34
NIT (PPR-1163(O&M)/2014) Registered & Corporate Office Himfed Building, New Shimla, Shimla (HP) PIN-171009, Tel: 0177-2670064,490,521,741 Fax: 0177-2670542 Liaison/Co- ordination Office SJVN, IRCON Building, Ground Floor, Saket New Delhi. PIN-110017, TELE: 011- 41659210/17 FAX: 011- 41659204/14 एस एस एस एस. . . . जे जेजे जे . . . . . . . . एन एन एन एन. . . . िलिमटेड िलिमटेड िलिमटेड िलिमटेड (SJVN Limited Limited Limited Limited) (भारत सरकार एवं हमाचल देश सरकार का एक संयु उपबम) एक िमनी रा और सेयूल- A कंपनी (A Mini Ratna and Schedule A Company) (6X250MW नाथपा नाथपा नाथपा नाथपा झाकड़ झाकड़ झाकड़ झाकड़ जलवुत जलवुत जलवुत जलवुत ःटेशन ःटेशन ःटेशन ःटेशन) ापण एवं संवदा वभाग झाकड़. जला िशमला. .. 172201 फ़ोन : 01782-275236,275459,275106, फैस न. 01782-275106,234049, http://www.sjvn.nic.in टन . (TIN No.) 02011000291 िसन् न. (CIN No.) L40101HP1988GOI008409 No. SJVN / DGM (P&C)/PPR-NJHPS-1163(O&M)/2014- Dated: NOTICE INVITING TENDER (Domestic Competitive Bidding) Open press tender enquiries under two part system through e-tendering are hereby invited from the bidders on behalf of SJVN Limited for PPR-NJHPS-1163(O&M)/2014- “ Supply, Installation & Testing of Audio/Video Equipments for Conference Room Of New Office Building Of NJHPS, SJVN Ltd. Jhakri” for the Nathpa Jhakri Hydro Power Station. Please visit websites www.sjvn.nic.in , www.eprocure.gov.in or www.tenders.gov.in to know further details & bid submission procedure w.e.f. 13/08/2014. Bid closing date (Last date and time for uploading of filled in bids) is 03/09/2014 12:30 HRS (IST). Bid shall be uploaded on https://sjvn.abcprocure.com . उप महा बंधक उप महा बंधक उप महा बंधक उप महा बंधक ापण एवं संवदा वभाग ापण एवं संवदा वभाग ापण एवं संवदा वभाग ापण एवं संवदा वभाग, , , , ना ना ना ना.झा झा झा झा.हा हा हा हा.पा पा पा पा. ःटेशन ःटेशन ःटेशन ःटेशन, एस एस एस एस.जे जेजे जे.व व.एन एन एन एन.िलिमटेड िलिमटेड िलिमटेड िलिमटेड., झाकड़ झाकड़ झाकड़ झाकड़ (ह. . . . .)-172201 For wider publicity and awareness among the bidders, it is intimated that all open tenders having estimated cost more than 20.0 lacs only are published in the print media. For regular updates on all other open tenders having estimated cost below 20.0 lacs, please visit websites www.sjvn.nic.in , www.eprocure.gov.in or www.tenders.gov.in .

PPR-NJHPS-1163 NOTICE INVITING TENDER (Domestic ...sjvn.nic.in/writereaddata/Portal/Tender/179_1/1_Tender_Doc1163.pdf · certificate) to this effect from their clients. In the case

  • Upload
    others

  • View
    5

  • Download
    0

Embed Size (px)

Citation preview

Page 1: PPR-NJHPS-1163 NOTICE INVITING TENDER (Domestic ...sjvn.nic.in/writereaddata/Portal/Tender/179_1/1_Tender_Doc1163.pdf · certificate) to this effect from their clients. In the case

NIT (PPR-1163(OampM)2014)

Registered amp

Corporate Office

Himfed Building New Shimla Shimla (HP)

PIN-171009 Tel 0177-2670064490521741 Fax 0177-2670542

LiaisonCo-

ordination Office

SJVN IRCON Building Ground Floor Saket New

Delhi PIN-110017 TELE 011- 4165921017 FAX 011- 4165920414

एसएसएसएस जजजज वववव एनएनएनएन िलिमटडिलिमटडिलिमटडिलिमटड ((((SJVN LimitedLimitedLimitedLimited)

(भारत सरकार एव हमाचल दश सरकार का एक सय उपबम)

एक िमनी रा और सयल- A कपनी (A Mini Ratna and Schedule A Company)

(6X250MW नाथपानाथपानाथपानाथपा झाकड़+झाकड़+झाकड़+झाकड़+ जलवतजलवतजलवतजलवत ःटशनःटशनःटशनःटशन)

ापण एव सवदा वभाग झाकड़+ 0जला िशमला ह 172201

फ़ोन 01782-275236275459275106 फ5स न 01782-275106234049

httpwwwsjvnnicin

टन न (TIN No) 02011000291

िसन न (CIN No) L40101HP1988GOI008409

No SJVN DGM (PampC)PPR-NJHPS-1163(OampM)2014- Dated

NOTICE INVITING TENDER (Domestic Competitive Bidding)

Open press tender enquiries under two part system through e-tendering are hereby invited from the bidders on behalf of SJVN Limited for PPR-NJHPS-1163(OampM)2014-ldquo Supply Installation amp Testing of AudioVideo Equipments for Conference Room Of New Office Building Of NJHPS SJVN Ltd Jhakrirdquo for the Nathpa Jhakri Hydro Power Station Please visit websites wwwsjvnnicin wwweprocuregovin or wwwtendersgovin to know further details amp bid submission procedure wef 13082014 Bid closing date (Last date and time for uploading of filled in bids) is 03092014 1230 HRS (IST) Bid shall be uploaded on httpssjvnabcprocurecom

उप महा बधकउप महा बधकउप महा बधकउप महा बधक

ापण एव सवदा वभागापण एव सवदा वभागापण एव सवदा वभागापण एव सवदा वभाग

नानानानाझाझाझाझाहाहाहाहापापापापा ःटशनःटशनःटशनःटशन एसएसएसएसजजजजववववएनएनएनएनिलिमटडिलिमटडिलिमटडिलिमटड

झाकड़+झाकड़+झाकड़+झाकड़+ (हहहह )-172201

For wider publicity and awareness among the bidders it is intimated that all open tenders having estimated cost more than 200 lacs only are published in the print media For regular updates on all other open tenders having estimated cost below 200 lacs please visit websites wwwsjvnnicin wwweprocuregovin or wwwtendersgovin

PQR for PPR-1163 (AudioVideo Equipments for Conference Room of New Office Building) Page 1 of 3

PRE QUALIFICATION CRITERIAPPR-NJHPS-1163 (OampM)2014

Qualifying requirement for ldquoSupply Installation amp Testing of AudioVideo Equipments for Conference Room of New Office Building of NJHPS SJVN Ltd Jhakrirdquo

(A) Proven Experience

10 The bidder should be a regular contractor for ldquoSupply Installation amp Testing of AudioVideo Equipmentsrdquo The bidder must submit the supporting documents (LOAs work orders agreements for the similar work along with the satisfactory completion certificate) to this effect from their clients In the case LOAs work orders agreements are from the private company (ies) firm (s) then copy (ies) of TDS for the same are also need to be submitted along with the satisfactory completion certificate

20 The bidder should have completed such type of job in the past

(B) Financial Requirement

10 Financial Requirement The Bidder must have an average annual financial turn over of ` 1097615 (Rupees Ten Lacs Ninety SevenThousand Six Hundred Fifteen only) during last three years ending 31st

March of previous financial year

20 The Bidder should have successfully completed the similar work as per any of the following criteria during last 7 years ending last day of month previous to one in which applications are invited

(a) The Bidder should have carried out the 3 similar works valuing not less than ` 14 63487- (Rupees Fourteen Lacs Sixty Three Thousand Four Hundred Eighty Seven only) each

Or

(b) 2 similar completed works valuing not less than ` 18 29359-(Rupees Eighteen Lacs Twenty Nine Thousand Three Hundred Fifty Nine only) each

Or

(c) 1 similar completed work valuing not less than ` 29 26974-(Rupees Twenty Nine Lacs Twenty Six Thousand Nine Hundred Seventy Four only)

Note Similar work means work related to Supply Installation amp Testing of AudioVideo Equipments

The bidder must submit the supporting documents (LOAs work orders agreements for the similar work along with the satisfactory completion

PQR for PPR-1163 (AudioVideo Equipments for Conference Room of New Office Building) Page 2 of 3

certificate) to this effect from their clients In the case LOAs work orders agreements are from the private company (ies) firm (s) then copy (ies) of TDS for the same are also need to be submitted along with the satisfactory completion certificate

(C) General Conditions of Prequalification

1 Bidder must furnish Code number photocopies for PAN Sales tax VATTIN amp Service Tax (If applicable) etc

2 SJVN Ltd reserves the right to cancel withdraw the invitation for bid without assigning any reason and shall bear no liability whatsoever consequent upon such a decision

3 Notwithstanding anything stated above SJVN Ltd reserves the right to assess the Bidderrsquos capability and capacity to perform the contract satisfactorily should the circumstances warrant such assessment in the overall interest of SJVN Ltd

4 Price bid of only those bidders shall be opened who qualify based on the specified qualifying requirements after Scrutiny of details documents furnished by them and found to be techno- commercial responsive

PQR for PPR-1163 (AudioVideo Equipments for Conference Room of New Office Building) Page 3 of 3

SJVN LtdAnnexure-I

Under Taking From Bidder

Bidderrsquos Name amp Address

11 We are qualified under clause (A) amp (C) of the qualifying requirements (any qualifying requirements which bidder does not meet shall be mentioned in the separate sheet)

12 We are regular contractor for Supply Installation amp Testing of AudioVideo Equipments

13 We confirm having carried out following contracts for similar nature of job related to Supply Installation amp Testing of AudioVideo Equipments

Name and Address of Client

Details of work executed

Order No ampDate

Date of Completion

Order Value

Copy of order Enclosed

These details are to be furnished in Schedule-5 of Techno commercial part of the bid

1Boundary Layer Mics (As per Technical Specification Attached) Probable Make- Beyerdynamic Clock Audio EV or Equivalent

16 Nos

2Wireless Handheld Mics (As per Technical Specification Attached) Probable Make- AKG Clock Audio Beyerdynamic or equivalent

2 Nos

3Wireless Lapel Mics (As per Technical Specification Attached) Make- AKG Clock Audio Beyerdynamic or equivalent

2 Nos

4Pop Up Boxes (As per Technical Specification Attached) Probable Make- Extron Kramer Magnum or equivalent

6 Nos

5Switcher (As per Technical Specification Attached) Make- Extron Kramer Analog Way or equivalent

1 Nos

6DSP (As per Technical Specification Attached) Probable Make- BSS Clearone Bose or equivalent

2 Nos

7Speakers (As per Technical Specification Attached) Probable Make- JBL Tannoy Renkus Heinz or equivalent

4 Nos

8Amplifier (As per Technical Specification Attached) Probable Make- JBL Tannoy Renkus Heinz or equivalent

1 Nos

94500 Lumens WXGA Projector (As per Technical Specification Attached) Probable Make- Panasonic Christie Barco or equivalent

1 Nos

10Motorized ceiling Mount Kit (As per Technical Specification Attached) Probable Make- Customised or equivalent

1 Nos

1170 Full HD LED with wall Mount(As per Technical Specification Attached) Probable Make-Panasonic Sony Christie or equivalent

1 Nos

12133 Diagonal Motorized Screen(As per Technical Specification Attached) Probable Make- Draper DNP or equivalent

1 Nos

13Touch Panel Control System(As per Technical Specification Attached) Probable Make- Crestron Extron Analog way or equivalent

1 Nos

14DVD player with HDMI amp USB pen Drive (As per Technical Specification Attached) Probable Make- Panasonic Sony Pioneer or equivalent

1 Nos

ANNEXURE-A

Bill of Quantity Name of Work- Supply Installation amp Testing of AudioVideo Equipments for Conference Room Of New Office Building Of NJHPS SJVN Ltd Jhakri

Sr No Description of Items QTY Unit

Page 1 of 11 ITB- PPR-1163- AudioVideo System)

INSTRUCTIONS TO BIDDERS (ITB)

The bids are invited using e-tendering mode so please read the instructions carefully and upload the filled in bids as per requirement of bid documents Any unfilled schedule information in schedules may lead to rejection of the bid

10 General Instructions

11 The SJVN Limited hereinafter called SJVN Owner is a Joint Venture of Govt of India and Govt of Himachal Pradesh having its registered office at Himfed Building New Shimla - 171 009 have their Nathpa Jhakri Hydroelectric Power Plant with a capacity of 6x250 MW at Nathpa (Distt Kinnaur) and Jhakri (Distt Shimla) in the State of Himachal Pradesh India

12 SJVN has issued an invitation to bid as enclosed and will receive bids as set forth in the accompanying Bid documents

13 Bids can not be uploaded after the time amp date fixed for receipt of bids as set out in the Invitation of Bid

14 SJVN reserves the right to accept or reject any or all Bids without assigning any reason for such a decision

15 All the cost and expenses incidental to preparation of the proposals discussions and conferences if any including pre-award discussions with the Bidder technical and other presentation including any demonstrations etc shall be to the account of the Bidder and Owner shall bear no liability whatsoever on such costs and expenses

16 The complete filled in bids and necessary scanned documents shall be uploaded at the mentioned address up to 03092014 at 1230 hrs The techno-commercial bid shall be opened on 04092014 at 1530 hrs The bids cannot be uploaded submitted later than 03092014 at 1230 hrs

17 However Price bid part of qualified amp techno-commercial responsive bidders shall be opened on subsequent date for which the qualified bidders shall be informed separately

18 Please note that bids in physical form shall not be entertained under any circumstances and are only to be submitted through e-tendering athttpssjvnabcprocurecom This tender is being processed through e-tenderinge-procurement system The bid documents are to be downloaded filled in and submitted through e-tendering system of SJVN Ltd at httpssjvnabcprocurecom

20 Plant Information

The 1500 MW Nathpa Jhakri Hydroelectric Power Plant is located between Nathpa (Distt Kinnaur) and Jhakri (Distt Shimla) in the State of Himachal Pradesh

30 Communication and Transport Limitation

The Plant Site is located in the interior of Himachal Pradesh The dam is locatedon the Sutlej River near village Nathpa in District Kinnaur The underground

Page 2 of 11 ITB- PPR-1163- AudioVideo System)

power house is located near village Jhakri in District Shimla Shimla the capital of the State of Himachal Pradesh is enroute about 150Km South-West from Jhakri The distance by road from Jhakri to Nathpa upstream is about 45 Km (Approx)

The rail head (broad gauge) is at Kalka (NR) Kalka is about 235 Km (Approx) from Jhakri

Approximate Distance from Kalka

ToMumbai

To Kolkata

ToChennai

(i) By Rail 1906 1809 2558(ii) By Road 1753 1791 2482

The distance from Kalka to Delhi by road is 285 Km (approx)From the Kalka rail head the Project is approachable by the following roadsroutes-

(i) Kalka - Dharampur - Solan - Shimla - Narkanda - Rampur - Jhakri (NH -22)

235 Km (Approx)

(ii) Kalka - Dharampur - Solan - Shimla - Dhalli -Basantpur - Rampur ndash Jhakri

250 Km(Approx)

(iii) Kalka - Dharampur - Sabathu - Arki - Shalaghat - Dhami - Basantpur - Rampur ndash Jhakri

335 Km(Approx)

Transport Limitation

The transport limitation by road from Kalka to the Plant Site at Nathpa Sholdingwould be the governing factor in respect of the permissible package size and weight Bidder should consider all factors as can be envisaged for transportation of equipment to avoid and overcome the hindrances limitations on existing road on account of weather conditions and any other reasons without affecting the schedule

The project area is situated in earthquake zone IV as per BIS 1893(1984) Hence the equipment shall have to be suitable to withstand safely and not to mal operate under earthquake forces corresponding to zone IV

40 Minimum Qualifying Requirement

As per PQR

50 Scope of Work

Supply Installation amp Testing of AudioVideo Equipments for Conference Room Of New Office Building Of NJHPS SJVN Ltd Jhakri as per Technical Specifications along with associated items which are mentioned in the BOQ(Annex ndash A)

60 Quality Assurance Programme

The Quality Assurance Program shall be as per relevant standards

70 Cost of Bidding

The Bidder shall bear all costs associated with the preparation and submission of its bid and the Owner will in no case be responsible or liable for these costs regardless of the conduct or outcome of the bidding process

Page 3 of 11 ITB- PPR-1163- AudioVideo System)

80 The Bidder is expected to examine all instruction forms terms specifications and other information in the bidding documents Failure to furnish all information required by the bidding documents or submission of a bid not substantially responsive to the bidding documents in every respect will be at the Bidders risk and may result in rejection of its bid

90 Amendment of Bidding Documents

91 At any time prior to the deadline for submission of bids the Owner may for any reason whether at its own initiative or in response to a clarification requested by a prospective Bidder amend the bidding documents

92 The amendment will be notified in writing or by cable or through website (on httpssjvnabcprocurecom) to all prospective Bidders that have received the bidding documents and will be binding on them Bidders are required to immediately acknowledge receipt of any such amendment and it will be assumed that the information contained therein has been taken into account by the Bidder in its bid

93 In order to afford prospective Bidders reasonable time in which to take the amendment into account in preparing their bid the Owner may at its discretion extend the deadline for the submission of bids

94 After publishing of on web any amendment corrigendum shall be uploaded on web The bidders who have not informed us about the download would be required to regularly visit our website for updating themselves about any amendments which may arise from time to time It will be assumed that all the information containedupdated in the website has been taken into account by the Bidder in its bid

100 Language of Bid

The bid prepared by the Bidder and all correspondence and documents related to the bid exchanged by the Bidder and the Owner shall be written in English language Any printed literature furnished by the bidder may also be written in English language

110 Bid Security Earnest Money deposit (EMD)

a) The offer must be accompanied with an Earnest money of ` 74000- (Rupees Seventy Four Thousand Eight Hundred Only) The bid security shall at the Bidders option be in the form of a crossed demand draftpay order Banker Cheque (drawn in favour of NJHPS SJVN Ltd) FDRTDR (Pledged in the name of ldquoNJHPS SJVN Ltdrdquo under the seal amp by the authorized signatory of issuing bank) Bid Security shall remain valid for a period of thirty (30) days beyond the original bid validity period and beyond any extension subsequently requested The DD should be payable at following branches

(i) State Bank of India Jhakri Branch Code - 6988(ii) State Bank of India Rampur Bushahar Branch code - 0703(iii) Punjab National Bank Rampur Bushahar Branch code - 94300(iv) UCO Bank Rampur Bushahar Branch code - 1543(v) HDFC Bank Rampur Bushahar Branch code - 805

Remarks - The EMD in the form of BG outstation local Cheque outstation DDs by hand written DDs is not acceptable

Page 4 of 11 ITB- PPR-1163- AudioVideo System)

b) EMD of the bidder shall be forfeited if the bidder withdraws or amends its bids or impairs or derogates form the bid in any respect with in the period of validity of the bid The EMD of the successful bidder shall be retained as contract security until such period the contractor furnishes the required CPG or until supply the complete material If the contractor fails to fulfill his obligations the EMD retained as contract security shall be forfeited

c) Micro or Small Enterprises (MSE)NSIC registered firms are exempted from submission of EMD and must enclose (Upload scanned copy of the MSENSIC certificate) for the same products as in NIQ above If the MSENSIC certificate does not contain the same products and services as listed in our NIQ and no EMD is found enclosed the owner may ask the bidder to submit the EMD as above The copy of MSE NSIC certificate is to be sent by e-mailfaxpost with reference to the present tender

d) UPLOADING OF EMD The scanned copy of the EMD is to be uploaded on the website The bid is to be submitted through e-tendering and hence the EMD is to be sent to the undersigned by post after submitting the bid along with required details through e-procurement on the web The EMD in physical form should reach before the last date and time of submission of bid If EMD does not reach in physical form within the period of techno commercial evaluation the bid shall be considered as non responsive and price bid of such firms shall not be opened

120 Deviations

Deviations if any from the terms and conditions of Bidding Documents or Technical Specifications including drawings shall be listed only in Deviation Schedule of the bid ieSchedule-2 ldquoSchedule of Deviationsrdquo The Bidder shall also provide the additional price if any for withdrawal of the deviations

Bidder may further note that except for deviations listed in Deviation Schedule the bid shall be deemed to comply with all the requirement in the bidding documents and the bidders shall be required to comply with all such requirements of bidding documents and technical specifications and drawings without any extra cost to the Owner irrespective of any mention to the contrary anywhere else in the bid failing which the bid security of the Bidder may be forfeitedThe owner has complete right to evaluate the deviations without prejudice After evaluation the deviations may or may not be agreed by the owner The bidder shall be intimated in writing accordingly

130 Work Completion Schedule

The basic consideration and the essence of the Contract shall be the strict adherence to the Work Completion Schedule Entire scope of work should be completed within 90 days from the issue of Supply Order

140 Price Adjustment Data

Not applicable being FIRM Price Contract

150 Bid Prices Unless otherwise specified in the Technical Specifications Bidders shall quote

for the entire supply on a single responsibility basis such that the total bidprice covers all the suppliers obligations mentioned in or to be reasonably inferred from the bidding documents

Page 5 of 11 ITB- PPR-1163- AudioVideo System)

Bidders are required to quote the price for the commercial contractual and technical obligations outlined in the bidding documents

Bidders shall give the required details and breakup of their prices as per Schedules specified

The Prices quoted by the Bidder shall be FIRM during the performance of the contract and not subject to variation on any account A bid submitted with an adjustable price quotation will be treated as non-responsive and rejected

160 Bid Currencies

Bidders shall quote all prices in Indian Rupees only

170 Period of Validity of Bid

Bids shall remain valid for a period of 120 days after the closing date prescribed by the Owner for the receipt of bids A bid valid for a shorter period shall be rejected by the Owner as being non-responsive

In exceptional circumstances the Owner may solicit the Bidderrsquos consent to an extension of the bid validity period The request and responses thereto shall be made in writing or by cablefax If a Bidder accepts to prolong the period of validity the bid security shall also be suitably extended A Bidder may refuse the request without forfeiting its bid security A Bidder granting the request will not be required nor permitted to modify its bid

180 BID PROPOSAL SHEETS (BPS)

The Bidder shall furnish complete all the appropriate Schedules data required as per the bidding documents at httpssjvnabcprocurecom

190 FORMAT AND SIGNING OF BID

The Bid must contain the name residence and place of business of the person or persons making the Bid and must be digitally signed The name of all persons signing should also be mentioned at appropriate place

Bid by Corporation Company must be digitally signed with the legal name of the Corporation Company by the President Managing Director or by the Secretary or other person or persons authorized to bid on behalf of such Corporation Company in the matter

Bidders name stated on the proposal shall be the exact legal name of the firm

All the requisite documents shall be scanned amp uploaded along with bid The hard copy of the documents shall also be posted as per details given in clause 320 so as to reach on or before the last date and time of submission of bid

If situation so warrants SJVN LTD NJHPS may ask the bidders to produce original documents which were submitted as scanned copies along with bid for verification

Page 6 of 11 ITB- PPR-1163- AudioVideo System)

200 Submission of Bids

The bids will be submitted electronically at designated places in various schedules The complete bid document along with the schedules can be downloaded by the bidder through httpssjvnabcprocurecom only after registration as explained in ldquoVendor Registration Procedure amp Submission amp Filling of Bidsrdquo The bid is to be filled only in the in the schedules available on the web The price schedules cannot be downloaded as they are to be filled online however techno-commercial schedules and Bid Proposal Sheet etc are to be downloaded first and are to be uploaded again after filling the same The bid is called under 02 parts as under-

A Bid Proposal Sheet (BPS) Price Bid Part which consists of the followings schedules-

(i) Schedule-1 Page 1 of 2 ldquoSchedule of Pricesrdquo(ii) Schedule-1 Page 2 of 2 ldquoSchedule of Taxes amp Dutiesrdquo

