.03.2016.

Yes / No

3(b) The bidder should have executed minimum single order of

value not less than Rs. 2.10 lakh during last three years as on

31.03.2016.

Yes / No

3(c) The tenderer/bidder shall be the contractor for the requisite

/similar work item and shall have experience of two years in

undertaking such /similar work as on 31.03.2016.

Yes / No

3(d) The tenderer /bidder shall be contractor of Public Sector

Undertakings of Central Govt./State Govt./SEBs/Corporations or

any other reputed thermal / hydel plant of 210MW capacity or

more for similar work.

Yes / No

3(e) The bidder/contractor should be registered under Contract

Labour (Regulation & Abolition) Act. 1970 and possesses a

valid labour licence for deploying the worker on the work or will

submit an undertaking to obtain the same within 15 days of

issuance of work order.

Yes / No

3(f) Certificate that firm has not been black listed by any party/

organization during the last three years.

Yes / No

4(a) Proof of Valid EPF Code Yes / No

4(b) Proof of valid ESI No. or undertaking to submit the same within

the period mentioned in tender document. Yes / No

4(c) Proof of PAN No. Yes / No

4(d) Proof of Service Tax Registration No. Yes / No

5 Statement of Bidder duly filled in as per given format Yes / No

6 Acceptance Certificate duly signed Yes / No

7. Self Attestation of Documents. Yes / No

Page 22 of 22

ANNEXURE-VIII

PRICE BID FORMAT

(To be filled online by the Firm)

Sl. No.

DESCRIPTION OF WORK

Lump sum Monthly Rate (including EPF, ESI etc.)

( in Rs.) 'A'

1.

REMOVAL /CUTTING OF GRASS & WILD GROWTH IN SWITCHYARD-II,POWER TANSFORMER YARDS AND ITS

DISPOSAL FOR A PERIOD OF ONE YEAR AT PTPS PANIPAT.

Area Covered: Total area covered shall be 73,380 m2. Detailed scope of work shall be as given in Tender

Documents.

Note: Service tax & Cess shall be paid extra as applicable.