Remarks-All above schedule are available in single excel sheet ldquoBPS Price Schedulesrdquo The bidders have to fill the required information in the colored boxes only

The prevailing rate of taxes amp duties is to be clearly mentioned in the ldquoSchedule of Taxes amp Dutiesrdquo In case nothing is mentioned or mentioned ldquoNILrdquo then it shall be presumed that the rates quoted are inclusive of taxes and duties or as else the taxes amp duties are not applicable The taxes amp duties shall be paid as per applicable rate at the time of execution of work Any increase in taxes amp duties new introduction of new taxes amp duties levy by the Govt shall be paid by SJVN Ltd provided that such increase in taxes amp duties new introduction of new taxes amp duties levy by the Govt is made with in schedule work completion period as per LOA otherwise same shall be paid by the bidders The following may be considering by the bidders-

a The entry tax for the entry of goods in Himachal Pradesh shall be paid by SJVN directly to concerned authorities During bid evaluation the bid of the bidders quoting outside from HP shall be loaded at the applicable rate of the Entry Tax

b CSTVAT No ldquoCrdquo Form will be issued by SJVN Ltd for this tender thus Sale tax has to be quoted for accordingly by the bidder

c Any other deduction like TDS ldquoWCTrdquo (As per applicable rate in HP) if applicable as per the Govt laws shall be made from your payment and statement for the same shall be provided by SJVN for the same

d The successful bidder in his own interest shall have to register himselffirmcompany under the HP VAT Act-2005 with the Excise amp taxation Deptt Himachal Pradesh WCT on the material portion of the contract shall be deducted as applicable

BBid Proposal Sheet Techno-commercial Bid Part which consists of the followings-

All documents as required CSTVATTIN No PAN etc and any other documents as required asked in the tender are to be uploaded submitted along with the bid These documents are to be uploaded along with the General Documents

Page 7 of 11 ITB- PPR-1163- AudioVideo System)

Bid Security Earnest Money deposit (EMD)Copy of NSICSSI certificate as per sr no 110 above

Cost of Tender Document (If any)copy of NSICSSI certificate as per sr no 210 above

Undertaking as per sr no 330 below

The Bid Proposal Sheet (BPS) techno-commercial schedules to be filled are as under-

(i) Schedule-2 Page 1 of 1 ldquoSchedule of Deviationsrdquo(ii) Schedule-3 Page 1 of 1 ldquoSchedule for Contact Details amp Bank

Account Detailsrdquo(iii) Schedule-4 Page 1 of 1 ldquoSchedule of make offeredrdquo(iv) Schedule-5 Page 1 of 1 ldquoSchedule for Minimum Qualifying

Requirementsrdquo

Remarks-All above schedule are available in single excel sheet ldquoBPS Techno commercial Schedulesrdquo The bidders have to fill the required information in the colored boxes only

The Techno-Commercial Bid part will be opened electronically as per schedule time and date as indicated in the bid documents in the Oo Dy General Manager (PampC) NJHPS SJVN Ltd Jhakri Distt Shimla (HP) ndash 172 201

The Price Part will be opened electronically at same place only for those bidders whose techno-commercial part is found to be techno-commercially acceptable and only such bidders will be intimated subsequently either telephonically or through Fax Courier about the time and date of price bid opening

The Owner further reserves the right to reject any Bid which is not submitted according to the instructions stipulated above

After submission of the bid through e-tendering an acknowledgment slip is automatically generated and same is to be send by fax poste-mail as per clause 320 as a proof for bid submission through e-tendering

210 Cost of Tender Documents The cost of tender document is Rs 1000- (One Thousand Only) in the shape of Demand Draft in favour of owner (NJHPS SJVN Ltd Jhakri) payable banks as mentioned at sr no 112 above and the bidder must submit the same in envelope which should be reached preferably before last date and time of submission of bid ie 1230 Hrs of 03092014 The scanned copy of the cost of bid document (DD) shall be uploaded in the designated place The NSICMSE registered firms are exempted from the submission of the cost of tender documents

220 Late BidsNo bid shall be received after last date and time of bid submission

Page 8 of 11 ITB- PPR-1163- AudioVideo System)

230 Withdrawal of Bids

No bid may be withdrawn in the interval between the bid submission deadline and the expiration of the bid validity period specified in Bid documents Withdrawal of a bid during this interval may result in the Bidders forfeiture of its bid security EMD

240 Bid Opening and Evaluation

The Owner will open all bids electronically in the presence of bidders representatives who choose to attend the opening at the time on the date and at the place specified in the NIT NIQ Bidders representatives shall sign a register as proof of their attendance In the event of the specified date for the opening of bids being declared a holidaynetwork problem for the Owner the bids will be opened at the appointed time on the next working day

Bids will be evaluated for the complete scope of the supply on single responsibility basis and FOR Jhakri basis During bid evaluation the bid of the bidders quoting outside from HP shall be loaded at the applicable rate of the Entry Tax

No price preference shall be given to any bidder during the bid evaluation

No Mobile Phone will be permitted inside the bid opening room Therefore bidders should deposit Mobile Phones with Security gate at Reception

SJVN liability towards service tax shall also be considered as per service tax notification No 302012 dated 20062012 during bid evaluation

Cost loading will be carried out for the deviations taken by the bidder to determine the lowest evaluated Bid which will be considered for acceptance

The items for which bidder does not quote his price ie leaves the rate amount column blank or simply puts a (-) mark or () mark or indicates lsquoNILrsquo lsquoNArsquo or as applicable no cost shall be considered for bid evaluation for these items and for the purpose of award the value of such item shall be deemed to have been included in other quoted items If the bidder does not agree to this consideration his bid will be rejected and the bid guarantee may be forfeited

250 Clarification of Bids

During bid evaluation the Owner may at its discretion ask the Bidder for a clarification of its bid The request for clarification and the response shall be in writing and no change in the price or substance of the bid shall be sought offered or permitted

260 Correction of Errors (Applicable to extent possible)

A The errors discrepancies in respect of the specified amount in Bid Proposal Sheets for an individual item andor sub-item andor in the sub-total of a schedule andor in the Grand total of a schedule andor in the lump sum price of the package either due to discrepancy between figures and words andor simple arithmetical error while adding andor multiplying and or due to wrong extension of unit rates etc the error will be rectified and computed by SJVN as per the following method

Page 9 of 11 ITB- PPR-1163- AudioVideo System)

(i) In case of discrepancy between figure and words the value specified in the words will be considered for computation

(ii) Firstly the unit rates in words will be considered for computation

(iii) In case unit rates are not indicated in words then unit rates indicated in figure will be considered and will be used for deriving the amount from the quantities specified in the bid documents

(iv) In case error is due to wrong extension of quantities the quantities as specified in the bid documents will be considered and multiplied by the quoted unit rates to obtain the amount The amounts will be computed as per the extension of amount on the basis of unit rates of individual item sub-item sub-total of a schedule grand total of a schedule and lump sum price of the package based on the above consideration

B After computation of the amounts as above the values as computed shall be considered for evaluation as well as for award If the bidder does not accept the above consideration his bid will be rejected and the Bid Security EMD may be forfeited

C The Owners determination of a bids responsiveness is to be based on the contents of the bid itself 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 non-conformity

270 Influencing the Owner

No Bidder shall contact the Owner on any matter relating to its bid from the time of the opening of bids to the time the contract is awarded

Any effort by a Bidder to influence the Owner in the Ownerrsquos bid evaluation bid comparison or contract award decisions may result in rejection of the Bidderrsquos bid

280 Award of Contract

The Owner will award the contract to the successful Bidder whose bid has been determined to be substantially responsive and to be the lowest evaluated bid further provided that the bidder is determined to be qualified to perform the contract satisfactorily

The owner may request the Bidder to withdraw any of the deviations listed in Deviation Schedule of the winning bid at the price shown for the deviation in Deviation schedule In case the Bidder does not withdraw the deviations proposed by him if any at the cost of withdrawal stated in the bid his bid will be rejected and bid security forfeited

Bidders would be required to comply with all other requirement of the Bidding Documents except for those deviations in Deviation Schedule which are accepted by the Owner failing which the bid security of the Bidder may be forfeited

Award will be placed for total quantity on L1 basis for substantially responsive bid on single responsibility basis for entire scope of supply

Page 10 of 11 ITB- PPR-1163- AudioVideo System)

290 Owners Right to Accept Any Bid and to Reject Any Bids

The Owner reserves the right to accept or reject any bid and to annul the bidding process and reject all bids at any time prior to award of contract without thereby incurring any liability to the affected Bidder or bidders or any obligation to inform the affected Bidder or bidders of the grounds for the Owners action

300 Notification of Award

Prior to the expiration of the period of bid validity the Owner will notify the successful Bidder in writing by registered letter or by cable to be confirmed in writing by registered letter that its bid has been accepted The notification of award will constitute the formation of the contract

Upon the successful Bidders furnishing of the performance security the Owner will promptly notify each unsuccessful Bidder and will discharge its bid security

310 Corrupt or Fraudulent Practices

A The Owner requires that Bidders to observe the highest standard of ethics during the procurement and execution of the Contract In pursuance of this policy the Owner

(a) defines for the purposes of this provision the terms set forth below as follows

(i) corrupt practice means the offering giving receiving or soliciting of any thing of value to influence the action of a public official in the procurement process or in contract execution and

(ii) fraudulent practice means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Owner and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Owner of the benefits of free and open competition

(b) will reject a proposal for award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question

(c) will declare a firm ineligible either indefinitely or for a stated period of time to be awarded a contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for or in executing a contract of the Owner

B Furthermore Bidders shall be aware of the provision stated in the General Conditions of Contract

320 Submission of documents by post

The following documents in hard copyoriginal form sealed in envelop super scribed as ldquoSupply Installation amp Testing of AudioVideo Equipments for

Page 11 of 11 ITB- PPR-1163- AudioVideo System)

Conference Room Of New Office Building Of NJHPS SJVN Ltd Jhakri -(PPR-1163 (OampM)2014)rdquoare to be sent through post-

(i) Earnest Money Deposit (In original)copy of MSE certificate as per clause no 110

(ii) Cost of tender document (In Original) copy of MSE certificate as per clause no 210

(iii) Undertaking form duly signed by the bidder shall be uploaded along with the bid the details of which are as per clause 330

(iv) Copy of TIN No

The scanned copies of above documents are to be uploaded on the web and must reach preferably 03092014 1230 HRS

Any documents as asked or required are to be sent to the following address-Dy General Manager (GM) Procurement and Contract DepartmentNJHPS SJVN LTD JhakriDistt Shimla (HP)-172201

Phone No 01782-275236Fax No 01782-234049 275106E-mail sksood_2000yahoocoin

Any documents as asked or required like scanned copies of EMD amp Cost of tender document (if any) copy of previous orders dealership certificate etc are to be uploaded at the link ldquoGeneral Documentsrdquo at httpssjvnabcprocurecom

330 Undertaking

331 I have read carefully all the bidding documents and agreed to the conditions exceptfor deviation taken clause wise in deviation schedule

332 I have not changed the contents of the bidding documents

333 Scanned copy of documents uploaded along with the bid is true to the best of my knowledge

334 We have quoted for all the items If after opening of price bid it is found that wehave not quoted for all items then our bid shall not be considered for price bid evaluation

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 1 of 7

GENERAL CONDITIONS OF CONTRACT (GCC)

10 Definitions

In this Contract the following terms shall be interpreted as indicated

(a) The Contract means the Contract Agreement entered between the Owner and the Contractor as recorded in the Contract Form signed by the parties including all attachments and appendices thereto and all documents incorporated by reference therein

(b) The Contract Price means the price payable to the Contractor under the Contract for the full and proper performance of its contractualobligations

(c) The Services means all those services necessary for the Supply Installation amp Testing of AudioVideo Equipments under this contractand any other incidental services etc and other such obligations of the Contractor covered under the Contract

(d) The Owner means the SJVN Limited

(e) The Contractor means the individual or firm The Contractor means the individual or firm carrying out the work under this Contract

(f) Corrupt Practice means the offering giving receiving or soliciting ofany thing of value to influence the action of a public official in the procurement process or in contract execution

(g) Fraudulent Practice means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Owner and includes collusive practice among Bidders (prior to or after Bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Owner of the benefits of free and open competition

20 CONTRACT PERFORMANCE SECURITY (CPS)

21 Within thirty (30) days of receipt of the notification of Contract award you shall furnish to the Owner an unconditional performance security for ten percent (10) of the Contract Price with validity up to sixty (60) days after warrantee period (Refer Clause 50 below)

22 The proceeds of the performance security shall be payable to the Owner as compensation for any loss resulting from the Contractors failure to complete its obligations under the Warranty and ContractSupport period

23 The performance security shall be denominated in the currency of the Contract and shall be in the form of Bank Guarantee (As per format enclosed) preferably issued by a nationalized Bank scheduled bank (As per the list enclosed) acceptable to the Owner or in the form of FDR or TDR (pledged in the favour of the owner)

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 2 of 7

24 The performance security will be discharged by the Owner and returned to the Contractor not later than sixty (60) days after expiry of Warranty and ContractSupport period

25 NSIC MSE registered firms are not exempted from the submission of the CPG

26 The interest 155 shall be charged on delay period for breach in timely submission of CPGInitial Security Deposit without prejudice to right of SJVN to other remedies available under the contract

30 PACKING AND FORWARDING 31 The bidder shall provide such packing to the goods as is required to prevent

damage or deterioration during transit to their final destination at Jhakri

40 INSURANCEThe goods to be supplied under the scope of the work shall be insured for all risks by the contractor till it is delivered installed amp commissioned at NJHPS SJVN Ltd Jhakri

50 GUARANTEWARRANTY

The material under the scope of this contract will be warranted against any manufacturing defects poor workmanship and the consumablematerial used for maximum of 12 months from the date of successful installation amp commissioning In case of any problem within the warranty period due to manufacturing defects their performance poor workmanship and the consumablematerial used arises the same will be rectifiedreplaced free of cost at site by the supplier within fortnight of such notification by the EIC as necessary

60 FORCE MEAJEURE

61 The firm shall not be liable for loss or damage to SJVN resulting from any delays or failure to make shipment to Nathpa site within schedule time for all or any part of the item due to the act of God war declared or undeclared acts of public enemy riots civil commotion invasion insurrection sabotage acts of restraint of Government federal state or municipal action or regulation fire flood hurricanes accidents epidemic quarantine restrictions or any failure on the part of the Owner or his representative to approve or comments on drawings or other causes contingencies or circumstances not subject to their control whether of a similar or dissimilar nature which prevents the Contractor from completion of work Any such cause or delays even though not existing on the date of the contract on or the date of start of reclaiming shall extend the time of performance automatically by length of delays occasioned thereby including delay reasonably incidental to the resumption of normal reclamation work even though such case may occur after performance of firmrsquos obligation has been delayed for the other causes

62 If a Force Majeure situation arises the Contractor shall promptly notify the Owner in writing of such condition and the cause thereof Unless otherwise directed by the Owner in writing the Contractor shall continue to perform its obligations under the Contract as far as is reasonably practical and shall seek

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 3 of 7

all reasonable alternative means for performance not prevented by the Force Majeure event

70 PAYMENT TERMS The payment to the bidder will be made as under after submission of all the required documents acceptable to SJVN Ltd-

A The Seventy percent (70) payment (including 100 taxes amp duties) shall bemade within 30 days after receipt of the material at NJHPS SJVN Ltd Jhakriand on submission of followings documents to consignee

(i) Bills in triplicate(ii) Photocopy of unconditional acceptance of Letter of Award(iii) Inspection Report issued by the EIC or his representative (The

inspection of supplied material shall be carried out at store NJHPS Jhakri

(iv) Copy of CPG as per clause no 20(v) Copy of TIN No

B Balance thirty percent (30) payment shall be made within 30 days after completion of work and on submission of followings documents in bound folder to the consignee-

(i) Bills in triplicate(ii) GuaranteeWarranty Certificate(iii) Completion certificate issued by EIC that the material has been

successfully installed amp commissioned(iv) Documents asked as per clause 12 of General Technical Terms ans

ConditionsC The payment shall be released through electronic fund transfer and hence you

are requested to give your bank account detail along with IFSCRTGS code of your bank branch The required detail is to be filled in ldquoSchedule-3-Bank Account Detailrdquo Bank charges if any shall be borne by you The details to be submitted in the schedule as enclosed

DAs per SJVN Ltd policy no advance payment can be given

E The service tax shall be paid by the SJVN bidder as per service tax notification no 302012 dated 20062012 The service tax is to mentioned separately in price schedules amp same shall be reimbursed on submission of following information along with the bills-

(I) Name Address amp Contact Details (Tel no etc) of the Service Provider (II) Service Tax Number of the Service Provider(III) PAN of the Service Provider(IV) Service Tax Invoice Number(V) Gross amount of services(VI) Service Tax amount

80 WORK COMPLETION SCHEDULEThe basic consideration and the essence of the Contract shall be the strict adherence to the Work Completion Schedule Entire scope of work should be completed within 90 days from the issue of Supply Order

90 LIQUIDATED DAMAGES

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 4 of 7

91 If the Supplier fails to complete the work within the period(s) specified in the Contract the Owner shall without prejudice to its other remedies under the Contract deduct from the Contract Price as Liquidated Damages as specified here in below

92 The Liquidated Damage for delay in completion of work(Supply Installation amp Commissioning) beyond the maximum completion schedule as stipulated at clause 80 above shall be frac12 (Half percent) per week or part thereof of the total contract value The total amount of Liquidated Damages for delay under the Contract will be subject to a maximum of five percent (5) of the total Contract price

93 Amount of Liquidated Damage shall be payable by the Supplier whenever demanded by the Owner and or Owner can recover the amount of liquidated Damages (to the extent leviable at any time) from the amount payable to the Supplier available with Owner under this Contract

94 Supplierrsquos obligations and the Ownerrsquos remedies in respect of delay are solely and exclusively as stated in this Liquidated Damages clause subject to provisions of Clause 120 and consequence thereof

100 TERMINATION OF CONTRACT ON CONTRACTORS DEFAULTThe Owner without prejudice to any other remedy for breach of Contract by written notice of default sent to the Contractor may terminate this Contract in whole or in part

a) if the Contractor fails to complete any part of all the work or all of the Goods within the period(s) specified in the Contract or within any extension thereof granted by the Owner

b) if the Contractor fails to perform any other obligation(s) under the Contract

c) If the Contractor in the judgment of the Owner has engaged in corrupt or fraudulent practices in competing for or in executing the Contract

101 In the event the Owner terminates the Contract in whole or in part the Owner may procure get repaired upon such terms and in such manner as it deems appropriate Goods or Services similar to those undelivered un-repaired and the Contractor shall be liable to the Owner for any excess costs for such similar Goods or Services However the Contractor shall continue performance of the Contract to the extent not terminated

110 TERMINATION FOR INSOLVENCYThe Owner may at any time terminate the Contract by giving written notice to the Contractor if the Contractor becomes bankrupt or otherwise insolvent In this event termination will be without compensation to the Contractor provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the Owner

120 TERMINATION OF CONTRACT ON OWNERS INITIATIVE

121 The Owner reserves the right to terminate the Contract either in part or in full due to reasons other than those mentioned under clause entitled Contractors

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 5 of 7

Default and Outbreak of War The Owner shall in such an event give seven (7) days notice in writing to the Contractor of his decision to do so

122 The Contractor upon receipt of such notice shall discontinue the work on the date and to the extent specified in the notice make all reasonable efforts to obtain cancellation of all orders and contracts to the Owner stop all further sub-contracting or purchasing activity related to the work terminated and assist the Owner in storage maintenance protection and disposition of the works acquired under the contract by the Owner

123 In the event of such a termination the Contractor shall be paid equitable and reasonable compensation as dictated by the circumstances prevalent at the time of termination

130 SETTLEMENT OF DISPUTES131 Any dispute(s) or difference(s) arising out of or in connection with the Contract

shall to the extent possible in the first instance be resolved amicably between the Contractor and the Ownerrsquos Engineer

132 If any dispute or difference of any kind whatsoever shall arise between the Owner and the Contractor arising out of the Contract for the performance of the Works whether during the progress of the Works or after its completion or whether before or after the termination abandonment or breach of the Contract it shall in the first place be referred to and settled by the Engineer who within a period of ten (10 ) days after being requested by either party to do so shall give written notice of his decision to the Owner and the Contractor

133 Save as hereinafter provided such decision in respect of every matter so referred shall be final and binding upon the parties until the completion of the entire work under the Contract and shall forthwith be given effect to by the Contractor who shall comply with all such decisions with all due diligence whether he or the Owner requires arbitration as hereinafter provided or not

134 If after the Engineer has given written notice of his decision to the parties no claim to arbitration has been communicated to him by either party within ten (10) days from the receipt of such notice the said decision shall become final and binding on the parties

135 In the event of the Engineer failing to notify his decision within ten (10) days after being requested as aforesaid or in the event of either the Owner or the Contractor being dissatisfied with any such decision or within ten (10) days after the expiry of the first mentioned period of ten (10) days as the case may be either party may require by written notice to the other party that the matters in dispute be referred to arbitration as hereinafter provided

140 ARBITRATION

141 All disputes or differences in respect of which the decision if any of the Engineer has not become final or binding as aforesaid shall be settled by arbitration in the manner hereinafter provided

142 In the event of the Contractor that is to say a citizen andor a permanent resident of India a firm or a company duly registered or incorporated in India the arbitration shall be conducted by three arbitrators one each to be nominated

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 6 of 7

by the contractor and the Owner and the third to be named by the President of Institution of Engineers India If either of the parties fails to appoint its arbitrator within thirty (30) days after receipt of a notice from the other party invoking the arbitration clause the President of the Institution of Engineers India shall have the power at the request of either of the parties to appoint the arbitrators A certified copy of the said President making such an appointment shall be furnished to both the parties

143 The arbitration shall be conducted in accordance with the provisions of the Arbitration amp Conciliation Act 1996 or any statutory modification thereof

144 Arbitration(s) shall give reasoned award

145 The decision of the majority of the arbitrators shall be final and binding upon the parties The expenses of the arbitration shall be paid as may be determined by the arbitrators The arbitrators may from time to time with the consent of all the parties enlarge the time for making the award In the event of any of the aforesaid arbitrators dying neglecting resigning of being unable to act for any reason it will be lawful for the party concerned to nominate another arbitrator in place of the outgoing arbitrator

146 The arbitrator shall have full powers to review andor revise any decision opinion directions certification or valuation of the Engineer in consonance with the contract

150 APPLICABLE LAW

151 The Contract shall be governed by and interpreted in accordance with the laws in force in India The courts of Rampur BushahrShimla shall have exclusive jurisdiction in all matters arising under the Contract

160 NOTICES

Any notice given by one party to the other pursuant to this Contract shall be sent to the other party in writing or by cable telex or facsimile and confirmed in writing to the other partys address specified in NITNIQ

A notice shall be effective when delivered or on the notices effective date whichever is later

17 CORRESPONDENCE(i) All correspondence related to this contract before award of the contract shall

be addressed to DGM Procurement amp Contract Deptt NJHPS SJVN Ltd Jhakri Distt Shimla (HP) PIN- 172201 PH No 0091-1782-275794 Fax No 0091-1782-234049

(ii) All the correspondences after award of the contract shall be addressed to DGM(ITampCPSSM) NJHPS SJVN Ltd Jhakri

18 Engineer in Charge (EIC)DGM (ITampCPSSM) NJHPS SJVN Ltd Jhakri shall be the EIC of this work The material shall be drawn by EIC from store for the installation

19 CONSIGNEEThe Goods under this Contract shall be dispatched to the Consignee at the following address-

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 7 of 7

Manager (OampM Stores)Nathpa Jhakri Hydro Power Station SJVN Ltd Jhakri Distt Shimla (HP)Pin-172201 (INDIA)Phone No 0091-1782-275041 Fax No 0091-1782-234049

20 The material is to transported through ldquoRegistered Common Carrierrdquo only (Registered Common Carrier mean the carrier registered with a State Transport Authority or a Regional Transport Authority)

21 TESTING amp INSPECTIONInspection of material supplied against this supply order shall be carried out by EIC or his authorized representative at project stores Jhakri on receipt of material amp subsequently after successful installation testing amp commissioning at site

THE SECOND SCHEDULE TO THE RESERVE BANK OF INDIA ACT 1934

[Sections 2(e) and 42]

SCHEDULED BANKS

STATE CO-OPERATIVE BANKS Andhra Pradesh State Co-operative Bank Ltd Hyderabad Bihar State Co-operative Bank Ltd Bihar Goa State Co-operative Bank Ltd Panaji Gujarat State Co-operative Bank Ltd Ahmedabad Haryana State Co-operative Apex Bank Ltd Chandigarh Karnataka State Co-operative Apex Bank Ltd Bangalore Kerala State Co-operative Bank Ltd Thiruvananthapuram Madhya Pradesh Rajya Sahakari Bank Maryadit Bhopal Maharashtra State Co-operative Bank Ltd Mumbai Orissa State Co-operative Bank Ltd Bhubaneswar Pondicherry State Co-operative Bank Ltd Pondicherry Punjab State Co-operative Bank Ltd Chandigarh Rajasthan State Co-operative Bank Ltd Jaipur Tamil Nadu State Apex Co-operative Bank Ltd Chennai Uttar Pradesh Co-operative Bank Ltd Lucknow West Bengal State Co-operative Bank Ltd Kolkata

Urban Co-operative Banks

A P Mahesh Co-operative Urban Bank Ltd Hyderabad Abhyudaya Co-operative Bank Ltd Mumbai Ahmedabad Mercantile Co-operative Bank Ltd Ahmedabad Akola Janata Commercial Co-operative Bank Ltd Akola Amanath Co-operative Bank Ltd Bangalore Bassein Catholic Co-operative Bank Limited Vasai Bharat Co-operative Bank (Mumbai) Ltd Mumbai Bharati Sahakari Bank Ltd Pune Bombay Mercantile Co-operative Bank Limited Mumbai Charminar Co-operative Urban Bank Ltd Hyderabad Citizen Credit Co-operative Bank Ltd Mumbai Dombivli Nagari Sahakari Bank Ltd Dombivli Greater Bombay Co-operative Bank Limited Mumbai Indian Mercantile Co-operative Bank Ltd Lucknow Jalgaon Janata Sahakari Bank Ltd Jalgaon Janakalyan Sahakari Bank Ltd Mumbai Janalaxmi Cooperative Bank Ltd Nashik Janata Sahakari Bank Ltd Pune Kallappanna Awade Ichalkaranji Janata Sahakari Bank Ltd Ichalkaranji Kalupur Commercial Co-operative Bank Ltd Ahmedabad Kalyan Janata Sahakari Bank Ltd Kalyan Kapol Cooperative Bank Ltd Mumbai Karad Urban Co-operative Bank Ltd Karad Madhavapura Mercantile Co-operative Bank Ltd Ahmedabad Mahanagar Co-operative Bank Ltd Mumbai Mapusa Urban Co-operative Bank of Goa Ltd Mapusa Mehsana Urban Co-operative Bank Ltd Mehsana N K G S B Co-operative Bank Ltd Mumbai Nagar Urban Co-operative Bank Ltd Ahmednagar Nagpur Nagrik Sahakari Bank Ltd Nagpur New India Co-operative Bank Ltd Mumbai Nutan Nagrik Sahakari Bank Ltd Ahmedabad Parsik Janata Sahakari Bank Ltd Thane Pravara Sahakari Bank Ltd Loni Punjab amp Maharashtra Co-operative Bank Ltd Mumbai Rajkot Nagrik Sahakari Bank Ltd Rajkot Rupee Co-operative Bank Ltd Pune Sangli Urban Co-operative Bank Ltd Sangli Saraswat Co-operative Bank Ltd Mumbai Sardar Bhiladwala Pardi Peoples Co-operative Bank Ltd Killa Pardi Shikshak Sahakari Bank Ltd Nagpur Solapur Janata Sahakari Bank Ltd Solapur Surat Peoples Co-operative Bank Ltd Surat Thane Bharat Sahakari Bank Ltd Thane Thane Janata Sahakari Bank Ltd Thane The Akola Urban Co-operative Bank Ltd Akola The Cosmos Co-operative Bank Ltd Pune The Goa Urban Co-operative Bank Ltd Panaji The Khamgaon Urban Co-operative Bank Ltd Khamgaon The Nasik Merchants Co-operative Bank Ltd Nasik The Shamrao Vithal Co-operative Bank Ltd Mumbai The Zoroastrian Co-operative Bank Ltd Mumbai Vasavi Co-operative Urban Bank Limited Hyderabad

SBI AND ASSOCIATES State Bank of India State Bank of Bikaner amp Jaipur State Bank of Hyderabad State Bank of Indore State Bank of Mysore State Bank of Patiala State Bank of Saurashtra State Bank of Travancore

NATIONALISED BANKS

Allahabad Bank Andhra Bank Bank of Baroda Bank of India Bank of Maharashtra Canara Bank Central Bank of India Corporation Bank Dena Bank Indian Bank Indian Overseas Bank Oriental Bank of Commerce Punjab National Bank Punjab and Sind Bank Syndicate Bank UCO Bank Union Bank of India United Bank of India Vijaya Bank

OTHER PUBLIC SECTOR BANKS

Industrial Development Bank of India Ltd

PRIVATE SECTOR BANKS Bank of Rajasthan Ltd Catholic Syrian Bank Ltd City Union Bank Ltd Development Credit Bank Ltd Dhanalakshmi Bank Ltd Federal Bank Ltd HDFC Bank Ltd ICICI Bank Ltd IndusInd Bank Ltd ING Vysya Bank Ltd Jammu and Kashmir Bank Ltd Karnataka Bank Ltd Karur Vysya Bank Ltd Kotak Mahindra Bank Ltd Lakshmi Vilas Bank Ltd Nainital Bank Ltd Ratnakar Bank Ltd SBI Commercial International Bank Ltd South Indian Bank Ltd Tamilnad Mercantile Bank Ltd Axis Bank Ltd Yes Bank Ltd

FOREIGN BANKS ABN Amro Bank NV Abu Dhabi Commercial Bank Ltd American Express Banking Corporation Antwerp Diamond Bank NV Arab Bangladesh Bank Bank International Indonesia Bank of America Bank of Bahrain and Kuwait BSC Bank of Ceylon Bank of Nova Scotia Bank of Tokyo ndash Mitsubishi Ltd Barclays Bank Plc BNP Paribas China Trust Commercial Bank Shinhan Bank Citi Bank NA Calyon Bank Deutsche Bank DBS Bank Ltd The Hongkong and Shanghai Banking Corporation Ltd JP Morgan Chase Bank NA Krung Thai Bank Public Company Ltd Mashreq Bank psc Mizuho Corporate Bank Ltd Oman International Bank SAOG Societe Generale Sonali Bank Standard Chartered Bank State Bank of Mauritius Ltd

GRAMIN BANKS Andhra Pradesh Grameen Vikas Bank Warangal (Andhra Pradesh) Andhra Pragathi Grameena Bank Kadapa (Andhra Pradesh) Aryavart Gramin Bank Lucknow (Uttar Pradesh) Arunachal Pradesh Rural Bank Naharlagun (Arunachal Pradesh) Assam Gramin Vikas Bank Guwahati (Assam) Baitarani Gramya Bank Baripada (Orissa) Ballia Kshetriya Gramin Bank Ballia (Uttar Pradesh) Bangiya Gramin Vikash Bank Berhampore (West Bengal) Baroda Gujarat Gramin Bank Bharuch (Gujarat) Baroda Rajasthan Gramin Bank Ajmer (Rajasthan) Baroda Uttar Pradesh Gramin Bank Rae Bareli (Uttar Pradesh) Bihar Kshetriya Gramin Bank Monghyr (Bihar) Cauvery Kalpatharu Grameena Bank Mysore (Karnataka) Chaitanya Godavari Grameena Bank (Andhra Pradesh) Chhattisgarh Gramin Bank Raipur (Chhattisgarh) Chikmagalur-Kodaga Grameena Bank Chikmagalur (Karnataka) Deccan Grameena Bank Dilsukhnagar (Hyderabad) Dena Gujarat Gramin Bank Gandhinagar (Gujarat) Durg-Rajnandgaon Gramin Bank Rajnandgaon (Chhattisgarh) Ellaquai Dehati Bank Srinagar (Jammu and Kashmir) Etawah Kshetriya Gramin Bank Etawah (Uttar Pradesh) Faridkot Bhatinda Kshetriya Gramin Bank Bhatinda (Punjab) Gurgaon Gramin Bank Gurgaon (Haryana) Hadoti Kshetriya Gramin Bank Kota (Rajasthan) Haryana Gramin Bank Rohtak (Haryana) Himachal Gramin Bank Mandi (Himachal Pradesh) Jaipur Thar Gramin Bank Jaipur (Rajasthan) Jammu Rural Bank Jammu Jhabua-Dhar Kshetriya Gramin Bank Jhabua (Madhya Pradesh) Jharkhand Gramin Bank Ranchi (Jharkhand) Kalinga Gramya Bank Cuttack (Orissa) Kamraz Rural Bank Sopore (Jammu and Kashmir) Karnatka Vikas Gramin Bank Dharwad (Karnataka) Kashi Gomti Samyut Gramin Bank Varanasi (Uttar Pradesh) Khasi J Bank Shillong (Meghalaya) Krishna Grameena Bank Gulbarga (Karnataka) Kshetriya Kisan Gramin Bank Mainpuri (Uttar Pradesh) Langpi Dehangi Rural Bank Dhiphu (Assam) Lucknow Kshetriya Gramin Bank Sitapur (Uttar Pradesh) Madhya Bharath Gramin Bank Sagar (Madhya Pradesh) Madhya Bihar Gramin Bank Patna (Bihar) Mahakaushal Kshetriya Gramin Bank Jabalpur (Madhya Pradesh) Maharashtra Godavari Gramin Bank (Maharashtra) Malwa Gramin Bank Sangrur (Punjab) Marwar Ganganagar Bikaner Gramin Bank Pali (Rajasthan) Manipur Rural Bank Imphal (Manipur) Marathwada Gramin Bank Nanded (Maharashtra) Mewar Aanchalik Gramin Bank Udaipur (Rajasthan) Mizoram Rural Bank Aizawl (Mizoram) Nagaland Rural Bank Kohima (Nagaland) Nainital Almora Kshetriya Gramin Bank Nainital (Uttaranchal) Narmada Malwa Gramin Bank Indore (Madhya Pradesh) Neelachal Gramya Bank (Orissa) North Malabar Gramin Bank Kannur (Kerala) Pallavan Grama Bank Salem (Tamil Nadu)

Pandyan Grama Bank Virudhunagar (Tamil Nadu) Paschim Banga Gramin Bank Howrah (West Bengal) Parvatiya Gramin Bank Chamba (Himachal Pradesh) Pragathi Gramin Bank Bellary (Karnataka) Prathama Bank Moradabad (Uttar Pradesh) Puduvai Bharthiar Grama Bank (Pondicherry) Punjab Gramin Bank Kapurthala (Punjab) Purvanchal Gramin Bank Gorakhpur (Uttar Pradesh) Rajasthan Gramin Bank Alwar (Rajasthan) Ratnagiri Sindhudurg Gramin Bank Ratnagiri (Maharashtra) Rewa-Sidhi Gramin Bank Rewa (Madhya Pradesh) Rushikulya Gramya Bank Berhampur (Orissa) Samastipur Kshetriya Gramin Bank Samastipur (Bihar) Saptagiri Grameena Bank Chitoor (Andhra Pradesh) Sarva UP Gramin Bank (Uttar Pradesh) Satpura Narmada Kshetriya Gramin Bank Chhindwara (Madhya Pradesh) Saurashtra Gramin Bank Rajkot (Gujarat) Sharda Gramin Bank Satna (MP) Shreyas Gramin Bank Aligarh (Uttar Pradesh) Solapur Gramin Bank Solapur (Maharashtra) South Malabar Gramin Bank (Kerala) Surguja Kshetriya Gramin Bank Ambikapur (Chhattisgarh) Tripura Gramin Bank Agartala (Tripura) Triveni Kshetriya Gramin Bank Orai (Uttar Pradesh) Utkal Gramya Bank Bolangir (Orissa) Uttaranchal Gramin Bank Dehradun (Uttaranchal) Uttar Banga Kshetriya Gramin Bank Cooch-Behar (West Bengal) Uttar Bihar Kshetriya Gramin Bank Muzaffarpur (Bihar) Vananchal Gramin Bank Dhumka (Jharkhand) Vidharbha Kshetriya Gramin Bank Akola (Maharashtra) Vidisha-Bhopal Kshetriya Gramin Bank Vidisha (Masdhya Pradesh) Visveshwaraya Grameen Bank Mandya (Karnataka) Wainganga Kshetriya Gramin Bank Chandrapur (Maharashtra)

  • 101910JPG
  • 101934JPG
  • 101945JPG
  • 101956JPG
  • 102006JPG
  • NIQpdf
  • PQR2pdf
  • BOQ Audio-Videopdf
  • Technical Specificationspdf
  • ITB3pdf
  • GCC6pdf
  • Listofscheduledbankpdf
    • PRE QUALIFICATION CRITERIA

      PPR-NJHPS-1163 (OampM)2014

      Qualifying requirement for ldquoSupply Installation amp Testing of AudioVideo Equipments for Conference Room of New Office Building of NJHPS SJVN Ltd Jhakrirdquo

      (A) Proven Experience

      10 The bidder should be a regular contractor for ldquoSupply Installation amp Testing of AudioVideo Equipmentsrdquo The bidder must submit the supporting documents (LOAs work orders agreements for the similar work along with the satisfactory completion certificate) to this effect from their clients In the case LOAs work orders agreements are from the private company (ies) firm (s) then copy (ies) of TDS for the same are also need to be submitted along with the satisfactory completion certificate

      20 The bidder should have completed such type of job in the past

      (B) Financial Requirement

      10 Financial Requirement The Bidder must have an average annual financial turn over of ` 1097615 (Rupees Ten Lacs Ninety Seven Thousand Six Hundred Fifteen only) during last three years ending 31st March of previous financial year

      20 The Bidder should have successfully completed the similar work as per any of the following criteria during last 7 years ending last day of month previous to one in which applications are invited

      (a) The Bidder should have carried out the 3 similar works valuing not less than ` 14 63487- (Rupees Fourteen Lacs Sixty Three Thousand Four Hundred Eighty Seven only) each

      Or

      (b) 2 similar completed works valuing not less than ` 18 29359- (Rupees Eighteen Lacs Twenty Nine Thousand Three Hundred Fifty Nine only) each

      Or

      (c) 1 similar completed work valuing not less than ` 29 26974- (Rupees Twenty Nine Lacs Twenty Six Thousand Nine Hundred Seventy Four only)

      Note Similar work means work related to Supply Installation amp Testing of AudioVideo Equipments

      The bidder must submit the supporting documents (LOAs work orders agreements for the similar work along with the satisfactory completion certificate) to this effect from their clients In the case LOAs work orders agreements are from the private company (ies) firm (s) then copy (ies) of TDS for the same are also need to be submitted along with the satisfactory completion certificate

      (C) General Conditions of Prequalification

      1 Bidder must furnish Code number photocopies for PAN Sales tax VATTIN amp Service Tax (If applicable) etc

      2 SJVN Ltd reserves the right to cancel withdraw the invitation for bid without assigning any reason and shall bear no liability whatsoever consequent upon such a decision

      3 Notwithstanding anything stated above SJVN Ltd reserves the right to assess the Bidderrsquos capability and capacity to perform the contract satisfactorily should the circumstances warrant such assessment in the overall interest of SJVN Ltd

      4 Price bid of only those bidders shall be opened who qualify based on the specified qualifying requirements after Scrutiny of details documents furnished by them and found to be techno- commercial responsive

      SJVN Ltd

      Annexure-I

      Under Taking From Bidder

      Bidderrsquos Name amp Address

      11 We are qualified under clause (A) amp (C) of the qualifying requirements (any qualifying requirements which bidder does not meet shall be mentioned in the separate sheet)

      12 We are regular contractor for Supply Installation amp Testing of AudioVideo Equipments

      13 We confirm having carried out following contracts for similar nature of job related to Supply Installation amp Testing of AudioVideo Equipments

      Name and Address of Client

      Details of work executed

      Order No amp Date

      Date of Completion

      Order Value

      Copy of order Enclosed

      These details are to be furnished in Schedule-5 of Techno commercial part of the bid

Page 2: PPR-NJHPS-1163 NOTICE INVITING TENDER (Domestic ...sjvn.nic.in/writereaddata/Portal/Tender/179_1/1_Tender_Doc1163.pdf · certificate) to this effect from their clients. In the case

PQR for PPR-1163 (AudioVideo Equipments for Conference Room of New Office Building) Page 1 of 3

PRE QUALIFICATION CRITERIAPPR-NJHPS-1163 (OampM)2014

Qualifying requirement for ldquoSupply Installation amp Testing of AudioVideo Equipments for Conference Room of New Office Building of NJHPS SJVN Ltd Jhakrirdquo

(A) Proven Experience

10 The bidder should be a regular contractor for ldquoSupply Installation amp Testing of AudioVideo Equipmentsrdquo The bidder must submit the supporting documents (LOAs work orders agreements for the similar work along with the satisfactory completion certificate) to this effect from their clients In the case LOAs work orders agreements are from the private company (ies) firm (s) then copy (ies) of TDS for the same are also need to be submitted along with the satisfactory completion certificate

20 The bidder should have completed such type of job in the past

(B) Financial Requirement

10 Financial Requirement The Bidder must have an average annual financial turn over of ` 1097615 (Rupees Ten Lacs Ninety SevenThousand Six Hundred Fifteen only) during last three years ending 31st

March of previous financial year

20 The Bidder should have successfully completed the similar work as per any of the following criteria during last 7 years ending last day of month previous to one in which applications are invited

(a) The Bidder should have carried out the 3 similar works valuing not less than ` 14 63487- (Rupees Fourteen Lacs Sixty Three Thousand Four Hundred Eighty Seven only) each

Or

(b) 2 similar completed works valuing not less than ` 18 29359-(Rupees Eighteen Lacs Twenty Nine Thousand Three Hundred Fifty Nine only) each

Or

(c) 1 similar completed work valuing not less than ` 29 26974-(Rupees Twenty Nine Lacs Twenty Six Thousand Nine Hundred Seventy Four only)

Note Similar work means work related to Supply Installation amp Testing of AudioVideo Equipments

The bidder must submit the supporting documents (LOAs work orders agreements for the similar work along with the satisfactory completion

PQR for PPR-1163 (AudioVideo Equipments for Conference Room of New Office Building) Page 2 of 3

certificate) to this effect from their clients In the case LOAs work orders agreements are from the private company (ies) firm (s) then copy (ies) of TDS for the same are also need to be submitted along with the satisfactory completion certificate

(C) General Conditions of Prequalification

1 Bidder must furnish Code number photocopies for PAN Sales tax VATTIN amp Service Tax (If applicable) etc

2 SJVN Ltd reserves the right to cancel withdraw the invitation for bid without assigning any reason and shall bear no liability whatsoever consequent upon such a decision

3 Notwithstanding anything stated above SJVN Ltd reserves the right to assess the Bidderrsquos capability and capacity to perform the contract satisfactorily should the circumstances warrant such assessment in the overall interest of SJVN Ltd

4 Price bid of only those bidders shall be opened who qualify based on the specified qualifying requirements after Scrutiny of details documents furnished by them and found to be techno- commercial responsive

PQR for PPR-1163 (AudioVideo Equipments for Conference Room of New Office Building) Page 3 of 3

SJVN LtdAnnexure-I

Under Taking From Bidder

Bidderrsquos Name amp Address

11 We are qualified under clause (A) amp (C) of the qualifying requirements (any qualifying requirements which bidder does not meet shall be mentioned in the separate sheet)

12 We are regular contractor for Supply Installation amp Testing of AudioVideo Equipments

13 We confirm having carried out following contracts for similar nature of job related to Supply Installation amp Testing of AudioVideo Equipments

Name and Address of Client

Details of work executed

Order No ampDate

Date of Completion

Order Value

Copy of order Enclosed

These details are to be furnished in Schedule-5 of Techno commercial part of the bid

1Boundary Layer Mics (As per Technical Specification Attached) Probable Make- Beyerdynamic Clock Audio EV or Equivalent

16 Nos

2Wireless Handheld Mics (As per Technical Specification Attached) Probable Make- AKG Clock Audio Beyerdynamic or equivalent

2 Nos

3Wireless Lapel Mics (As per Technical Specification Attached) Make- AKG Clock Audio Beyerdynamic or equivalent

2 Nos

4Pop Up Boxes (As per Technical Specification Attached) Probable Make- Extron Kramer Magnum or equivalent

6 Nos

5Switcher (As per Technical Specification Attached) Make- Extron Kramer Analog Way or equivalent

1 Nos

6DSP (As per Technical Specification Attached) Probable Make- BSS Clearone Bose or equivalent

2 Nos

7Speakers (As per Technical Specification Attached) Probable Make- JBL Tannoy Renkus Heinz or equivalent

4 Nos

8Amplifier (As per Technical Specification Attached) Probable Make- JBL Tannoy Renkus Heinz or equivalent

1 Nos

94500 Lumens WXGA Projector (As per Technical Specification Attached) Probable Make- Panasonic Christie Barco or equivalent

1 Nos

10Motorized ceiling Mount Kit (As per Technical Specification Attached) Probable Make- Customised or equivalent

1 Nos

1170 Full HD LED with wall Mount(As per Technical Specification Attached) Probable Make-Panasonic Sony Christie or equivalent

1 Nos

12133 Diagonal Motorized Screen(As per Technical Specification Attached) Probable Make- Draper DNP or equivalent

1 Nos

13Touch Panel Control System(As per Technical Specification Attached) Probable Make- Crestron Extron Analog way or equivalent

1 Nos

14DVD player with HDMI amp USB pen Drive (As per Technical Specification Attached) Probable Make- Panasonic Sony Pioneer or equivalent

1 Nos

ANNEXURE-A

Bill of Quantity Name of Work- Supply Installation amp Testing of AudioVideo Equipments for Conference Room Of New Office Building Of NJHPS SJVN Ltd Jhakri

Sr No Description of Items QTY Unit

Page 1 of 11 ITB- PPR-1163- AudioVideo System)

INSTRUCTIONS TO BIDDERS (ITB)

The bids are invited using e-tendering mode so please read the instructions carefully and upload the filled in bids as per requirement of bid documents Any unfilled schedule information in schedules may lead to rejection of the bid

10 General Instructions

11 The SJVN Limited hereinafter called SJVN Owner is a Joint Venture of Govt of India and Govt of Himachal Pradesh having its registered office at Himfed Building New Shimla - 171 009 have their Nathpa Jhakri Hydroelectric Power Plant with a capacity of 6x250 MW at Nathpa (Distt Kinnaur) and Jhakri (Distt Shimla) in the State of Himachal Pradesh India

12 SJVN has issued an invitation to bid as enclosed and will receive bids as set forth in the accompanying Bid documents

13 Bids can not be uploaded after the time amp date fixed for receipt of bids as set out in the Invitation of Bid

14 SJVN reserves the right to accept or reject any or all Bids without assigning any reason for such a decision

15 All the cost and expenses incidental to preparation of the proposals discussions and conferences if any including pre-award discussions with the Bidder technical and other presentation including any demonstrations etc shall be to the account of the Bidder and Owner shall bear no liability whatsoever on such costs and expenses

16 The complete filled in bids and necessary scanned documents shall be uploaded at the mentioned address up to 03092014 at 1230 hrs The techno-commercial bid shall be opened on 04092014 at 1530 hrs The bids cannot be uploaded submitted later than 03092014 at 1230 hrs

17 However Price bid part of qualified amp techno-commercial responsive bidders shall be opened on subsequent date for which the qualified bidders shall be informed separately

18 Please note that bids in physical form shall not be entertained under any circumstances and are only to be submitted through e-tendering athttpssjvnabcprocurecom This tender is being processed through e-tenderinge-procurement system The bid documents are to be downloaded filled in and submitted through e-tendering system of SJVN Ltd at httpssjvnabcprocurecom

20 Plant Information

The 1500 MW Nathpa Jhakri Hydroelectric Power Plant is located between Nathpa (Distt Kinnaur) and Jhakri (Distt Shimla) in the State of Himachal Pradesh

30 Communication and Transport Limitation

The Plant Site is located in the interior of Himachal Pradesh The dam is locatedon the Sutlej River near village Nathpa in District Kinnaur The underground

Page 2 of 11 ITB- PPR-1163- AudioVideo System)

power house is located near village Jhakri in District Shimla Shimla the capital of the State of Himachal Pradesh is enroute about 150Km South-West from Jhakri The distance by road from Jhakri to Nathpa upstream is about 45 Km (Approx)

The rail head (broad gauge) is at Kalka (NR) Kalka is about 235 Km (Approx) from Jhakri

Approximate Distance from Kalka

ToMumbai

To Kolkata

ToChennai

(i) By Rail 1906 1809 2558(ii) By Road 1753 1791 2482

The distance from Kalka to Delhi by road is 285 Km (approx)From the Kalka rail head the Project is approachable by the following roadsroutes-

(i) Kalka - Dharampur - Solan - Shimla - Narkanda - Rampur - Jhakri (NH -22)

235 Km (Approx)

(ii) Kalka - Dharampur - Solan - Shimla - Dhalli -Basantpur - Rampur ndash Jhakri

250 Km(Approx)

(iii) Kalka - Dharampur - Sabathu - Arki - Shalaghat - Dhami - Basantpur - Rampur ndash Jhakri

335 Km(Approx)

Transport Limitation

The transport limitation by road from Kalka to the Plant Site at Nathpa Sholdingwould be the governing factor in respect of the permissible package size and weight Bidder should consider all factors as can be envisaged for transportation of equipment to avoid and overcome the hindrances limitations on existing road on account of weather conditions and any other reasons without affecting the schedule

The project area is situated in earthquake zone IV as per BIS 1893(1984) Hence the equipment shall have to be suitable to withstand safely and not to mal operate under earthquake forces corresponding to zone IV

40 Minimum Qualifying Requirement

As per PQR

50 Scope of Work

Supply Installation amp Testing of AudioVideo Equipments for Conference Room Of New Office Building Of NJHPS SJVN Ltd Jhakri as per Technical Specifications along with associated items which are mentioned in the BOQ(Annex ndash A)

60 Quality Assurance Programme

The Quality Assurance Program shall be as per relevant standards

70 Cost of Bidding

The Bidder shall bear all costs associated with the preparation and submission of its bid and the Owner will in no case be responsible or liable for these costs regardless of the conduct or outcome of the bidding process

Page 3 of 11 ITB- PPR-1163- AudioVideo System)

80 The Bidder is expected to examine all instruction forms terms specifications and other information in the bidding documents Failure to furnish all information required by the bidding documents or submission of a bid not substantially responsive to the bidding documents in every respect will be at the Bidders risk and may result in rejection of its bid

90 Amendment of Bidding Documents

91 At any time prior to the deadline for submission of bids the Owner may for any reason whether at its own initiative or in response to a clarification requested by a prospective Bidder amend the bidding documents

92 The amendment will be notified in writing or by cable or through website (on httpssjvnabcprocurecom) to all prospective Bidders that have received the bidding documents and will be binding on them Bidders are required to immediately acknowledge receipt of any such amendment and it will be assumed that the information contained therein has been taken into account by the Bidder in its bid

93 In order to afford prospective Bidders reasonable time in which to take the amendment into account in preparing their bid the Owner may at its discretion extend the deadline for the submission of bids

94 After publishing of on web any amendment corrigendum shall be uploaded on web The bidders who have not informed us about the download would be required to regularly visit our website for updating themselves about any amendments which may arise from time to time It will be assumed that all the information containedupdated in the website has been taken into account by the Bidder in its bid

100 Language of Bid

The bid prepared by the Bidder and all correspondence and documents related to the bid exchanged by the Bidder and the Owner shall be written in English language Any printed literature furnished by the bidder may also be written in English language

110 Bid Security Earnest Money deposit (EMD)

a) The offer must be accompanied with an Earnest money of ` 74000- (Rupees Seventy Four Thousand Eight Hundred Only) The bid security shall at the Bidders option be in the form of a crossed demand draftpay order Banker Cheque (drawn in favour of NJHPS SJVN Ltd) FDRTDR (Pledged in the name of ldquoNJHPS SJVN Ltdrdquo under the seal amp by the authorized signatory of issuing bank) Bid Security shall remain valid for a period of thirty (30) days beyond the original bid validity period and beyond any extension subsequently requested The DD should be payable at following branches

(i) State Bank of India Jhakri Branch Code - 6988(ii) State Bank of India Rampur Bushahar Branch code - 0703(iii) Punjab National Bank Rampur Bushahar Branch code - 94300(iv) UCO Bank Rampur Bushahar Branch code - 1543(v) HDFC Bank Rampur Bushahar Branch code - 805

Remarks - The EMD in the form of BG outstation local Cheque outstation DDs by hand written DDs is not acceptable

Page 4 of 11 ITB- PPR-1163- AudioVideo System)

b) EMD of the bidder shall be forfeited if the bidder withdraws or amends its bids or impairs or derogates form the bid in any respect with in the period of validity of the bid The EMD of the successful bidder shall be retained as contract security until such period the contractor furnishes the required CPG or until supply the complete material If the contractor fails to fulfill his obligations the EMD retained as contract security shall be forfeited

c) Micro or Small Enterprises (MSE)NSIC registered firms are exempted from submission of EMD and must enclose (Upload scanned copy of the MSENSIC certificate) for the same products as in NIQ above If the MSENSIC certificate does not contain the same products and services as listed in our NIQ and no EMD is found enclosed the owner may ask the bidder to submit the EMD as above The copy of MSE NSIC certificate is to be sent by e-mailfaxpost with reference to the present tender

d) UPLOADING OF EMD The scanned copy of the EMD is to be uploaded on the website The bid is to be submitted through e-tendering and hence the EMD is to be sent to the undersigned by post after submitting the bid along with required details through e-procurement on the web The EMD in physical form should reach before the last date and time of submission of bid If EMD does not reach in physical form within the period of techno commercial evaluation the bid shall be considered as non responsive and price bid of such firms shall not be opened

120 Deviations

Deviations if any from the terms and conditions of Bidding Documents or Technical Specifications including drawings shall be listed only in Deviation Schedule of the bid ieSchedule-2 ldquoSchedule of Deviationsrdquo The Bidder shall also provide the additional price if any for withdrawal of the deviations

Bidder may further note that except for deviations listed in Deviation Schedule the bid shall be deemed to comply with all the requirement in the bidding documents and the bidders shall be required to comply with all such requirements of bidding documents and technical specifications and drawings without any extra cost to the Owner irrespective of any mention to the contrary anywhere else in the bid failing which the bid security of the Bidder may be forfeitedThe owner has complete right to evaluate the deviations without prejudice After evaluation the deviations may or may not be agreed by the owner The bidder shall be intimated in writing accordingly

130 Work Completion Schedule

The basic consideration and the essence of the Contract shall be the strict adherence to the Work Completion Schedule Entire scope of work should be completed within 90 days from the issue of Supply Order

140 Price Adjustment Data

Not applicable being FIRM Price Contract

150 Bid Prices Unless otherwise specified in the Technical Specifications Bidders shall quote

for the entire supply on a single responsibility basis such that the total bidprice covers all the suppliers obligations mentioned in or to be reasonably inferred from the bidding documents

Page 5 of 11 ITB- PPR-1163- AudioVideo System)

Bidders are required to quote the price for the commercial contractual and technical obligations outlined in the bidding documents

Bidders shall give the required details and breakup of their prices as per Schedules specified

The Prices quoted by the Bidder shall be FIRM during the performance of the contract and not subject to variation on any account A bid submitted with an adjustable price quotation will be treated as non-responsive and rejected

160 Bid Currencies

Bidders shall quote all prices in Indian Rupees only

170 Period of Validity of Bid

Bids shall remain valid for a period of 120 days after the closing date prescribed by the Owner for the receipt of bids A bid valid for a shorter period shall be rejected by the Owner as being non-responsive

In exceptional circumstances the Owner may solicit the Bidderrsquos consent to an extension of the bid validity period The request and responses thereto shall be made in writing or by cablefax If a Bidder accepts to prolong the period of validity the bid security shall also be suitably extended A Bidder may refuse the request without forfeiting its bid security A Bidder granting the request will not be required nor permitted to modify its bid

180 BID PROPOSAL SHEETS (BPS)

The Bidder shall furnish complete all the appropriate Schedules data required as per the bidding documents at httpssjvnabcprocurecom

190 FORMAT AND SIGNING OF BID

The Bid must contain the name residence and place of business of the person or persons making the Bid and must be digitally signed The name of all persons signing should also be mentioned at appropriate place

Bid by Corporation Company must be digitally signed with the legal name of the Corporation Company by the President Managing Director or by the Secretary or other person or persons authorized to bid on behalf of such Corporation Company in the matter

Bidders name stated on the proposal shall be the exact legal name of the firm

All the requisite documents shall be scanned amp uploaded along with bid The hard copy of the documents shall also be posted as per details given in clause 320 so as to reach on or before the last date and time of submission of bid

If situation so warrants SJVN LTD NJHPS may ask the bidders to produce original documents which were submitted as scanned copies along with bid for verification

Page 6 of 11 ITB- PPR-1163- AudioVideo System)

200 Submission of Bids

The bids will be submitted electronically at designated places in various schedules The complete bid document along with the schedules can be downloaded by the bidder through httpssjvnabcprocurecom only after registration as explained in ldquoVendor Registration Procedure amp Submission amp Filling of Bidsrdquo The bid is to be filled only in the in the schedules available on the web The price schedules cannot be downloaded as they are to be filled online however techno-commercial schedules and Bid Proposal Sheet etc are to be downloaded first and are to be uploaded again after filling the same The bid is called under 02 parts as under-

A Bid Proposal Sheet (BPS) Price Bid Part which consists of the followings schedules-

(i) Schedule-1 Page 1 of 2 ldquoSchedule of Pricesrdquo(ii) Schedule-1 Page 2 of 2 ldquoSchedule of Taxes amp Dutiesrdquo

Remarks-All above schedule are available in single excel sheet ldquoBPS Price Schedulesrdquo The bidders have to fill the required information in the colored boxes only

The prevailing rate of taxes amp duties is to be clearly mentioned in the ldquoSchedule of Taxes amp Dutiesrdquo In case nothing is mentioned or mentioned ldquoNILrdquo then it shall be presumed that the rates quoted are inclusive of taxes and duties or as else the taxes amp duties are not applicable The taxes amp duties shall be paid as per applicable rate at the time of execution of work Any increase in taxes amp duties new introduction of new taxes amp duties levy by the Govt shall be paid by SJVN Ltd provided that such increase in taxes amp duties new introduction of new taxes amp duties levy by the Govt is made with in schedule work completion period as per LOA otherwise same shall be paid by the bidders The following may be considering by the bidders-

a The entry tax for the entry of goods in Himachal Pradesh shall be paid by SJVN directly to concerned authorities During bid evaluation the bid of the bidders quoting outside from HP shall be loaded at the applicable rate of the Entry Tax

b CSTVAT No ldquoCrdquo Form will be issued by SJVN Ltd for this tender thus Sale tax has to be quoted for accordingly by the bidder

c Any other deduction like TDS ldquoWCTrdquo (As per applicable rate in HP) if applicable as per the Govt laws shall be made from your payment and statement for the same shall be provided by SJVN for the same

d The successful bidder in his own interest shall have to register himselffirmcompany under the HP VAT Act-2005 with the Excise amp taxation Deptt Himachal Pradesh WCT on the material portion of the contract shall be deducted as applicable

BBid Proposal Sheet Techno-commercial Bid Part which consists of the followings-

All documents as required CSTVATTIN No PAN etc and any other documents as required asked in the tender are to be uploaded submitted along with the bid These documents are to be uploaded along with the General Documents

Page 7 of 11 ITB- PPR-1163- AudioVideo System)

Bid Security Earnest Money deposit (EMD)Copy of NSICSSI certificate as per sr no 110 above

Cost of Tender Document (If any)copy of NSICSSI certificate as per sr no 210 above

Undertaking as per sr no 330 below

The Bid Proposal Sheet (BPS) techno-commercial schedules to be filled are as under-

(i) Schedule-2 Page 1 of 1 ldquoSchedule of Deviationsrdquo(ii) Schedule-3 Page 1 of 1 ldquoSchedule for Contact Details amp Bank

Account Detailsrdquo(iii) Schedule-4 Page 1 of 1 ldquoSchedule of make offeredrdquo(iv) Schedule-5 Page 1 of 1 ldquoSchedule for Minimum Qualifying

Requirementsrdquo

Remarks-All above schedule are available in single excel sheet ldquoBPS Techno commercial Schedulesrdquo The bidders have to fill the required information in the colored boxes only

The Techno-Commercial Bid part will be opened electronically as per schedule time and date as indicated in the bid documents in the Oo Dy General Manager (PampC) NJHPS SJVN Ltd Jhakri Distt Shimla (HP) ndash 172 201

The Price Part will be opened electronically at same place only for those bidders whose techno-commercial part is found to be techno-commercially acceptable and only such bidders will be intimated subsequently either telephonically or through Fax Courier about the time and date of price bid opening

The Owner further reserves the right to reject any Bid which is not submitted according to the instructions stipulated above

After submission of the bid through e-tendering an acknowledgment slip is automatically generated and same is to be send by fax poste-mail as per clause 320 as a proof for bid submission through e-tendering

210 Cost of Tender Documents The cost of tender document is Rs 1000- (One Thousand Only) in the shape of Demand Draft in favour of owner (NJHPS SJVN Ltd Jhakri) payable banks as mentioned at sr no 112 above and the bidder must submit the same in envelope which should be reached preferably before last date and time of submission of bid ie 1230 Hrs of 03092014 The scanned copy of the cost of bid document (DD) shall be uploaded in the designated place The NSICMSE registered firms are exempted from the submission of the cost of tender documents

220 Late BidsNo bid shall be received after last date and time of bid submission

Page 8 of 11 ITB- PPR-1163- AudioVideo System)

230 Withdrawal of Bids

No bid may be withdrawn in the interval between the bid submission deadline and the expiration of the bid validity period specified in Bid documents Withdrawal of a bid during this interval may result in the Bidders forfeiture of its bid security EMD

240 Bid Opening and Evaluation

The Owner will open all bids electronically in the presence of bidders representatives who choose to attend the opening at the time on the date and at the place specified in the NIT NIQ Bidders representatives shall sign a register as proof of their attendance In the event of the specified date for the opening of bids being declared a holidaynetwork problem for the Owner the bids will be opened at the appointed time on the next working day

Bids will be evaluated for the complete scope of the supply on single responsibility basis and FOR Jhakri basis During bid evaluation the bid of the bidders quoting outside from HP shall be loaded at the applicable rate of the Entry Tax

No price preference shall be given to any bidder during the bid evaluation

No Mobile Phone will be permitted inside the bid opening room Therefore bidders should deposit Mobile Phones with Security gate at Reception

SJVN liability towards service tax shall also be considered as per service tax notification No 302012 dated 20062012 during bid evaluation

Cost loading will be carried out for the deviations taken by the bidder to determine the lowest evaluated Bid which will be considered for acceptance

The items for which bidder does not quote his price ie leaves the rate amount column blank or simply puts a (-) mark or () mark or indicates lsquoNILrsquo lsquoNArsquo or as applicable no cost shall be considered for bid evaluation for these items and for the purpose of award the value of such item shall be deemed to have been included in other quoted items If the bidder does not agree to this consideration his bid will be rejected and the bid guarantee may be forfeited

250 Clarification of Bids

During bid evaluation the Owner may at its discretion ask the Bidder for a clarification of its bid The request for clarification and the response shall be in writing and no change in the price or substance of the bid shall be sought offered or permitted

260 Correction of Errors (Applicable to extent possible)

A The errors discrepancies in respect of the specified amount in Bid Proposal Sheets for an individual item andor sub-item andor in the sub-total of a schedule andor in the Grand total of a schedule andor in the lump sum price of the package either due to discrepancy between figures and words andor simple arithmetical error while adding andor multiplying and or due to wrong extension of unit rates etc the error will be rectified and computed by SJVN as per the following method

Page 9 of 11 ITB- PPR-1163- AudioVideo System)

(i) In case of discrepancy between figure and words the value specified in the words will be considered for computation

(ii) Firstly the unit rates in words will be considered for computation

(iii) In case unit rates are not indicated in words then unit rates indicated in figure will be considered and will be used for deriving the amount from the quantities specified in the bid documents

(iv) In case error is due to wrong extension of quantities the quantities as specified in the bid documents will be considered and multiplied by the quoted unit rates to obtain the amount The amounts will be computed as per the extension of amount on the basis of unit rates of individual item sub-item sub-total of a schedule grand total of a schedule and lump sum price of the package based on the above consideration

B After computation of the amounts as above the values as computed shall be considered for evaluation as well as for award If the bidder does not accept the above consideration his bid will be rejected and the Bid Security EMD may be forfeited

C The Owners determination of a bids responsiveness is to be based on the contents of the bid itself 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 non-conformity

270 Influencing the Owner

No Bidder shall contact the Owner on any matter relating to its bid from the time of the opening of bids to the time the contract is awarded

Any effort by a Bidder to influence the Owner in the Ownerrsquos bid evaluation bid comparison or contract award decisions may result in rejection of the Bidderrsquos bid

280 Award of Contract

The Owner will award the contract to the successful Bidder whose bid has been determined to be substantially responsive and to be the lowest evaluated bid further provided that the bidder is determined to be qualified to perform the contract satisfactorily

The owner may request the Bidder to withdraw any of the deviations listed in Deviation Schedule of the winning bid at the price shown for the deviation in Deviation schedule In case the Bidder does not withdraw the deviations proposed by him if any at the cost of withdrawal stated in the bid his bid will be rejected and bid security forfeited

Bidders would be required to comply with all other requirement of the Bidding Documents except for those deviations in Deviation Schedule which are accepted by the Owner failing which the bid security of the Bidder may be forfeited

Award will be placed for total quantity on L1 basis for substantially responsive bid on single responsibility basis for entire scope of supply

Page 10 of 11 ITB- PPR-1163- AudioVideo System)

290 Owners Right to Accept Any Bid and to Reject Any Bids

The Owner reserves the right to accept or reject any bid and to annul the bidding process and reject all bids at any time prior to award of contract without thereby incurring any liability to the affected Bidder or bidders or any obligation to inform the affected Bidder or bidders of the grounds for the Owners action

300 Notification of Award

Prior to the expiration of the period of bid validity the Owner will notify the successful Bidder in writing by registered letter or by cable to be confirmed in writing by registered letter that its bid has been accepted The notification of award will constitute the formation of the contract

Upon the successful Bidders furnishing of the performance security the Owner will promptly notify each unsuccessful Bidder and will discharge its bid security

310 Corrupt or Fraudulent Practices

A The Owner requires that Bidders to observe the highest standard of ethics during the procurement and execution of the Contract In pursuance of this policy the Owner

(a) defines for the purposes of this provision the terms set forth below as follows

(i) corrupt practice means the offering giving receiving or soliciting of any thing of value to influence the action of a public official in the procurement process or in contract execution and

(ii) fraudulent practice means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Owner and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Owner of the benefits of free and open competition

(b) will reject a proposal for award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question

(c) will declare a firm ineligible either indefinitely or for a stated period of time to be awarded a contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for or in executing a contract of the Owner

B Furthermore Bidders shall be aware of the provision stated in the General Conditions of Contract

320 Submission of documents by post

The following documents in hard copyoriginal form sealed in envelop super scribed as ldquoSupply Installation amp Testing of AudioVideo Equipments for

Page 11 of 11 ITB- PPR-1163- AudioVideo System)

Conference Room Of New Office Building Of NJHPS SJVN Ltd Jhakri -(PPR-1163 (OampM)2014)rdquoare to be sent through post-

(i) Earnest Money Deposit (In original)copy of MSE certificate as per clause no 110

(ii) Cost of tender document (In Original) copy of MSE certificate as per clause no 210

(iii) Undertaking form duly signed by the bidder shall be uploaded along with the bid the details of which are as per clause 330

(iv) Copy of TIN No

The scanned copies of above documents are to be uploaded on the web and must reach preferably 03092014 1230 HRS

Any documents as asked or required are to be sent to the following address-Dy General Manager (GM) Procurement and Contract DepartmentNJHPS SJVN LTD JhakriDistt Shimla (HP)-172201

Phone No 01782-275236Fax No 01782-234049 275106E-mail sksood_2000yahoocoin

Any documents as asked or required like scanned copies of EMD amp Cost of tender document (if any) copy of previous orders dealership certificate etc are to be uploaded at the link ldquoGeneral Documentsrdquo at httpssjvnabcprocurecom

330 Undertaking

331 I have read carefully all the bidding documents and agreed to the conditions exceptfor deviation taken clause wise in deviation schedule

332 I have not changed the contents of the bidding documents

333 Scanned copy of documents uploaded along with the bid is true to the best of my knowledge

334 We have quoted for all the items If after opening of price bid it is found that wehave not quoted for all items then our bid shall not be considered for price bid evaluation

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 1 of 7

GENERAL CONDITIONS OF CONTRACT (GCC)

10 Definitions

In this Contract the following terms shall be interpreted as indicated

(a) The Contract means the Contract Agreement entered between the Owner and the Contractor as recorded in the Contract Form signed by the parties including all attachments and appendices thereto and all documents incorporated by reference therein

(b) The Contract Price means the price payable to the Contractor under the Contract for the full and proper performance of its contractualobligations

(c) The Services means all those services necessary for the Supply Installation amp Testing of AudioVideo Equipments under this contractand any other incidental services etc and other such obligations of the Contractor covered under the Contract

(d) The Owner means the SJVN Limited

(e) The Contractor means the individual or firm The Contractor means the individual or firm carrying out the work under this Contract

(f) Corrupt Practice means the offering giving receiving or soliciting ofany thing of value to influence the action of a public official in the procurement process or in contract execution

(g) Fraudulent Practice means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Owner and includes collusive practice among Bidders (prior to or after Bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Owner of the benefits of free and open competition

20 CONTRACT PERFORMANCE SECURITY (CPS)

21 Within thirty (30) days of receipt of the notification of Contract award you shall furnish to the Owner an unconditional performance security for ten percent (10) of the Contract Price with validity up to sixty (60) days after warrantee period (Refer Clause 50 below)

22 The proceeds of the performance security shall be payable to the Owner as compensation for any loss resulting from the Contractors failure to complete its obligations under the Warranty and ContractSupport period

23 The performance security shall be denominated in the currency of the Contract and shall be in the form of Bank Guarantee (As per format enclosed) preferably issued by a nationalized Bank scheduled bank (As per the list enclosed) acceptable to the Owner or in the form of FDR or TDR (pledged in the favour of the owner)

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 2 of 7

24 The performance security will be discharged by the Owner and returned to the Contractor not later than sixty (60) days after expiry of Warranty and ContractSupport period

25 NSIC MSE registered firms are not exempted from the submission of the CPG

26 The interest 155 shall be charged on delay period for breach in timely submission of CPGInitial Security Deposit without prejudice to right of SJVN to other remedies available under the contract

30 PACKING AND FORWARDING 31 The bidder shall provide such packing to the goods as is required to prevent

damage or deterioration during transit to their final destination at Jhakri

40 INSURANCEThe goods to be supplied under the scope of the work shall be insured for all risks by the contractor till it is delivered installed amp commissioned at NJHPS SJVN Ltd Jhakri

50 GUARANTEWARRANTY

The material under the scope of this contract will be warranted against any manufacturing defects poor workmanship and the consumablematerial used for maximum of 12 months from the date of successful installation amp commissioning In case of any problem within the warranty period due to manufacturing defects their performance poor workmanship and the consumablematerial used arises the same will be rectifiedreplaced free of cost at site by the supplier within fortnight of such notification by the EIC as necessary

60 FORCE MEAJEURE

61 The firm shall not be liable for loss or damage to SJVN resulting from any delays or failure to make shipment to Nathpa site within schedule time for all or any part of the item due to the act of God war declared or undeclared acts of public enemy riots civil commotion invasion insurrection sabotage acts of restraint of Government federal state or municipal action or regulation fire flood hurricanes accidents epidemic quarantine restrictions or any failure on the part of the Owner or his representative to approve or comments on drawings or other causes contingencies or circumstances not subject to their control whether of a similar or dissimilar nature which prevents the Contractor from completion of work Any such cause or delays even though not existing on the date of the contract on or the date of start of reclaiming shall extend the time of performance automatically by length of delays occasioned thereby including delay reasonably incidental to the resumption of normal reclamation work even though such case may occur after performance of firmrsquos obligation has been delayed for the other causes

62 If a Force Majeure situation arises the Contractor shall promptly notify the Owner in writing of such condition and the cause thereof Unless otherwise directed by the Owner in writing the Contractor shall continue to perform its obligations under the Contract as far as is reasonably practical and shall seek

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 3 of 7

all reasonable alternative means for performance not prevented by the Force Majeure event

70 PAYMENT TERMS The payment to the bidder will be made as under after submission of all the required documents acceptable to SJVN Ltd-

A The Seventy percent (70) payment (including 100 taxes amp duties) shall bemade within 30 days after receipt of the material at NJHPS SJVN Ltd Jhakriand on submission of followings documents to consignee

(i) Bills in triplicate(ii) Photocopy of unconditional acceptance of Letter of Award(iii) Inspection Report issued by the EIC or his representative (The

inspection of supplied material shall be carried out at store NJHPS Jhakri

(iv) Copy of CPG as per clause no 20(v) Copy of TIN No

B Balance thirty percent (30) payment shall be made within 30 days after completion of work and on submission of followings documents in bound folder to the consignee-

(i) Bills in triplicate(ii) GuaranteeWarranty Certificate(iii) Completion certificate issued by EIC that the material has been

successfully installed amp commissioned(iv) Documents asked as per clause 12 of General Technical Terms ans

ConditionsC The payment shall be released through electronic fund transfer and hence you

are requested to give your bank account detail along with IFSCRTGS code of your bank branch The required detail is to be filled in ldquoSchedule-3-Bank Account Detailrdquo Bank charges if any shall be borne by you The details to be submitted in the schedule as enclosed

DAs per SJVN Ltd policy no advance payment can be given

E The service tax shall be paid by the SJVN bidder as per service tax notification no 302012 dated 20062012 The service tax is to mentioned separately in price schedules amp same shall be reimbursed on submission of following information along with the bills-

(I) Name Address amp Contact Details (Tel no etc) of the Service Provider (II) Service Tax Number of the Service Provider(III) PAN of the Service Provider(IV) Service Tax Invoice Number(V) Gross amount of services(VI) Service Tax amount

80 WORK COMPLETION SCHEDULEThe basic consideration and the essence of the Contract shall be the strict adherence to the Work Completion Schedule Entire scope of work should be completed within 90 days from the issue of Supply Order

90 LIQUIDATED DAMAGES

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 4 of 7

91 If the Supplier fails to complete the work within the period(s) specified in the Contract the Owner shall without prejudice to its other remedies under the Contract deduct from the Contract Price as Liquidated Damages as specified here in below

92 The Liquidated Damage for delay in completion of work(Supply Installation amp Commissioning) beyond the maximum completion schedule as stipulated at clause 80 above shall be frac12 (Half percent) per week or part thereof of the total contract value The total amount of Liquidated Damages for delay under the Contract will be subject to a maximum of five percent (5) of the total Contract price

93 Amount of Liquidated Damage shall be payable by the Supplier whenever demanded by the Owner and or Owner can recover the amount of liquidated Damages (to the extent leviable at any time) from the amount payable to the Supplier available with Owner under this Contract

94 Supplierrsquos obligations and the Ownerrsquos remedies in respect of delay are solely and exclusively as stated in this Liquidated Damages clause subject to provisions of Clause 120 and consequence thereof

100 TERMINATION OF CONTRACT ON CONTRACTORS DEFAULTThe Owner without prejudice to any other remedy for breach of Contract by written notice of default sent to the Contractor may terminate this Contract in whole or in part

a) if the Contractor fails to complete any part of all the work or all of the Goods within the period(s) specified in the Contract or within any extension thereof granted by the Owner

b) if the Contractor fails to perform any other obligation(s) under the Contract

c) If the Contractor in the judgment of the Owner has engaged in corrupt or fraudulent practices in competing for or in executing the Contract

101 In the event the Owner terminates the Contract in whole or in part the Owner may procure get repaired upon such terms and in such manner as it deems appropriate Goods or Services similar to those undelivered un-repaired and the Contractor shall be liable to the Owner for any excess costs for such similar Goods or Services However the Contractor shall continue performance of the Contract to the extent not terminated

110 TERMINATION FOR INSOLVENCYThe Owner may at any time terminate the Contract by giving written notice to the Contractor if the Contractor becomes bankrupt or otherwise insolvent In this event termination will be without compensation to the Contractor provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the Owner

120 TERMINATION OF CONTRACT ON OWNERS INITIATIVE

121 The Owner reserves the right to terminate the Contract either in part or in full due to reasons other than those mentioned under clause entitled Contractors

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 5 of 7

Default and Outbreak of War The Owner shall in such an event give seven (7) days notice in writing to the Contractor of his decision to do so

122 The Contractor upon receipt of such notice shall discontinue the work on the date and to the extent specified in the notice make all reasonable efforts to obtain cancellation of all orders and contracts to the Owner stop all further sub-contracting or purchasing activity related to the work terminated and assist the Owner in storage maintenance protection and disposition of the works acquired under the contract by the Owner

123 In the event of such a termination the Contractor shall be paid equitable and reasonable compensation as dictated by the circumstances prevalent at the time of termination

130 SETTLEMENT OF DISPUTES131 Any dispute(s) or difference(s) arising out of or in connection with the Contract

shall to the extent possible in the first instance be resolved amicably between the Contractor and the Ownerrsquos Engineer

132 If any dispute or difference of any kind whatsoever shall arise between the Owner and the Contractor arising out of the Contract for the performance of the Works whether during the progress of the Works or after its completion or whether before or after the termination abandonment or breach of the Contract it shall in the first place be referred to and settled by the Engineer who within a period of ten (10 ) days after being requested by either party to do so shall give written notice of his decision to the Owner and the Contractor

133 Save as hereinafter provided such decision in respect of every matter so referred shall be final and binding upon the parties until the completion of the entire work under the Contract and shall forthwith be given effect to by the Contractor who shall comply with all such decisions with all due diligence whether he or the Owner requires arbitration as hereinafter provided or not

134 If after the Engineer has given written notice of his decision to the parties no claim to arbitration has been communicated to him by either party within ten (10) days from the receipt of such notice the said decision shall become final and binding on the parties

135 In the event of the Engineer failing to notify his decision within ten (10) days after being requested as aforesaid or in the event of either the Owner or the Contractor being dissatisfied with any such decision or within ten (10) days after the expiry of the first mentioned period of ten (10) days as the case may be either party may require by written notice to the other party that the matters in dispute be referred to arbitration as hereinafter provided

140 ARBITRATION

141 All disputes or differences in respect of which the decision if any of the Engineer has not become final or binding as aforesaid shall be settled by arbitration in the manner hereinafter provided

142 In the event of the Contractor that is to say a citizen andor a permanent resident of India a firm or a company duly registered or incorporated in India the arbitration shall be conducted by three arbitrators one each to be nominated

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 6 of 7

by the contractor and the Owner and the third to be named by the President of Institution of Engineers India If either of the parties fails to appoint its arbitrator within thirty (30) days after receipt of a notice from the other party invoking the arbitration clause the President of the Institution of Engineers India shall have the power at the request of either of the parties to appoint the arbitrators A certified copy of the said President making such an appointment shall be furnished to both the parties

143 The arbitration shall be conducted in accordance with the provisions of the Arbitration amp Conciliation Act 1996 or any statutory modification thereof

144 Arbitration(s) shall give reasoned award

145 The decision of the majority of the arbitrators shall be final and binding upon the parties The expenses of the arbitration shall be paid as may be determined by the arbitrators The arbitrators may from time to time with the consent of all the parties enlarge the time for making the award In the event of any of the aforesaid arbitrators dying neglecting resigning of being unable to act for any reason it will be lawful for the party concerned to nominate another arbitrator in place of the outgoing arbitrator

146 The arbitrator shall have full powers to review andor revise any decision opinion directions certification or valuation of the Engineer in consonance with the contract

150 APPLICABLE LAW

151 The Contract shall be governed by and interpreted in accordance with the laws in force in India The courts of Rampur BushahrShimla shall have exclusive jurisdiction in all matters arising under the Contract

160 NOTICES

Any notice given by one party to the other pursuant to this Contract shall be sent to the other party in writing or by cable telex or facsimile and confirmed in writing to the other partys address specified in NITNIQ

A notice shall be effective when delivered or on the notices effective date whichever is later

17 CORRESPONDENCE(i) All correspondence related to this contract before award of the contract shall

be addressed to DGM Procurement amp Contract Deptt NJHPS SJVN Ltd Jhakri Distt Shimla (HP) PIN- 172201 PH No 0091-1782-275794 Fax No 0091-1782-234049

(ii) All the correspondences after award of the contract shall be addressed to DGM(ITampCPSSM) NJHPS SJVN Ltd Jhakri

18 Engineer in Charge (EIC)DGM (ITampCPSSM) NJHPS SJVN Ltd Jhakri shall be the EIC of this work The material shall be drawn by EIC from store for the installation

19 CONSIGNEEThe Goods under this Contract shall be dispatched to the Consignee at the following address-

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 7 of 7

Manager (OampM Stores)Nathpa Jhakri Hydro Power Station SJVN Ltd Jhakri Distt Shimla (HP)Pin-172201 (INDIA)Phone No 0091-1782-275041 Fax No 0091-1782-234049

20 The material is to transported through ldquoRegistered Common Carrierrdquo only (Registered Common Carrier mean the carrier registered with a State Transport Authority or a Regional Transport Authority)

21 TESTING amp INSPECTIONInspection of material supplied against this supply order shall be carried out by EIC or his authorized representative at project stores Jhakri on receipt of material amp subsequently after successful installation testing amp commissioning at site

THE SECOND SCHEDULE TO THE RESERVE BANK OF INDIA ACT 1934

[Sections 2(e) and 42]

SCHEDULED BANKS

STATE CO-OPERATIVE BANKS Andhra Pradesh State Co-operative Bank Ltd Hyderabad Bihar State Co-operative Bank Ltd Bihar Goa State Co-operative Bank Ltd Panaji Gujarat State Co-operative Bank Ltd Ahmedabad Haryana State Co-operative Apex Bank Ltd Chandigarh Karnataka State Co-operative Apex Bank Ltd Bangalore Kerala State Co-operative Bank Ltd Thiruvananthapuram Madhya Pradesh Rajya Sahakari Bank Maryadit Bhopal Maharashtra State Co-operative Bank Ltd Mumbai Orissa State Co-operative Bank Ltd Bhubaneswar Pondicherry State Co-operative Bank Ltd Pondicherry Punjab State Co-operative Bank Ltd Chandigarh Rajasthan State Co-operative Bank Ltd Jaipur Tamil Nadu State Apex Co-operative Bank Ltd Chennai Uttar Pradesh Co-operative Bank Ltd Lucknow West Bengal State Co-operative Bank Ltd Kolkata

Urban Co-operative Banks

A P Mahesh Co-operative Urban Bank Ltd Hyderabad Abhyudaya Co-operative Bank Ltd Mumbai Ahmedabad Mercantile Co-operative Bank Ltd Ahmedabad Akola Janata Commercial Co-operative Bank Ltd Akola Amanath Co-operative Bank Ltd Bangalore Bassein Catholic Co-operative Bank Limited Vasai Bharat Co-operative Bank (Mumbai) Ltd Mumbai Bharati Sahakari Bank Ltd Pune Bombay Mercantile Co-operative Bank Limited Mumbai Charminar Co-operative Urban Bank Ltd Hyderabad Citizen Credit Co-operative Bank Ltd Mumbai Dombivli Nagari Sahakari Bank Ltd Dombivli Greater Bombay Co-operative Bank Limited Mumbai Indian Mercantile Co-operative Bank Ltd Lucknow Jalgaon Janata Sahakari Bank Ltd Jalgaon Janakalyan Sahakari Bank Ltd Mumbai Janalaxmi Cooperative Bank Ltd Nashik Janata Sahakari Bank Ltd Pune Kallappanna Awade Ichalkaranji Janata Sahakari Bank Ltd Ichalkaranji Kalupur Commercial Co-operative Bank Ltd Ahmedabad Kalyan Janata Sahakari Bank Ltd Kalyan Kapol Cooperative Bank Ltd Mumbai Karad Urban Co-operative Bank Ltd Karad Madhavapura Mercantile Co-operative Bank Ltd Ahmedabad Mahanagar Co-operative Bank Ltd Mumbai Mapusa Urban Co-operative Bank of Goa Ltd Mapusa Mehsana Urban Co-operative Bank Ltd Mehsana N K G S B Co-operative Bank Ltd Mumbai Nagar Urban Co-operative Bank Ltd Ahmednagar Nagpur Nagrik Sahakari Bank Ltd Nagpur New India Co-operative Bank Ltd Mumbai Nutan Nagrik Sahakari Bank Ltd Ahmedabad Parsik Janata Sahakari Bank Ltd Thane Pravara Sahakari Bank Ltd Loni Punjab amp Maharashtra Co-operative Bank Ltd Mumbai Rajkot Nagrik Sahakari Bank Ltd Rajkot Rupee Co-operative Bank Ltd Pune Sangli Urban Co-operative Bank Ltd Sangli Saraswat Co-operative Bank Ltd Mumbai Sardar Bhiladwala Pardi Peoples Co-operative Bank Ltd Killa Pardi Shikshak Sahakari Bank Ltd Nagpur Solapur Janata Sahakari Bank Ltd Solapur Surat Peoples Co-operative Bank Ltd Surat Thane Bharat Sahakari Bank Ltd Thane Thane Janata Sahakari Bank Ltd Thane The Akola Urban Co-operative Bank Ltd Akola The Cosmos Co-operative Bank Ltd Pune The Goa Urban Co-operative Bank Ltd Panaji The Khamgaon Urban Co-operative Bank Ltd Khamgaon The Nasik Merchants Co-operative Bank Ltd Nasik The Shamrao Vithal Co-operative Bank Ltd Mumbai The Zoroastrian Co-operative Bank Ltd Mumbai Vasavi Co-operative Urban Bank Limited Hyderabad

SBI AND ASSOCIATES State Bank of India State Bank of Bikaner amp Jaipur State Bank of Hyderabad State Bank of Indore State Bank of Mysore State Bank of Patiala State Bank of Saurashtra State Bank of Travancore

NATIONALISED BANKS

Allahabad Bank Andhra Bank Bank of Baroda Bank of India Bank of Maharashtra Canara Bank Central Bank of India Corporation Bank Dena Bank Indian Bank Indian Overseas Bank Oriental Bank of Commerce Punjab National Bank Punjab and Sind Bank Syndicate Bank UCO Bank Union Bank of India United Bank of India Vijaya Bank

OTHER PUBLIC SECTOR BANKS

Industrial Development Bank of India Ltd

PRIVATE SECTOR BANKS Bank of Rajasthan Ltd Catholic Syrian Bank Ltd City Union Bank Ltd Development Credit Bank Ltd Dhanalakshmi Bank Ltd Federal Bank Ltd HDFC Bank Ltd ICICI Bank Ltd IndusInd Bank Ltd ING Vysya Bank Ltd Jammu and Kashmir Bank Ltd Karnataka Bank Ltd Karur Vysya Bank Ltd Kotak Mahindra Bank Ltd Lakshmi Vilas Bank Ltd Nainital Bank Ltd Ratnakar Bank Ltd SBI Commercial International Bank Ltd South Indian Bank Ltd Tamilnad Mercantile Bank Ltd Axis Bank Ltd Yes Bank Ltd

FOREIGN BANKS ABN Amro Bank NV Abu Dhabi Commercial Bank Ltd American Express Banking Corporation Antwerp Diamond Bank NV Arab Bangladesh Bank Bank International Indonesia Bank of America Bank of Bahrain and Kuwait BSC Bank of Ceylon Bank of Nova Scotia Bank of Tokyo ndash Mitsubishi Ltd Barclays Bank Plc BNP Paribas China Trust Commercial Bank Shinhan Bank Citi Bank NA Calyon Bank Deutsche Bank DBS Bank Ltd The Hongkong and Shanghai Banking Corporation Ltd JP Morgan Chase Bank NA Krung Thai Bank Public Company Ltd Mashreq Bank psc Mizuho Corporate Bank Ltd Oman International Bank SAOG Societe Generale Sonali Bank Standard Chartered Bank State Bank of Mauritius Ltd

GRAMIN BANKS Andhra Pradesh Grameen Vikas Bank Warangal (Andhra Pradesh) Andhra Pragathi Grameena Bank Kadapa (Andhra Pradesh) Aryavart Gramin Bank Lucknow (Uttar Pradesh) Arunachal Pradesh Rural Bank Naharlagun (Arunachal Pradesh) Assam Gramin Vikas Bank Guwahati (Assam) Baitarani Gramya Bank Baripada (Orissa) Ballia Kshetriya Gramin Bank Ballia (Uttar Pradesh) Bangiya Gramin Vikash Bank Berhampore (West Bengal) Baroda Gujarat Gramin Bank Bharuch (Gujarat) Baroda Rajasthan Gramin Bank Ajmer (Rajasthan) Baroda Uttar Pradesh Gramin Bank Rae Bareli (Uttar Pradesh) Bihar Kshetriya Gramin Bank Monghyr (Bihar) Cauvery Kalpatharu Grameena Bank Mysore (Karnataka) Chaitanya Godavari Grameena Bank (Andhra Pradesh) Chhattisgarh Gramin Bank Raipur (Chhattisgarh) Chikmagalur-Kodaga Grameena Bank Chikmagalur (Karnataka) Deccan Grameena Bank Dilsukhnagar (Hyderabad) Dena Gujarat Gramin Bank Gandhinagar (Gujarat) Durg-Rajnandgaon Gramin Bank Rajnandgaon (Chhattisgarh) Ellaquai Dehati Bank Srinagar (Jammu and Kashmir) Etawah Kshetriya Gramin Bank Etawah (Uttar Pradesh) Faridkot Bhatinda Kshetriya Gramin Bank Bhatinda (Punjab) Gurgaon Gramin Bank Gurgaon (Haryana) Hadoti Kshetriya Gramin Bank Kota (Rajasthan) Haryana Gramin Bank Rohtak (Haryana) Himachal Gramin Bank Mandi (Himachal Pradesh) Jaipur Thar Gramin Bank Jaipur (Rajasthan) Jammu Rural Bank Jammu Jhabua-Dhar Kshetriya Gramin Bank Jhabua (Madhya Pradesh) Jharkhand Gramin Bank Ranchi (Jharkhand) Kalinga Gramya Bank Cuttack (Orissa) Kamraz Rural Bank Sopore (Jammu and Kashmir) Karnatka Vikas Gramin Bank Dharwad (Karnataka) Kashi Gomti Samyut Gramin Bank Varanasi (Uttar Pradesh) Khasi J Bank Shillong (Meghalaya) Krishna Grameena Bank Gulbarga (Karnataka) Kshetriya Kisan Gramin Bank Mainpuri (Uttar Pradesh) Langpi Dehangi Rural Bank Dhiphu (Assam) Lucknow Kshetriya Gramin Bank Sitapur (Uttar Pradesh) Madhya Bharath Gramin Bank Sagar (Madhya Pradesh) Madhya Bihar Gramin Bank Patna (Bihar) Mahakaushal Kshetriya Gramin Bank Jabalpur (Madhya Pradesh) Maharashtra Godavari Gramin Bank (Maharashtra) Malwa Gramin Bank Sangrur (Punjab) Marwar Ganganagar Bikaner Gramin Bank Pali (Rajasthan) Manipur Rural Bank Imphal (Manipur) Marathwada Gramin Bank Nanded (Maharashtra) Mewar Aanchalik Gramin Bank Udaipur (Rajasthan) Mizoram Rural Bank Aizawl (Mizoram) Nagaland Rural Bank Kohima (Nagaland) Nainital Almora Kshetriya Gramin Bank Nainital (Uttaranchal) Narmada Malwa Gramin Bank Indore (Madhya Pradesh) Neelachal Gramya Bank (Orissa) North Malabar Gramin Bank Kannur (Kerala) Pallavan Grama Bank Salem (Tamil Nadu)

Pandyan Grama Bank Virudhunagar (Tamil Nadu) Paschim Banga Gramin Bank Howrah (West Bengal) Parvatiya Gramin Bank Chamba (Himachal Pradesh) Pragathi Gramin Bank Bellary (Karnataka) Prathama Bank Moradabad (Uttar Pradesh) Puduvai Bharthiar Grama Bank (Pondicherry) Punjab Gramin Bank Kapurthala (Punjab) Purvanchal Gramin Bank Gorakhpur (Uttar Pradesh) Rajasthan Gramin Bank Alwar (Rajasthan) Ratnagiri Sindhudurg Gramin Bank Ratnagiri (Maharashtra) Rewa-Sidhi Gramin Bank Rewa (Madhya Pradesh) Rushikulya Gramya Bank Berhampur (Orissa) Samastipur Kshetriya Gramin Bank Samastipur (Bihar) Saptagiri Grameena Bank Chitoor (Andhra Pradesh) Sarva UP Gramin Bank (Uttar Pradesh) Satpura Narmada Kshetriya Gramin Bank Chhindwara (Madhya Pradesh) Saurashtra Gramin Bank Rajkot (Gujarat) Sharda Gramin Bank Satna (MP) Shreyas Gramin Bank Aligarh (Uttar Pradesh) Solapur Gramin Bank Solapur (Maharashtra) South Malabar Gramin Bank (Kerala) Surguja Kshetriya Gramin Bank Ambikapur (Chhattisgarh) Tripura Gramin Bank Agartala (Tripura) Triveni Kshetriya Gramin Bank Orai (Uttar Pradesh) Utkal Gramya Bank Bolangir (Orissa) Uttaranchal Gramin Bank Dehradun (Uttaranchal) Uttar Banga Kshetriya Gramin Bank Cooch-Behar (West Bengal) Uttar Bihar Kshetriya Gramin Bank Muzaffarpur (Bihar) Vananchal Gramin Bank Dhumka (Jharkhand) Vidharbha Kshetriya Gramin Bank Akola (Maharashtra) Vidisha-Bhopal Kshetriya Gramin Bank Vidisha (Masdhya Pradesh) Visveshwaraya Grameen Bank Mandya (Karnataka) Wainganga Kshetriya Gramin Bank Chandrapur (Maharashtra)

  • 101910JPG
  • 101934JPG
  • 101945JPG
  • 101956JPG
  • 102006JPG
  • NIQpdf
  • PQR2pdf
  • BOQ Audio-Videopdf
  • Technical Specificationspdf
  • ITB3pdf
  • GCC6pdf
  • Listofscheduledbankpdf
    • PRE QUALIFICATION CRITERIA

      PPR-NJHPS-1163 (OampM)2014

      Qualifying requirement for ldquoSupply Installation amp Testing of AudioVideo Equipments for Conference Room of New Office Building of NJHPS SJVN Ltd Jhakrirdquo

      (A) Proven Experience

      10 The bidder should be a regular contractor for ldquoSupply Installation amp Testing of AudioVideo Equipmentsrdquo The bidder must submit the supporting documents (LOAs work orders agreements for the similar work along with the satisfactory completion certificate) to this effect from their clients In the case LOAs work orders agreements are from the private company (ies) firm (s) then copy (ies) of TDS for the same are also need to be submitted along with the satisfactory completion certificate

      20 The bidder should have completed such type of job in the past

      (B) Financial Requirement

      10 Financial Requirement The Bidder must have an average annual financial turn over of ` 1097615 (Rupees Ten Lacs Ninety Seven Thousand Six Hundred Fifteen only) during last three years ending 31st March of previous financial year

      20 The Bidder should have successfully completed the similar work as per any of the following criteria during last 7 years ending last day of month previous to one in which applications are invited

      (a) The Bidder should have carried out the 3 similar works valuing not less than ` 14 63487- (Rupees Fourteen Lacs Sixty Three Thousand Four Hundred Eighty Seven only) each

      Or

      (b) 2 similar completed works valuing not less than ` 18 29359- (Rupees Eighteen Lacs Twenty Nine Thousand Three Hundred Fifty Nine only) each

      Or

      (c) 1 similar completed work valuing not less than ` 29 26974- (Rupees Twenty Nine Lacs Twenty Six Thousand Nine Hundred Seventy Four only)

      Note Similar work means work related to Supply Installation amp Testing of AudioVideo Equipments

      The bidder must submit the supporting documents (LOAs work orders agreements for the similar work along with the satisfactory completion certificate) to this effect from their clients In the case LOAs work orders agreements are from the private company (ies) firm (s) then copy (ies) of TDS for the same are also need to be submitted along with the satisfactory completion certificate

      (C) General Conditions of Prequalification

      1 Bidder must furnish Code number photocopies for PAN Sales tax VATTIN amp Service Tax (If applicable) etc

      2 SJVN Ltd reserves the right to cancel withdraw the invitation for bid without assigning any reason and shall bear no liability whatsoever consequent upon such a decision

      3 Notwithstanding anything stated above SJVN Ltd reserves the right to assess the Bidderrsquos capability and capacity to perform the contract satisfactorily should the circumstances warrant such assessment in the overall interest of SJVN Ltd

      4 Price bid of only those bidders shall be opened who qualify based on the specified qualifying requirements after Scrutiny of details documents furnished by them and found to be techno- commercial responsive

      SJVN Ltd

      Annexure-I

      Under Taking From Bidder

      Bidderrsquos Name amp Address

      11 We are qualified under clause (A) amp (C) of the qualifying requirements (any qualifying requirements which bidder does not meet shall be mentioned in the separate sheet)

      12 We are regular contractor for Supply Installation amp Testing of AudioVideo Equipments

      13 We confirm having carried out following contracts for similar nature of job related to Supply Installation amp Testing of AudioVideo Equipments

      Name and Address of Client

      Details of work executed

      Order No amp Date

      Date of Completion

      Order Value

      Copy of order Enclosed

      These details are to be furnished in Schedule-5 of Techno commercial part of the bid

Page 3: PPR-NJHPS-1163 NOTICE INVITING TENDER (Domestic ...sjvn.nic.in/writereaddata/Portal/Tender/179_1/1_Tender_Doc1163.pdf · certificate) to this effect from their clients. In the case

PQR for PPR-1163 (AudioVideo Equipments for Conference Room of New Office Building) Page 2 of 3

certificate) to this effect from their clients In the case LOAs work orders agreements are from the private company (ies) firm (s) then copy (ies) of TDS for the same are also need to be submitted along with the satisfactory completion certificate

(C) General Conditions of Prequalification

1 Bidder must furnish Code number photocopies for PAN Sales tax VATTIN amp Service Tax (If applicable) etc

2 SJVN Ltd reserves the right to cancel withdraw the invitation for bid without assigning any reason and shall bear no liability whatsoever consequent upon such a decision

3 Notwithstanding anything stated above SJVN Ltd reserves the right to assess the Bidderrsquos capability and capacity to perform the contract satisfactorily should the circumstances warrant such assessment in the overall interest of SJVN Ltd

4 Price bid of only those bidders shall be opened who qualify based on the specified qualifying requirements after Scrutiny of details documents furnished by them and found to be techno- commercial responsive

PQR for PPR-1163 (AudioVideo Equipments for Conference Room of New Office Building) Page 3 of 3

SJVN LtdAnnexure-I

Under Taking From Bidder

Bidderrsquos Name amp Address

11 We are qualified under clause (A) amp (C) of the qualifying requirements (any qualifying requirements which bidder does not meet shall be mentioned in the separate sheet)

12 We are regular contractor for Supply Installation amp Testing of AudioVideo Equipments

13 We confirm having carried out following contracts for similar nature of job related to Supply Installation amp Testing of AudioVideo Equipments

Name and Address of Client

Details of work executed

Order No ampDate

Date of Completion

Order Value

Copy of order Enclosed

These details are to be furnished in Schedule-5 of Techno commercial part of the bid

1Boundary Layer Mics (As per Technical Specification Attached) Probable Make- Beyerdynamic Clock Audio EV or Equivalent

16 Nos

2Wireless Handheld Mics (As per Technical Specification Attached) Probable Make- AKG Clock Audio Beyerdynamic or equivalent

2 Nos

3Wireless Lapel Mics (As per Technical Specification Attached) Make- AKG Clock Audio Beyerdynamic or equivalent

2 Nos

4Pop Up Boxes (As per Technical Specification Attached) Probable Make- Extron Kramer Magnum or equivalent

6 Nos

5Switcher (As per Technical Specification Attached) Make- Extron Kramer Analog Way or equivalent

1 Nos

6DSP (As per Technical Specification Attached) Probable Make- BSS Clearone Bose or equivalent

2 Nos

7Speakers (As per Technical Specification Attached) Probable Make- JBL Tannoy Renkus Heinz or equivalent

4 Nos

8Amplifier (As per Technical Specification Attached) Probable Make- JBL Tannoy Renkus Heinz or equivalent

1 Nos

94500 Lumens WXGA Projector (As per Technical Specification Attached) Probable Make- Panasonic Christie Barco or equivalent

1 Nos

10Motorized ceiling Mount Kit (As per Technical Specification Attached) Probable Make- Customised or equivalent

1 Nos

1170 Full HD LED with wall Mount(As per Technical Specification Attached) Probable Make-Panasonic Sony Christie or equivalent

1 Nos

12133 Diagonal Motorized Screen(As per Technical Specification Attached) Probable Make- Draper DNP or equivalent

1 Nos

13Touch Panel Control System(As per Technical Specification Attached) Probable Make- Crestron Extron Analog way or equivalent

1 Nos

14DVD player with HDMI amp USB pen Drive (As per Technical Specification Attached) Probable Make- Panasonic Sony Pioneer or equivalent

1 Nos

ANNEXURE-A

Bill of Quantity Name of Work- Supply Installation amp Testing of AudioVideo Equipments for Conference Room Of New Office Building Of NJHPS SJVN Ltd Jhakri

Sr No Description of Items QTY Unit

Page 1 of 11 ITB- PPR-1163- AudioVideo System)

INSTRUCTIONS TO BIDDERS (ITB)

The bids are invited using e-tendering mode so please read the instructions carefully and upload the filled in bids as per requirement of bid documents Any unfilled schedule information in schedules may lead to rejection of the bid

10 General Instructions

11 The SJVN Limited hereinafter called SJVN Owner is a Joint Venture of Govt of India and Govt of Himachal Pradesh having its registered office at Himfed Building New Shimla - 171 009 have their Nathpa Jhakri Hydroelectric Power Plant with a capacity of 6x250 MW at Nathpa (Distt Kinnaur) and Jhakri (Distt Shimla) in the State of Himachal Pradesh India

12 SJVN has issued an invitation to bid as enclosed and will receive bids as set forth in the accompanying Bid documents

13 Bids can not be uploaded after the time amp date fixed for receipt of bids as set out in the Invitation of Bid

14 SJVN reserves the right to accept or reject any or all Bids without assigning any reason for such a decision

15 All the cost and expenses incidental to preparation of the proposals discussions and conferences if any including pre-award discussions with the Bidder technical and other presentation including any demonstrations etc shall be to the account of the Bidder and Owner shall bear no liability whatsoever on such costs and expenses

16 The complete filled in bids and necessary scanned documents shall be uploaded at the mentioned address up to 03092014 at 1230 hrs The techno-commercial bid shall be opened on 04092014 at 1530 hrs The bids cannot be uploaded submitted later than 03092014 at 1230 hrs

17 However Price bid part of qualified amp techno-commercial responsive bidders shall be opened on subsequent date for which the qualified bidders shall be informed separately

18 Please note that bids in physical form shall not be entertained under any circumstances and are only to be submitted through e-tendering athttpssjvnabcprocurecom This tender is being processed through e-tenderinge-procurement system The bid documents are to be downloaded filled in and submitted through e-tendering system of SJVN Ltd at httpssjvnabcprocurecom

20 Plant Information

The 1500 MW Nathpa Jhakri Hydroelectric Power Plant is located between Nathpa (Distt Kinnaur) and Jhakri (Distt Shimla) in the State of Himachal Pradesh

30 Communication and Transport Limitation

The Plant Site is located in the interior of Himachal Pradesh The dam is locatedon the Sutlej River near village Nathpa in District Kinnaur The underground

Page 2 of 11 ITB- PPR-1163- AudioVideo System)

power house is located near village Jhakri in District Shimla Shimla the capital of the State of Himachal Pradesh is enroute about 150Km South-West from Jhakri The distance by road from Jhakri to Nathpa upstream is about 45 Km (Approx)

The rail head (broad gauge) is at Kalka (NR) Kalka is about 235 Km (Approx) from Jhakri

Approximate Distance from Kalka

ToMumbai

To Kolkata

ToChennai

(i) By Rail 1906 1809 2558(ii) By Road 1753 1791 2482

The distance from Kalka to Delhi by road is 285 Km (approx)From the Kalka rail head the Project is approachable by the following roadsroutes-

(i) Kalka - Dharampur - Solan - Shimla - Narkanda - Rampur - Jhakri (NH -22)

235 Km (Approx)

(ii) Kalka - Dharampur - Solan - Shimla - Dhalli -Basantpur - Rampur ndash Jhakri

250 Km(Approx)

(iii) Kalka - Dharampur - Sabathu - Arki - Shalaghat - Dhami - Basantpur - Rampur ndash Jhakri

335 Km(Approx)

Transport Limitation

The transport limitation by road from Kalka to the Plant Site at Nathpa Sholdingwould be the governing factor in respect of the permissible package size and weight Bidder should consider all factors as can be envisaged for transportation of equipment to avoid and overcome the hindrances limitations on existing road on account of weather conditions and any other reasons without affecting the schedule

The project area is situated in earthquake zone IV as per BIS 1893(1984) Hence the equipment shall have to be suitable to withstand safely and not to mal operate under earthquake forces corresponding to zone IV

40 Minimum Qualifying Requirement

As per PQR

50 Scope of Work

Supply Installation amp Testing of AudioVideo Equipments for Conference Room Of New Office Building Of NJHPS SJVN Ltd Jhakri as per Technical Specifications along with associated items which are mentioned in the BOQ(Annex ndash A)

60 Quality Assurance Programme

The Quality Assurance Program shall be as per relevant standards

70 Cost of Bidding

The Bidder shall bear all costs associated with the preparation and submission of its bid and the Owner will in no case be responsible or liable for these costs regardless of the conduct or outcome of the bidding process

Page 3 of 11 ITB- PPR-1163- AudioVideo System)

80 The Bidder is expected to examine all instruction forms terms specifications and other information in the bidding documents Failure to furnish all information required by the bidding documents or submission of a bid not substantially responsive to the bidding documents in every respect will be at the Bidders risk and may result in rejection of its bid

90 Amendment of Bidding Documents

91 At any time prior to the deadline for submission of bids the Owner may for any reason whether at its own initiative or in response to a clarification requested by a prospective Bidder amend the bidding documents

92 The amendment will be notified in writing or by cable or through website (on httpssjvnabcprocurecom) to all prospective Bidders that have received the bidding documents and will be binding on them Bidders are required to immediately acknowledge receipt of any such amendment and it will be assumed that the information contained therein has been taken into account by the Bidder in its bid

93 In order to afford prospective Bidders reasonable time in which to take the amendment into account in preparing their bid the Owner may at its discretion extend the deadline for the submission of bids

94 After publishing of on web any amendment corrigendum shall be uploaded on web The bidders who have not informed us about the download would be required to regularly visit our website for updating themselves about any amendments which may arise from time to time It will be assumed that all the information containedupdated in the website has been taken into account by the Bidder in its bid

100 Language of Bid

The bid prepared by the Bidder and all correspondence and documents related to the bid exchanged by the Bidder and the Owner shall be written in English language Any printed literature furnished by the bidder may also be written in English language

110 Bid Security Earnest Money deposit (EMD)

a) The offer must be accompanied with an Earnest money of ` 74000- (Rupees Seventy Four Thousand Eight Hundred Only) The bid security shall at the Bidders option be in the form of a crossed demand draftpay order Banker Cheque (drawn in favour of NJHPS SJVN Ltd) FDRTDR (Pledged in the name of ldquoNJHPS SJVN Ltdrdquo under the seal amp by the authorized signatory of issuing bank) Bid Security shall remain valid for a period of thirty (30) days beyond the original bid validity period and beyond any extension subsequently requested The DD should be payable at following branches

(i) State Bank of India Jhakri Branch Code - 6988(ii) State Bank of India Rampur Bushahar Branch code - 0703(iii) Punjab National Bank Rampur Bushahar Branch code - 94300(iv) UCO Bank Rampur Bushahar Branch code - 1543(v) HDFC Bank Rampur Bushahar Branch code - 805

Remarks - The EMD in the form of BG outstation local Cheque outstation DDs by hand written DDs is not acceptable

Page 4 of 11 ITB- PPR-1163- AudioVideo System)

b) EMD of the bidder shall be forfeited if the bidder withdraws or amends its bids or impairs or derogates form the bid in any respect with in the period of validity of the bid The EMD of the successful bidder shall be retained as contract security until such period the contractor furnishes the required CPG or until supply the complete material If the contractor fails to fulfill his obligations the EMD retained as contract security shall be forfeited

c) Micro or Small Enterprises (MSE)NSIC registered firms are exempted from submission of EMD and must enclose (Upload scanned copy of the MSENSIC certificate) for the same products as in NIQ above If the MSENSIC certificate does not contain the same products and services as listed in our NIQ and no EMD is found enclosed the owner may ask the bidder to submit the EMD as above The copy of MSE NSIC certificate is to be sent by e-mailfaxpost with reference to the present tender

d) UPLOADING OF EMD The scanned copy of the EMD is to be uploaded on the website The bid is to be submitted through e-tendering and hence the EMD is to be sent to the undersigned by post after submitting the bid along with required details through e-procurement on the web The EMD in physical form should reach before the last date and time of submission of bid If EMD does not reach in physical form within the period of techno commercial evaluation the bid shall be considered as non responsive and price bid of such firms shall not be opened

120 Deviations

Deviations if any from the terms and conditions of Bidding Documents or Technical Specifications including drawings shall be listed only in Deviation Schedule of the bid ieSchedule-2 ldquoSchedule of Deviationsrdquo The Bidder shall also provide the additional price if any for withdrawal of the deviations

Bidder may further note that except for deviations listed in Deviation Schedule the bid shall be deemed to comply with all the requirement in the bidding documents and the bidders shall be required to comply with all such requirements of bidding documents and technical specifications and drawings without any extra cost to the Owner irrespective of any mention to the contrary anywhere else in the bid failing which the bid security of the Bidder may be forfeitedThe owner has complete right to evaluate the deviations without prejudice After evaluation the deviations may or may not be agreed by the owner The bidder shall be intimated in writing accordingly

130 Work Completion Schedule

The basic consideration and the essence of the Contract shall be the strict adherence to the Work Completion Schedule Entire scope of work should be completed within 90 days from the issue of Supply Order

140 Price Adjustment Data

Not applicable being FIRM Price Contract

150 Bid Prices Unless otherwise specified in the Technical Specifications Bidders shall quote

for the entire supply on a single responsibility basis such that the total bidprice covers all the suppliers obligations mentioned in or to be reasonably inferred from the bidding documents

Page 5 of 11 ITB- PPR-1163- AudioVideo System)

Bidders are required to quote the price for the commercial contractual and technical obligations outlined in the bidding documents

Bidders shall give the required details and breakup of their prices as per Schedules specified

The Prices quoted by the Bidder shall be FIRM during the performance of the contract and not subject to variation on any account A bid submitted with an adjustable price quotation will be treated as non-responsive and rejected

160 Bid Currencies

Bidders shall quote all prices in Indian Rupees only

170 Period of Validity of Bid

Bids shall remain valid for a period of 120 days after the closing date prescribed by the Owner for the receipt of bids A bid valid for a shorter period shall be rejected by the Owner as being non-responsive

In exceptional circumstances the Owner may solicit the Bidderrsquos consent to an extension of the bid validity period The request and responses thereto shall be made in writing or by cablefax If a Bidder accepts to prolong the period of validity the bid security shall also be suitably extended A Bidder may refuse the request without forfeiting its bid security A Bidder granting the request will not be required nor permitted to modify its bid

180 BID PROPOSAL SHEETS (BPS)

The Bidder shall furnish complete all the appropriate Schedules data required as per the bidding documents at httpssjvnabcprocurecom

190 FORMAT AND SIGNING OF BID

The Bid must contain the name residence and place of business of the person or persons making the Bid and must be digitally signed The name of all persons signing should also be mentioned at appropriate place

Bid by Corporation Company must be digitally signed with the legal name of the Corporation Company by the President Managing Director or by the Secretary or other person or persons authorized to bid on behalf of such Corporation Company in the matter

Bidders name stated on the proposal shall be the exact legal name of the firm

All the requisite documents shall be scanned amp uploaded along with bid The hard copy of the documents shall also be posted as per details given in clause 320 so as to reach on or before the last date and time of submission of bid

If situation so warrants SJVN LTD NJHPS may ask the bidders to produce original documents which were submitted as scanned copies along with bid for verification

Page 6 of 11 ITB- PPR-1163- AudioVideo System)

200 Submission of Bids

The bids will be submitted electronically at designated places in various schedules The complete bid document along with the schedules can be downloaded by the bidder through httpssjvnabcprocurecom only after registration as explained in ldquoVendor Registration Procedure amp Submission amp Filling of Bidsrdquo The bid is to be filled only in the in the schedules available on the web The price schedules cannot be downloaded as they are to be filled online however techno-commercial schedules and Bid Proposal Sheet etc are to be downloaded first and are to be uploaded again after filling the same The bid is called under 02 parts as under-

A Bid Proposal Sheet (BPS) Price Bid Part which consists of the followings schedules-

(i) Schedule-1 Page 1 of 2 ldquoSchedule of Pricesrdquo(ii) Schedule-1 Page 2 of 2 ldquoSchedule of Taxes amp Dutiesrdquo

Remarks-All above schedule are available in single excel sheet ldquoBPS Price Schedulesrdquo The bidders have to fill the required information in the colored boxes only

The prevailing rate of taxes amp duties is to be clearly mentioned in the ldquoSchedule of Taxes amp Dutiesrdquo In case nothing is mentioned or mentioned ldquoNILrdquo then it shall be presumed that the rates quoted are inclusive of taxes and duties or as else the taxes amp duties are not applicable The taxes amp duties shall be paid as per applicable rate at the time of execution of work Any increase in taxes amp duties new introduction of new taxes amp duties levy by the Govt shall be paid by SJVN Ltd provided that such increase in taxes amp duties new introduction of new taxes amp duties levy by the Govt is made with in schedule work completion period as per LOA otherwise same shall be paid by the bidders The following may be considering by the bidders-

a The entry tax for the entry of goods in Himachal Pradesh shall be paid by SJVN directly to concerned authorities During bid evaluation the bid of the bidders quoting outside from HP shall be loaded at the applicable rate of the Entry Tax

b CSTVAT No ldquoCrdquo Form will be issued by SJVN Ltd for this tender thus Sale tax has to be quoted for accordingly by the bidder

c Any other deduction like TDS ldquoWCTrdquo (As per applicable rate in HP) if applicable as per the Govt laws shall be made from your payment and statement for the same shall be provided by SJVN for the same

d The successful bidder in his own interest shall have to register himselffirmcompany under the HP VAT Act-2005 with the Excise amp taxation Deptt Himachal Pradesh WCT on the material portion of the contract shall be deducted as applicable

BBid Proposal Sheet Techno-commercial Bid Part which consists of the followings-

All documents as required CSTVATTIN No PAN etc and any other documents as required asked in the tender are to be uploaded submitted along with the bid These documents are to be uploaded along with the General Documents

Page 7 of 11 ITB- PPR-1163- AudioVideo System)

Bid Security Earnest Money deposit (EMD)Copy of NSICSSI certificate as per sr no 110 above

Cost of Tender Document (If any)copy of NSICSSI certificate as per sr no 210 above

Undertaking as per sr no 330 below

The Bid Proposal Sheet (BPS) techno-commercial schedules to be filled are as under-

(i) Schedule-2 Page 1 of 1 ldquoSchedule of Deviationsrdquo(ii) Schedule-3 Page 1 of 1 ldquoSchedule for Contact Details amp Bank

Account Detailsrdquo(iii) Schedule-4 Page 1 of 1 ldquoSchedule of make offeredrdquo(iv) Schedule-5 Page 1 of 1 ldquoSchedule for Minimum Qualifying

Requirementsrdquo

Remarks-All above schedule are available in single excel sheet ldquoBPS Techno commercial Schedulesrdquo The bidders have to fill the required information in the colored boxes only

The Techno-Commercial Bid part will be opened electronically as per schedule time and date as indicated in the bid documents in the Oo Dy General Manager (PampC) NJHPS SJVN Ltd Jhakri Distt Shimla (HP) ndash 172 201

The Price Part will be opened electronically at same place only for those bidders whose techno-commercial part is found to be techno-commercially acceptable and only such bidders will be intimated subsequently either telephonically or through Fax Courier about the time and date of price bid opening

The Owner further reserves the right to reject any Bid which is not submitted according to the instructions stipulated above

After submission of the bid through e-tendering an acknowledgment slip is automatically generated and same is to be send by fax poste-mail as per clause 320 as a proof for bid submission through e-tendering

210 Cost of Tender Documents The cost of tender document is Rs 1000- (One Thousand Only) in the shape of Demand Draft in favour of owner (NJHPS SJVN Ltd Jhakri) payable banks as mentioned at sr no 112 above and the bidder must submit the same in envelope which should be reached preferably before last date and time of submission of bid ie 1230 Hrs of 03092014 The scanned copy of the cost of bid document (DD) shall be uploaded in the designated place The NSICMSE registered firms are exempted from the submission of the cost of tender documents

220 Late BidsNo bid shall be received after last date and time of bid submission

Page 8 of 11 ITB- PPR-1163- AudioVideo System)

230 Withdrawal of Bids

No bid may be withdrawn in the interval between the bid submission deadline and the expiration of the bid validity period specified in Bid documents Withdrawal of a bid during this interval may result in the Bidders forfeiture of its bid security EMD

240 Bid Opening and Evaluation

The Owner will open all bids electronically in the presence of bidders representatives who choose to attend the opening at the time on the date and at the place specified in the NIT NIQ Bidders representatives shall sign a register as proof of their attendance In the event of the specified date for the opening of bids being declared a holidaynetwork problem for the Owner the bids will be opened at the appointed time on the next working day

Bids will be evaluated for the complete scope of the supply on single responsibility basis and FOR Jhakri basis During bid evaluation the bid of the bidders quoting outside from HP shall be loaded at the applicable rate of the Entry Tax

No price preference shall be given to any bidder during the bid evaluation

No Mobile Phone will be permitted inside the bid opening room Therefore bidders should deposit Mobile Phones with Security gate at Reception

SJVN liability towards service tax shall also be considered as per service tax notification No 302012 dated 20062012 during bid evaluation

Cost loading will be carried out for the deviations taken by the bidder to determine the lowest evaluated Bid which will be considered for acceptance

The items for which bidder does not quote his price ie leaves the rate amount column blank or simply puts a (-) mark or () mark or indicates lsquoNILrsquo lsquoNArsquo or as applicable no cost shall be considered for bid evaluation for these items and for the purpose of award the value of such item shall be deemed to have been included in other quoted items If the bidder does not agree to this consideration his bid will be rejected and the bid guarantee may be forfeited

250 Clarification of Bids

During bid evaluation the Owner may at its discretion ask the Bidder for a clarification of its bid The request for clarification and the response shall be in writing and no change in the price or substance of the bid shall be sought offered or permitted

260 Correction of Errors (Applicable to extent possible)

A The errors discrepancies in respect of the specified amount in Bid Proposal Sheets for an individual item andor sub-item andor in the sub-total of a schedule andor in the Grand total of a schedule andor in the lump sum price of the package either due to discrepancy between figures and words andor simple arithmetical error while adding andor multiplying and or due to wrong extension of unit rates etc the error will be rectified and computed by SJVN as per the following method

Page 9 of 11 ITB- PPR-1163- AudioVideo System)

(i) In case of discrepancy between figure and words the value specified in the words will be considered for computation

(ii) Firstly the unit rates in words will be considered for computation

(iii) In case unit rates are not indicated in words then unit rates indicated in figure will be considered and will be used for deriving the amount from the quantities specified in the bid documents

(iv) In case error is due to wrong extension of quantities the quantities as specified in the bid documents will be considered and multiplied by the quoted unit rates to obtain the amount The amounts will be computed as per the extension of amount on the basis of unit rates of individual item sub-item sub-total of a schedule grand total of a schedule and lump sum price of the package based on the above consideration

B After computation of the amounts as above the values as computed shall be considered for evaluation as well as for award If the bidder does not accept the above consideration his bid will be rejected and the Bid Security EMD may be forfeited

C The Owners determination of a bids responsiveness is to be based on the contents of the bid itself 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 non-conformity

270 Influencing the Owner

No Bidder shall contact the Owner on any matter relating to its bid from the time of the opening of bids to the time the contract is awarded

Any effort by a Bidder to influence the Owner in the Ownerrsquos bid evaluation bid comparison or contract award decisions may result in rejection of the Bidderrsquos bid

280 Award of Contract

The Owner will award the contract to the successful Bidder whose bid has been determined to be substantially responsive and to be the lowest evaluated bid further provided that the bidder is determined to be qualified to perform the contract satisfactorily

The owner may request the Bidder to withdraw any of the deviations listed in Deviation Schedule of the winning bid at the price shown for the deviation in Deviation schedule In case the Bidder does not withdraw the deviations proposed by him if any at the cost of withdrawal stated in the bid his bid will be rejected and bid security forfeited

Bidders would be required to comply with all other requirement of the Bidding Documents except for those deviations in Deviation Schedule which are accepted by the Owner failing which the bid security of the Bidder may be forfeited

Award will be placed for total quantity on L1 basis for substantially responsive bid on single responsibility basis for entire scope of supply

Page 10 of 11 ITB- PPR-1163- AudioVideo System)

290 Owners Right to Accept Any Bid and to Reject Any Bids

The Owner reserves the right to accept or reject any bid and to annul the bidding process and reject all bids at any time prior to award of contract without thereby incurring any liability to the affected Bidder or bidders or any obligation to inform the affected Bidder or bidders of the grounds for the Owners action

300 Notification of Award

Prior to the expiration of the period of bid validity the Owner will notify the successful Bidder in writing by registered letter or by cable to be confirmed in writing by registered letter that its bid has been accepted The notification of award will constitute the formation of the contract

Upon the successful Bidders furnishing of the performance security the Owner will promptly notify each unsuccessful Bidder and will discharge its bid security

310 Corrupt or Fraudulent Practices

A The Owner requires that Bidders to observe the highest standard of ethics during the procurement and execution of the Contract In pursuance of this policy the Owner

(a) defines for the purposes of this provision the terms set forth below as follows

(i) corrupt practice means the offering giving receiving or soliciting of any thing of value to influence the action of a public official in the procurement process or in contract execution and

(ii) fraudulent practice means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Owner and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Owner of the benefits of free and open competition

(b) will reject a proposal for award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question

(c) will declare a firm ineligible either indefinitely or for a stated period of time to be awarded a contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for or in executing a contract of the Owner

B Furthermore Bidders shall be aware of the provision stated in the General Conditions of Contract

320 Submission of documents by post

The following documents in hard copyoriginal form sealed in envelop super scribed as ldquoSupply Installation amp Testing of AudioVideo Equipments for

Page 11 of 11 ITB- PPR-1163- AudioVideo System)

Conference Room Of New Office Building Of NJHPS SJVN Ltd Jhakri -(PPR-1163 (OampM)2014)rdquoare to be sent through post-

(i) Earnest Money Deposit (In original)copy of MSE certificate as per clause no 110

(ii) Cost of tender document (In Original) copy of MSE certificate as per clause no 210

(iii) Undertaking form duly signed by the bidder shall be uploaded along with the bid the details of which are as per clause 330

(iv) Copy of TIN No

The scanned copies of above documents are to be uploaded on the web and must reach preferably 03092014 1230 HRS

Any documents as asked or required are to be sent to the following address-Dy General Manager (GM) Procurement and Contract DepartmentNJHPS SJVN LTD JhakriDistt Shimla (HP)-172201

Phone No 01782-275236Fax No 01782-234049 275106E-mail sksood_2000yahoocoin

Any documents as asked or required like scanned copies of EMD amp Cost of tender document (if any) copy of previous orders dealership certificate etc are to be uploaded at the link ldquoGeneral Documentsrdquo at httpssjvnabcprocurecom

330 Undertaking

331 I have read carefully all the bidding documents and agreed to the conditions exceptfor deviation taken clause wise in deviation schedule

332 I have not changed the contents of the bidding documents

333 Scanned copy of documents uploaded along with the bid is true to the best of my knowledge

334 We have quoted for all the items If after opening of price bid it is found that wehave not quoted for all items then our bid shall not be considered for price bid evaluation

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 1 of 7

GENERAL CONDITIONS OF CONTRACT (GCC)

10 Definitions

In this Contract the following terms shall be interpreted as indicated

(a) The Contract means the Contract Agreement entered between the Owner and the Contractor as recorded in the Contract Form signed by the parties including all attachments and appendices thereto and all documents incorporated by reference therein

(b) The Contract Price means the price payable to the Contractor under the Contract for the full and proper performance of its contractualobligations

(c) The Services means all those services necessary for the Supply Installation amp Testing of AudioVideo Equipments under this contractand any other incidental services etc and other such obligations of the Contractor covered under the Contract

(d) The Owner means the SJVN Limited

(e) The Contractor means the individual or firm The Contractor means the individual or firm carrying out the work under this Contract

(f) Corrupt Practice means the offering giving receiving or soliciting ofany thing of value to influence the action of a public official in the procurement process or in contract execution

(g) Fraudulent Practice means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Owner and includes collusive practice among Bidders (prior to or after Bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Owner of the benefits of free and open competition

20 CONTRACT PERFORMANCE SECURITY (CPS)

21 Within thirty (30) days of receipt of the notification of Contract award you shall furnish to the Owner an unconditional performance security for ten percent (10) of the Contract Price with validity up to sixty (60) days after warrantee period (Refer Clause 50 below)

22 The proceeds of the performance security shall be payable to the Owner as compensation for any loss resulting from the Contractors failure to complete its obligations under the Warranty and ContractSupport period

23 The performance security shall be denominated in the currency of the Contract and shall be in the form of Bank Guarantee (As per format enclosed) preferably issued by a nationalized Bank scheduled bank (As per the list enclosed) acceptable to the Owner or in the form of FDR or TDR (pledged in the favour of the owner)

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 2 of 7

24 The performance security will be discharged by the Owner and returned to the Contractor not later than sixty (60) days after expiry of Warranty and ContractSupport period

25 NSIC MSE registered firms are not exempted from the submission of the CPG

26 The interest 155 shall be charged on delay period for breach in timely submission of CPGInitial Security Deposit without prejudice to right of SJVN to other remedies available under the contract

30 PACKING AND FORWARDING 31 The bidder shall provide such packing to the goods as is required to prevent

damage or deterioration during transit to their final destination at Jhakri

40 INSURANCEThe goods to be supplied under the scope of the work shall be insured for all risks by the contractor till it is delivered installed amp commissioned at NJHPS SJVN Ltd Jhakri

50 GUARANTEWARRANTY

The material under the scope of this contract will be warranted against any manufacturing defects poor workmanship and the consumablematerial used for maximum of 12 months from the date of successful installation amp commissioning In case of any problem within the warranty period due to manufacturing defects their performance poor workmanship and the consumablematerial used arises the same will be rectifiedreplaced free of cost at site by the supplier within fortnight of such notification by the EIC as necessary

60 FORCE MEAJEURE

61 The firm shall not be liable for loss or damage to SJVN resulting from any delays or failure to make shipment to Nathpa site within schedule time for all or any part of the item due to the act of God war declared or undeclared acts of public enemy riots civil commotion invasion insurrection sabotage acts of restraint of Government federal state or municipal action or regulation fire flood hurricanes accidents epidemic quarantine restrictions or any failure on the part of the Owner or his representative to approve or comments on drawings or other causes contingencies or circumstances not subject to their control whether of a similar or dissimilar nature which prevents the Contractor from completion of work Any such cause or delays even though not existing on the date of the contract on or the date of start of reclaiming shall extend the time of performance automatically by length of delays occasioned thereby including delay reasonably incidental to the resumption of normal reclamation work even though such case may occur after performance of firmrsquos obligation has been delayed for the other causes

62 If a Force Majeure situation arises the Contractor shall promptly notify the Owner in writing of such condition and the cause thereof Unless otherwise directed by the Owner in writing the Contractor shall continue to perform its obligations under the Contract as far as is reasonably practical and shall seek

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 3 of 7

all reasonable alternative means for performance not prevented by the Force Majeure event

70 PAYMENT TERMS The payment to the bidder will be made as under after submission of all the required documents acceptable to SJVN Ltd-

A The Seventy percent (70) payment (including 100 taxes amp duties) shall bemade within 30 days after receipt of the material at NJHPS SJVN Ltd Jhakriand on submission of followings documents to consignee

(i) Bills in triplicate(ii) Photocopy of unconditional acceptance of Letter of Award(iii) Inspection Report issued by the EIC or his representative (The

inspection of supplied material shall be carried out at store NJHPS Jhakri

(iv) Copy of CPG as per clause no 20(v) Copy of TIN No

B Balance thirty percent (30) payment shall be made within 30 days after completion of work and on submission of followings documents in bound folder to the consignee-

(i) Bills in triplicate(ii) GuaranteeWarranty Certificate(iii) Completion certificate issued by EIC that the material has been

successfully installed amp commissioned(iv) Documents asked as per clause 12 of General Technical Terms ans

ConditionsC The payment shall be released through electronic fund transfer and hence you

are requested to give your bank account detail along with IFSCRTGS code of your bank branch The required detail is to be filled in ldquoSchedule-3-Bank Account Detailrdquo Bank charges if any shall be borne by you The details to be submitted in the schedule as enclosed

DAs per SJVN Ltd policy no advance payment can be given

E The service tax shall be paid by the SJVN bidder as per service tax notification no 302012 dated 20062012 The service tax is to mentioned separately in price schedules amp same shall be reimbursed on submission of following information along with the bills-

(I) Name Address amp Contact Details (Tel no etc) of the Service Provider (II) Service Tax Number of the Service Provider(III) PAN of the Service Provider(IV) Service Tax Invoice Number(V) Gross amount of services(VI) Service Tax amount

80 WORK COMPLETION SCHEDULEThe basic consideration and the essence of the Contract shall be the strict adherence to the Work Completion Schedule Entire scope of work should be completed within 90 days from the issue of Supply Order

90 LIQUIDATED DAMAGES

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 4 of 7

91 If the Supplier fails to complete the work within the period(s) specified in the Contract the Owner shall without prejudice to its other remedies under the Contract deduct from the Contract Price as Liquidated Damages as specified here in below

92 The Liquidated Damage for delay in completion of work(Supply Installation amp Commissioning) beyond the maximum completion schedule as stipulated at clause 80 above shall be frac12 (Half percent) per week or part thereof of the total contract value The total amount of Liquidated Damages for delay under the Contract will be subject to a maximum of five percent (5) of the total Contract price

93 Amount of Liquidated Damage shall be payable by the Supplier whenever demanded by the Owner and or Owner can recover the amount of liquidated Damages (to the extent leviable at any time) from the amount payable to the Supplier available with Owner under this Contract

94 Supplierrsquos obligations and the Ownerrsquos remedies in respect of delay are solely and exclusively as stated in this Liquidated Damages clause subject to provisions of Clause 120 and consequence thereof

100 TERMINATION OF CONTRACT ON CONTRACTORS DEFAULTThe Owner without prejudice to any other remedy for breach of Contract by written notice of default sent to the Contractor may terminate this Contract in whole or in part

a) if the Contractor fails to complete any part of all the work or all of the Goods within the period(s) specified in the Contract or within any extension thereof granted by the Owner

b) if the Contractor fails to perform any other obligation(s) under the Contract

c) If the Contractor in the judgment of the Owner has engaged in corrupt or fraudulent practices in competing for or in executing the Contract

101 In the event the Owner terminates the Contract in whole or in part the Owner may procure get repaired upon such terms and in such manner as it deems appropriate Goods or Services similar to those undelivered un-repaired and the Contractor shall be liable to the Owner for any excess costs for such similar Goods or Services However the Contractor shall continue performance of the Contract to the extent not terminated

110 TERMINATION FOR INSOLVENCYThe Owner may at any time terminate the Contract by giving written notice to the Contractor if the Contractor becomes bankrupt or otherwise insolvent In this event termination will be without compensation to the Contractor provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the Owner

120 TERMINATION OF CONTRACT ON OWNERS INITIATIVE

121 The Owner reserves the right to terminate the Contract either in part or in full due to reasons other than those mentioned under clause entitled Contractors

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 5 of 7

Default and Outbreak of War The Owner shall in such an event give seven (7) days notice in writing to the Contractor of his decision to do so

122 The Contractor upon receipt of such notice shall discontinue the work on the date and to the extent specified in the notice make all reasonable efforts to obtain cancellation of all orders and contracts to the Owner stop all further sub-contracting or purchasing activity related to the work terminated and assist the Owner in storage maintenance protection and disposition of the works acquired under the contract by the Owner

123 In the event of such a termination the Contractor shall be paid equitable and reasonable compensation as dictated by the circumstances prevalent at the time of termination

130 SETTLEMENT OF DISPUTES131 Any dispute(s) or difference(s) arising out of or in connection with the Contract

shall to the extent possible in the first instance be resolved amicably between the Contractor and the Ownerrsquos Engineer

132 If any dispute or difference of any kind whatsoever shall arise between the Owner and the Contractor arising out of the Contract for the performance of the Works whether during the progress of the Works or after its completion or whether before or after the termination abandonment or breach of the Contract it shall in the first place be referred to and settled by the Engineer who within a period of ten (10 ) days after being requested by either party to do so shall give written notice of his decision to the Owner and the Contractor

133 Save as hereinafter provided such decision in respect of every matter so referred shall be final and binding upon the parties until the completion of the entire work under the Contract and shall forthwith be given effect to by the Contractor who shall comply with all such decisions with all due diligence whether he or the Owner requires arbitration as hereinafter provided or not

134 If after the Engineer has given written notice of his decision to the parties no claim to arbitration has been communicated to him by either party within ten (10) days from the receipt of such notice the said decision shall become final and binding on the parties

135 In the event of the Engineer failing to notify his decision within ten (10) days after being requested as aforesaid or in the event of either the Owner or the Contractor being dissatisfied with any such decision or within ten (10) days after the expiry of the first mentioned period of ten (10) days as the case may be either party may require by written notice to the other party that the matters in dispute be referred to arbitration as hereinafter provided

140 ARBITRATION

141 All disputes or differences in respect of which the decision if any of the Engineer has not become final or binding as aforesaid shall be settled by arbitration in the manner hereinafter provided

142 In the event of the Contractor that is to say a citizen andor a permanent resident of India a firm or a company duly registered or incorporated in India the arbitration shall be conducted by three arbitrators one each to be nominated

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 6 of 7

by the contractor and the Owner and the third to be named by the President of Institution of Engineers India If either of the parties fails to appoint its arbitrator within thirty (30) days after receipt of a notice from the other party invoking the arbitration clause the President of the Institution of Engineers India shall have the power at the request of either of the parties to appoint the arbitrators A certified copy of the said President making such an appointment shall be furnished to both the parties

143 The arbitration shall be conducted in accordance with the provisions of the Arbitration amp Conciliation Act 1996 or any statutory modification thereof

144 Arbitration(s) shall give reasoned award

145 The decision of the majority of the arbitrators shall be final and binding upon the parties The expenses of the arbitration shall be paid as may be determined by the arbitrators The arbitrators may from time to time with the consent of all the parties enlarge the time for making the award In the event of any of the aforesaid arbitrators dying neglecting resigning of being unable to act for any reason it will be lawful for the party concerned to nominate another arbitrator in place of the outgoing arbitrator

146 The arbitrator shall have full powers to review andor revise any decision opinion directions certification or valuation of the Engineer in consonance with the contract

150 APPLICABLE LAW

151 The Contract shall be governed by and interpreted in accordance with the laws in force in India The courts of Rampur BushahrShimla shall have exclusive jurisdiction in all matters arising under the Contract

160 NOTICES

Any notice given by one party to the other pursuant to this Contract shall be sent to the other party in writing or by cable telex or facsimile and confirmed in writing to the other partys address specified in NITNIQ

A notice shall be effective when delivered or on the notices effective date whichever is later

17 CORRESPONDENCE(i) All correspondence related to this contract before award of the contract shall

be addressed to DGM Procurement amp Contract Deptt NJHPS SJVN Ltd Jhakri Distt Shimla (HP) PIN- 172201 PH No 0091-1782-275794 Fax No 0091-1782-234049

(ii) All the correspondences after award of the contract shall be addressed to DGM(ITampCPSSM) NJHPS SJVN Ltd Jhakri

18 Engineer in Charge (EIC)DGM (ITampCPSSM) NJHPS SJVN Ltd Jhakri shall be the EIC of this work The material shall be drawn by EIC from store for the installation

19 CONSIGNEEThe Goods under this Contract shall be dispatched to the Consignee at the following address-

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 7 of 7

Manager (OampM Stores)Nathpa Jhakri Hydro Power Station SJVN Ltd Jhakri Distt Shimla (HP)Pin-172201 (INDIA)Phone No 0091-1782-275041 Fax No 0091-1782-234049

20 The material is to transported through ldquoRegistered Common Carrierrdquo only (Registered Common Carrier mean the carrier registered with a State Transport Authority or a Regional Transport Authority)

21 TESTING amp INSPECTIONInspection of material supplied against this supply order shall be carried out by EIC or his authorized representative at project stores Jhakri on receipt of material amp subsequently after successful installation testing amp commissioning at site

THE SECOND SCHEDULE TO THE RESERVE BANK OF INDIA ACT 1934

[Sections 2(e) and 42]

SCHEDULED BANKS

STATE CO-OPERATIVE BANKS Andhra Pradesh State Co-operative Bank Ltd Hyderabad Bihar State Co-operative Bank Ltd Bihar Goa State Co-operative Bank Ltd Panaji Gujarat State Co-operative Bank Ltd Ahmedabad Haryana State Co-operative Apex Bank Ltd Chandigarh Karnataka State Co-operative Apex Bank Ltd Bangalore Kerala State Co-operative Bank Ltd Thiruvananthapuram Madhya Pradesh Rajya Sahakari Bank Maryadit Bhopal Maharashtra State Co-operative Bank Ltd Mumbai Orissa State Co-operative Bank Ltd Bhubaneswar Pondicherry State Co-operative Bank Ltd Pondicherry Punjab State Co-operative Bank Ltd Chandigarh Rajasthan State Co-operative Bank Ltd Jaipur Tamil Nadu State Apex Co-operative Bank Ltd Chennai Uttar Pradesh Co-operative Bank Ltd Lucknow West Bengal State Co-operative Bank Ltd Kolkata

Urban Co-operative Banks

A P Mahesh Co-operative Urban Bank Ltd Hyderabad Abhyudaya Co-operative Bank Ltd Mumbai Ahmedabad Mercantile Co-operative Bank Ltd Ahmedabad Akola Janata Commercial Co-operative Bank Ltd Akola Amanath Co-operative Bank Ltd Bangalore Bassein Catholic Co-operative Bank Limited Vasai Bharat Co-operative Bank (Mumbai) Ltd Mumbai Bharati Sahakari Bank Ltd Pune Bombay Mercantile Co-operative Bank Limited Mumbai Charminar Co-operative Urban Bank Ltd Hyderabad Citizen Credit Co-operative Bank Ltd Mumbai Dombivli Nagari Sahakari Bank Ltd Dombivli Greater Bombay Co-operative Bank Limited Mumbai Indian Mercantile Co-operative Bank Ltd Lucknow Jalgaon Janata Sahakari Bank Ltd Jalgaon Janakalyan Sahakari Bank Ltd Mumbai Janalaxmi Cooperative Bank Ltd Nashik Janata Sahakari Bank Ltd Pune Kallappanna Awade Ichalkaranji Janata Sahakari Bank Ltd Ichalkaranji Kalupur Commercial Co-operative Bank Ltd Ahmedabad Kalyan Janata Sahakari Bank Ltd Kalyan Kapol Cooperative Bank Ltd Mumbai Karad Urban Co-operative Bank Ltd Karad Madhavapura Mercantile Co-operative Bank Ltd Ahmedabad Mahanagar Co-operative Bank Ltd Mumbai Mapusa Urban Co-operative Bank of Goa Ltd Mapusa Mehsana Urban Co-operative Bank Ltd Mehsana N K G S B Co-operative Bank Ltd Mumbai Nagar Urban Co-operative Bank Ltd Ahmednagar Nagpur Nagrik Sahakari Bank Ltd Nagpur New India Co-operative Bank Ltd Mumbai Nutan Nagrik Sahakari Bank Ltd Ahmedabad Parsik Janata Sahakari Bank Ltd Thane Pravara Sahakari Bank Ltd Loni Punjab amp Maharashtra Co-operative Bank Ltd Mumbai Rajkot Nagrik Sahakari Bank Ltd Rajkot Rupee Co-operative Bank Ltd Pune Sangli Urban Co-operative Bank Ltd Sangli Saraswat Co-operative Bank Ltd Mumbai Sardar Bhiladwala Pardi Peoples Co-operative Bank Ltd Killa Pardi Shikshak Sahakari Bank Ltd Nagpur Solapur Janata Sahakari Bank Ltd Solapur Surat Peoples Co-operative Bank Ltd Surat Thane Bharat Sahakari Bank Ltd Thane Thane Janata Sahakari Bank Ltd Thane The Akola Urban Co-operative Bank Ltd Akola The Cosmos Co-operative Bank Ltd Pune The Goa Urban Co-operative Bank Ltd Panaji The Khamgaon Urban Co-operative Bank Ltd Khamgaon The Nasik Merchants Co-operative Bank Ltd Nasik The Shamrao Vithal Co-operative Bank Ltd Mumbai The Zoroastrian Co-operative Bank Ltd Mumbai Vasavi Co-operative Urban Bank Limited Hyderabad

SBI AND ASSOCIATES State Bank of India State Bank of Bikaner amp Jaipur State Bank of Hyderabad State Bank of Indore State Bank of Mysore State Bank of Patiala State Bank of Saurashtra State Bank of Travancore

NATIONALISED BANKS

Allahabad Bank Andhra Bank Bank of Baroda Bank of India Bank of Maharashtra Canara Bank Central Bank of India Corporation Bank Dena Bank Indian Bank Indian Overseas Bank Oriental Bank of Commerce Punjab National Bank Punjab and Sind Bank Syndicate Bank UCO Bank Union Bank of India United Bank of India Vijaya Bank

OTHER PUBLIC SECTOR BANKS

Industrial Development Bank of India Ltd

PRIVATE SECTOR BANKS Bank of Rajasthan Ltd Catholic Syrian Bank Ltd City Union Bank Ltd Development Credit Bank Ltd Dhanalakshmi Bank Ltd Federal Bank Ltd HDFC Bank Ltd ICICI Bank Ltd IndusInd Bank Ltd ING Vysya Bank Ltd Jammu and Kashmir Bank Ltd Karnataka Bank Ltd Karur Vysya Bank Ltd Kotak Mahindra Bank Ltd Lakshmi Vilas Bank Ltd Nainital Bank Ltd Ratnakar Bank Ltd SBI Commercial International Bank Ltd South Indian Bank Ltd Tamilnad Mercantile Bank Ltd Axis Bank Ltd Yes Bank Ltd

FOREIGN BANKS ABN Amro Bank NV Abu Dhabi Commercial Bank Ltd American Express Banking Corporation Antwerp Diamond Bank NV Arab Bangladesh Bank Bank International Indonesia Bank of America Bank of Bahrain and Kuwait BSC Bank of Ceylon Bank of Nova Scotia Bank of Tokyo ndash Mitsubishi Ltd Barclays Bank Plc BNP Paribas China Trust Commercial Bank Shinhan Bank Citi Bank NA Calyon Bank Deutsche Bank DBS Bank Ltd The Hongkong and Shanghai Banking Corporation Ltd JP Morgan Chase Bank NA Krung Thai Bank Public Company Ltd Mashreq Bank psc Mizuho Corporate Bank Ltd Oman International Bank SAOG Societe Generale Sonali Bank Standard Chartered Bank State Bank of Mauritius Ltd

GRAMIN BANKS Andhra Pradesh Grameen Vikas Bank Warangal (Andhra Pradesh) Andhra Pragathi Grameena Bank Kadapa (Andhra Pradesh) Aryavart Gramin Bank Lucknow (Uttar Pradesh) Arunachal Pradesh Rural Bank Naharlagun (Arunachal Pradesh) Assam Gramin Vikas Bank Guwahati (Assam) Baitarani Gramya Bank Baripada (Orissa) Ballia Kshetriya Gramin Bank Ballia (Uttar Pradesh) Bangiya Gramin Vikash Bank Berhampore (West Bengal) Baroda Gujarat Gramin Bank Bharuch (Gujarat) Baroda Rajasthan Gramin Bank Ajmer (Rajasthan) Baroda Uttar Pradesh Gramin Bank Rae Bareli (Uttar Pradesh) Bihar Kshetriya Gramin Bank Monghyr (Bihar) Cauvery Kalpatharu Grameena Bank Mysore (Karnataka) Chaitanya Godavari Grameena Bank (Andhra Pradesh) Chhattisgarh Gramin Bank Raipur (Chhattisgarh) Chikmagalur-Kodaga Grameena Bank Chikmagalur (Karnataka) Deccan Grameena Bank Dilsukhnagar (Hyderabad) Dena Gujarat Gramin Bank Gandhinagar (Gujarat) Durg-Rajnandgaon Gramin Bank Rajnandgaon (Chhattisgarh) Ellaquai Dehati Bank Srinagar (Jammu and Kashmir) Etawah Kshetriya Gramin Bank Etawah (Uttar Pradesh) Faridkot Bhatinda Kshetriya Gramin Bank Bhatinda (Punjab) Gurgaon Gramin Bank Gurgaon (Haryana) Hadoti Kshetriya Gramin Bank Kota (Rajasthan) Haryana Gramin Bank Rohtak (Haryana) Himachal Gramin Bank Mandi (Himachal Pradesh) Jaipur Thar Gramin Bank Jaipur (Rajasthan) Jammu Rural Bank Jammu Jhabua-Dhar Kshetriya Gramin Bank Jhabua (Madhya Pradesh) Jharkhand Gramin Bank Ranchi (Jharkhand) Kalinga Gramya Bank Cuttack (Orissa) Kamraz Rural Bank Sopore (Jammu and Kashmir) Karnatka Vikas Gramin Bank Dharwad (Karnataka) Kashi Gomti Samyut Gramin Bank Varanasi (Uttar Pradesh) Khasi J Bank Shillong (Meghalaya) Krishna Grameena Bank Gulbarga (Karnataka) Kshetriya Kisan Gramin Bank Mainpuri (Uttar Pradesh) Langpi Dehangi Rural Bank Dhiphu (Assam) Lucknow Kshetriya Gramin Bank Sitapur (Uttar Pradesh) Madhya Bharath Gramin Bank Sagar (Madhya Pradesh) Madhya Bihar Gramin Bank Patna (Bihar) Mahakaushal Kshetriya Gramin Bank Jabalpur (Madhya Pradesh) Maharashtra Godavari Gramin Bank (Maharashtra) Malwa Gramin Bank Sangrur (Punjab) Marwar Ganganagar Bikaner Gramin Bank Pali (Rajasthan) Manipur Rural Bank Imphal (Manipur) Marathwada Gramin Bank Nanded (Maharashtra) Mewar Aanchalik Gramin Bank Udaipur (Rajasthan) Mizoram Rural Bank Aizawl (Mizoram) Nagaland Rural Bank Kohima (Nagaland) Nainital Almora Kshetriya Gramin Bank Nainital (Uttaranchal) Narmada Malwa Gramin Bank Indore (Madhya Pradesh) Neelachal Gramya Bank (Orissa) North Malabar Gramin Bank Kannur (Kerala) Pallavan Grama Bank Salem (Tamil Nadu)

Pandyan Grama Bank Virudhunagar (Tamil Nadu) Paschim Banga Gramin Bank Howrah (West Bengal) Parvatiya Gramin Bank Chamba (Himachal Pradesh) Pragathi Gramin Bank Bellary (Karnataka) Prathama Bank Moradabad (Uttar Pradesh) Puduvai Bharthiar Grama Bank (Pondicherry) Punjab Gramin Bank Kapurthala (Punjab) Purvanchal Gramin Bank Gorakhpur (Uttar Pradesh) Rajasthan Gramin Bank Alwar (Rajasthan) Ratnagiri Sindhudurg Gramin Bank Ratnagiri (Maharashtra) Rewa-Sidhi Gramin Bank Rewa (Madhya Pradesh) Rushikulya Gramya Bank Berhampur (Orissa) Samastipur Kshetriya Gramin Bank Samastipur (Bihar) Saptagiri Grameena Bank Chitoor (Andhra Pradesh) Sarva UP Gramin Bank (Uttar Pradesh) Satpura Narmada Kshetriya Gramin Bank Chhindwara (Madhya Pradesh) Saurashtra Gramin Bank Rajkot (Gujarat) Sharda Gramin Bank Satna (MP) Shreyas Gramin Bank Aligarh (Uttar Pradesh) Solapur Gramin Bank Solapur (Maharashtra) South Malabar Gramin Bank (Kerala) Surguja Kshetriya Gramin Bank Ambikapur (Chhattisgarh) Tripura Gramin Bank Agartala (Tripura) Triveni Kshetriya Gramin Bank Orai (Uttar Pradesh) Utkal Gramya Bank Bolangir (Orissa) Uttaranchal Gramin Bank Dehradun (Uttaranchal) Uttar Banga Kshetriya Gramin Bank Cooch-Behar (West Bengal) Uttar Bihar Kshetriya Gramin Bank Muzaffarpur (Bihar) Vananchal Gramin Bank Dhumka (Jharkhand) Vidharbha Kshetriya Gramin Bank Akola (Maharashtra) Vidisha-Bhopal Kshetriya Gramin Bank Vidisha (Masdhya Pradesh) Visveshwaraya Grameen Bank Mandya (Karnataka) Wainganga Kshetriya Gramin Bank Chandrapur (Maharashtra)

  • 101910JPG
  • 101934JPG
  • 101945JPG
  • 101956JPG
  • 102006JPG
  • NIQpdf
  • PQR2pdf
  • BOQ Audio-Videopdf
  • Technical Specificationspdf
  • ITB3pdf
  • GCC6pdf
  • Listofscheduledbankpdf
    • PRE QUALIFICATION CRITERIA

      PPR-NJHPS-1163 (OampM)2014

      Qualifying requirement for ldquoSupply Installation amp Testing of AudioVideo Equipments for Conference Room of New Office Building of NJHPS SJVN Ltd Jhakrirdquo

      (A) Proven Experience

      10 The bidder should be a regular contractor for ldquoSupply Installation amp Testing of AudioVideo Equipmentsrdquo The bidder must submit the supporting documents (LOAs work orders agreements for the similar work along with the satisfactory completion certificate) to this effect from their clients In the case LOAs work orders agreements are from the private company (ies) firm (s) then copy (ies) of TDS for the same are also need to be submitted along with the satisfactory completion certificate

      20 The bidder should have completed such type of job in the past

      (B) Financial Requirement

      10 Financial Requirement The Bidder must have an average annual financial turn over of ` 1097615 (Rupees Ten Lacs Ninety Seven Thousand Six Hundred Fifteen only) during last three years ending 31st March of previous financial year

      20 The Bidder should have successfully completed the similar work as per any of the following criteria during last 7 years ending last day of month previous to one in which applications are invited

      (a) The Bidder should have carried out the 3 similar works valuing not less than ` 14 63487- (Rupees Fourteen Lacs Sixty Three Thousand Four Hundred Eighty Seven only) each

      Or

      (b) 2 similar completed works valuing not less than ` 18 29359- (Rupees Eighteen Lacs Twenty Nine Thousand Three Hundred Fifty Nine only) each

      Or

      (c) 1 similar completed work valuing not less than ` 29 26974- (Rupees Twenty Nine Lacs Twenty Six Thousand Nine Hundred Seventy Four only)

      Note Similar work means work related to Supply Installation amp Testing of AudioVideo Equipments

      The bidder must submit the supporting documents (LOAs work orders agreements for the similar work along with the satisfactory completion certificate) to this effect from their clients In the case LOAs work orders agreements are from the private company (ies) firm (s) then copy (ies) of TDS for the same are also need to be submitted along with the satisfactory completion certificate

      (C) General Conditions of Prequalification

      1 Bidder must furnish Code number photocopies for PAN Sales tax VATTIN amp Service Tax (If applicable) etc

      2 SJVN Ltd reserves the right to cancel withdraw the invitation for bid without assigning any reason and shall bear no liability whatsoever consequent upon such a decision

      3 Notwithstanding anything stated above SJVN Ltd reserves the right to assess the Bidderrsquos capability and capacity to perform the contract satisfactorily should the circumstances warrant such assessment in the overall interest of SJVN Ltd

      4 Price bid of only those bidders shall be opened who qualify based on the specified qualifying requirements after Scrutiny of details documents furnished by them and found to be techno- commercial responsive

      SJVN Ltd

      Annexure-I

      Under Taking From Bidder

      Bidderrsquos Name amp Address

      11 We are qualified under clause (A) amp (C) of the qualifying requirements (any qualifying requirements which bidder does not meet shall be mentioned in the separate sheet)

      12 We are regular contractor for Supply Installation amp Testing of AudioVideo Equipments

      13 We confirm having carried out following contracts for similar nature of job related to Supply Installation amp Testing of AudioVideo Equipments

      Name and Address of Client

      Details of work executed

      Order No amp Date

      Date of Completion

      Order Value

      Copy of order Enclosed

      These details are to be furnished in Schedule-5 of Techno commercial part of the bid

Page 4: PPR-NJHPS-1163 NOTICE INVITING TENDER (Domestic ...sjvn.nic.in/writereaddata/Portal/Tender/179_1/1_Tender_Doc1163.pdf · certificate) to this effect from their clients. In the case

PQR for PPR-1163 (AudioVideo Equipments for Conference Room of New Office Building) Page 3 of 3

SJVN LtdAnnexure-I

Under Taking From Bidder

Bidderrsquos Name amp Address

11 We are qualified under clause (A) amp (C) of the qualifying requirements (any qualifying requirements which bidder does not meet shall be mentioned in the separate sheet)

12 We are regular contractor for Supply Installation amp Testing of AudioVideo Equipments

13 We confirm having carried out following contracts for similar nature of job related to Supply Installation amp Testing of AudioVideo Equipments

Name and Address of Client

Details of work executed

Order No ampDate

Date of Completion

Order Value

Copy of order Enclosed

These details are to be furnished in Schedule-5 of Techno commercial part of the bid

1Boundary Layer Mics (As per Technical Specification Attached) Probable Make- Beyerdynamic Clock Audio EV or Equivalent

16 Nos

2Wireless Handheld Mics (As per Technical Specification Attached) Probable Make- AKG Clock Audio Beyerdynamic or equivalent

2 Nos

3Wireless Lapel Mics (As per Technical Specification Attached) Make- AKG Clock Audio Beyerdynamic or equivalent

2 Nos

4Pop Up Boxes (As per Technical Specification Attached) Probable Make- Extron Kramer Magnum or equivalent

6 Nos

5Switcher (As per Technical Specification Attached) Make- Extron Kramer Analog Way or equivalent

1 Nos

6DSP (As per Technical Specification Attached) Probable Make- BSS Clearone Bose or equivalent

2 Nos

7Speakers (As per Technical Specification Attached) Probable Make- JBL Tannoy Renkus Heinz or equivalent

4 Nos

8Amplifier (As per Technical Specification Attached) Probable Make- JBL Tannoy Renkus Heinz or equivalent

1 Nos

94500 Lumens WXGA Projector (As per Technical Specification Attached) Probable Make- Panasonic Christie Barco or equivalent

1 Nos

10Motorized ceiling Mount Kit (As per Technical Specification Attached) Probable Make- Customised or equivalent

1 Nos

1170 Full HD LED with wall Mount(As per Technical Specification Attached) Probable Make-Panasonic Sony Christie or equivalent

1 Nos

12133 Diagonal Motorized Screen(As per Technical Specification Attached) Probable Make- Draper DNP or equivalent

1 Nos

13Touch Panel Control System(As per Technical Specification Attached) Probable Make- Crestron Extron Analog way or equivalent

1 Nos

14DVD player with HDMI amp USB pen Drive (As per Technical Specification Attached) Probable Make- Panasonic Sony Pioneer or equivalent

1 Nos

ANNEXURE-A

Bill of Quantity Name of Work- Supply Installation amp Testing of AudioVideo Equipments for Conference Room Of New Office Building Of NJHPS SJVN Ltd Jhakri

Sr No Description of Items QTY Unit

Page 1 of 11 ITB- PPR-1163- AudioVideo System)

INSTRUCTIONS TO BIDDERS (ITB)

The bids are invited using e-tendering mode so please read the instructions carefully and upload the filled in bids as per requirement of bid documents Any unfilled schedule information in schedules may lead to rejection of the bid

10 General Instructions

11 The SJVN Limited hereinafter called SJVN Owner is a Joint Venture of Govt of India and Govt of Himachal Pradesh having its registered office at Himfed Building New Shimla - 171 009 have their Nathpa Jhakri Hydroelectric Power Plant with a capacity of 6x250 MW at Nathpa (Distt Kinnaur) and Jhakri (Distt Shimla) in the State of Himachal Pradesh India

12 SJVN has issued an invitation to bid as enclosed and will receive bids as set forth in the accompanying Bid documents

13 Bids can not be uploaded after the time amp date fixed for receipt of bids as set out in the Invitation of Bid

14 SJVN reserves the right to accept or reject any or all Bids without assigning any reason for such a decision

15 All the cost and expenses incidental to preparation of the proposals discussions and conferences if any including pre-award discussions with the Bidder technical and other presentation including any demonstrations etc shall be to the account of the Bidder and Owner shall bear no liability whatsoever on such costs and expenses

16 The complete filled in bids and necessary scanned documents shall be uploaded at the mentioned address up to 03092014 at 1230 hrs The techno-commercial bid shall be opened on 04092014 at 1530 hrs The bids cannot be uploaded submitted later than 03092014 at 1230 hrs

17 However Price bid part of qualified amp techno-commercial responsive bidders shall be opened on subsequent date for which the qualified bidders shall be informed separately

18 Please note that bids in physical form shall not be entertained under any circumstances and are only to be submitted through e-tendering athttpssjvnabcprocurecom This tender is being processed through e-tenderinge-procurement system The bid documents are to be downloaded filled in and submitted through e-tendering system of SJVN Ltd at httpssjvnabcprocurecom

20 Plant Information

The 1500 MW Nathpa Jhakri Hydroelectric Power Plant is located between Nathpa (Distt Kinnaur) and Jhakri (Distt Shimla) in the State of Himachal Pradesh

30 Communication and Transport Limitation

The Plant Site is located in the interior of Himachal Pradesh The dam is locatedon the Sutlej River near village Nathpa in District Kinnaur The underground

Page 2 of 11 ITB- PPR-1163- AudioVideo System)

power house is located near village Jhakri in District Shimla Shimla the capital of the State of Himachal Pradesh is enroute about 150Km South-West from Jhakri The distance by road from Jhakri to Nathpa upstream is about 45 Km (Approx)

The rail head (broad gauge) is at Kalka (NR) Kalka is about 235 Km (Approx) from Jhakri

Approximate Distance from Kalka

ToMumbai

To Kolkata

ToChennai

(i) By Rail 1906 1809 2558(ii) By Road 1753 1791 2482

The distance from Kalka to Delhi by road is 285 Km (approx)From the Kalka rail head the Project is approachable by the following roadsroutes-

(i) Kalka - Dharampur - Solan - Shimla - Narkanda - Rampur - Jhakri (NH -22)

235 Km (Approx)

(ii) Kalka - Dharampur - Solan - Shimla - Dhalli -Basantpur - Rampur ndash Jhakri

250 Km(Approx)

(iii) Kalka - Dharampur - Sabathu - Arki - Shalaghat - Dhami - Basantpur - Rampur ndash Jhakri

335 Km(Approx)

Transport Limitation

The transport limitation by road from Kalka to the Plant Site at Nathpa Sholdingwould be the governing factor in respect of the permissible package size and weight Bidder should consider all factors as can be envisaged for transportation of equipment to avoid and overcome the hindrances limitations on existing road on account of weather conditions and any other reasons without affecting the schedule

The project area is situated in earthquake zone IV as per BIS 1893(1984) Hence the equipment shall have to be suitable to withstand safely and not to mal operate under earthquake forces corresponding to zone IV

40 Minimum Qualifying Requirement

As per PQR

50 Scope of Work

Supply Installation amp Testing of AudioVideo Equipments for Conference Room Of New Office Building Of NJHPS SJVN Ltd Jhakri as per Technical Specifications along with associated items which are mentioned in the BOQ(Annex ndash A)

60 Quality Assurance Programme

The Quality Assurance Program shall be as per relevant standards

70 Cost of Bidding

The Bidder shall bear all costs associated with the preparation and submission of its bid and the Owner will in no case be responsible or liable for these costs regardless of the conduct or outcome of the bidding process

Page 3 of 11 ITB- PPR-1163- AudioVideo System)

80 The Bidder is expected to examine all instruction forms terms specifications and other information in the bidding documents Failure to furnish all information required by the bidding documents or submission of a bid not substantially responsive to the bidding documents in every respect will be at the Bidders risk and may result in rejection of its bid

90 Amendment of Bidding Documents

91 At any time prior to the deadline for submission of bids the Owner may for any reason whether at its own initiative or in response to a clarification requested by a prospective Bidder amend the bidding documents

92 The amendment will be notified in writing or by cable or through website (on httpssjvnabcprocurecom) to all prospective Bidders that have received the bidding documents and will be binding on them Bidders are required to immediately acknowledge receipt of any such amendment and it will be assumed that the information contained therein has been taken into account by the Bidder in its bid

93 In order to afford prospective Bidders reasonable time in which to take the amendment into account in preparing their bid the Owner may at its discretion extend the deadline for the submission of bids

94 After publishing of on web any amendment corrigendum shall be uploaded on web The bidders who have not informed us about the download would be required to regularly visit our website for updating themselves about any amendments which may arise from time to time It will be assumed that all the information containedupdated in the website has been taken into account by the Bidder in its bid

100 Language of Bid

The bid prepared by the Bidder and all correspondence and documents related to the bid exchanged by the Bidder and the Owner shall be written in English language Any printed literature furnished by the bidder may also be written in English language

110 Bid Security Earnest Money deposit (EMD)

a) The offer must be accompanied with an Earnest money of ` 74000- (Rupees Seventy Four Thousand Eight Hundred Only) The bid security shall at the Bidders option be in the form of a crossed demand draftpay order Banker Cheque (drawn in favour of NJHPS SJVN Ltd) FDRTDR (Pledged in the name of ldquoNJHPS SJVN Ltdrdquo under the seal amp by the authorized signatory of issuing bank) Bid Security shall remain valid for a period of thirty (30) days beyond the original bid validity period and beyond any extension subsequently requested The DD should be payable at following branches

(i) State Bank of India Jhakri Branch Code - 6988(ii) State Bank of India Rampur Bushahar Branch code - 0703(iii) Punjab National Bank Rampur Bushahar Branch code - 94300(iv) UCO Bank Rampur Bushahar Branch code - 1543(v) HDFC Bank Rampur Bushahar Branch code - 805

Remarks - The EMD in the form of BG outstation local Cheque outstation DDs by hand written DDs is not acceptable

Page 4 of 11 ITB- PPR-1163- AudioVideo System)

b) EMD of the bidder shall be forfeited if the bidder withdraws or amends its bids or impairs or derogates form the bid in any respect with in the period of validity of the bid The EMD of the successful bidder shall be retained as contract security until such period the contractor furnishes the required CPG or until supply the complete material If the contractor fails to fulfill his obligations the EMD retained as contract security shall be forfeited

c) Micro or Small Enterprises (MSE)NSIC registered firms are exempted from submission of EMD and must enclose (Upload scanned copy of the MSENSIC certificate) for the same products as in NIQ above If the MSENSIC certificate does not contain the same products and services as listed in our NIQ and no EMD is found enclosed the owner may ask the bidder to submit the EMD as above The copy of MSE NSIC certificate is to be sent by e-mailfaxpost with reference to the present tender

d) UPLOADING OF EMD The scanned copy of the EMD is to be uploaded on the website The bid is to be submitted through e-tendering and hence the EMD is to be sent to the undersigned by post after submitting the bid along with required details through e-procurement on the web The EMD in physical form should reach before the last date and time of submission of bid If EMD does not reach in physical form within the period of techno commercial evaluation the bid shall be considered as non responsive and price bid of such firms shall not be opened

120 Deviations

Deviations if any from the terms and conditions of Bidding Documents or Technical Specifications including drawings shall be listed only in Deviation Schedule of the bid ieSchedule-2 ldquoSchedule of Deviationsrdquo The Bidder shall also provide the additional price if any for withdrawal of the deviations

Bidder may further note that except for deviations listed in Deviation Schedule the bid shall be deemed to comply with all the requirement in the bidding documents and the bidders shall be required to comply with all such requirements of bidding documents and technical specifications and drawings without any extra cost to the Owner irrespective of any mention to the contrary anywhere else in the bid failing which the bid security of the Bidder may be forfeitedThe owner has complete right to evaluate the deviations without prejudice After evaluation the deviations may or may not be agreed by the owner The bidder shall be intimated in writing accordingly

130 Work Completion Schedule

The basic consideration and the essence of the Contract shall be the strict adherence to the Work Completion Schedule Entire scope of work should be completed within 90 days from the issue of Supply Order

140 Price Adjustment Data

Not applicable being FIRM Price Contract

150 Bid Prices Unless otherwise specified in the Technical Specifications Bidders shall quote

for the entire supply on a single responsibility basis such that the total bidprice covers all the suppliers obligations mentioned in or to be reasonably inferred from the bidding documents

Page 5 of 11 ITB- PPR-1163- AudioVideo System)

Bidders are required to quote the price for the commercial contractual and technical obligations outlined in the bidding documents

Bidders shall give the required details and breakup of their prices as per Schedules specified

The Prices quoted by the Bidder shall be FIRM during the performance of the contract and not subject to variation on any account A bid submitted with an adjustable price quotation will be treated as non-responsive and rejected

160 Bid Currencies

Bidders shall quote all prices in Indian Rupees only

170 Period of Validity of Bid

Bids shall remain valid for a period of 120 days after the closing date prescribed by the Owner for the receipt of bids A bid valid for a shorter period shall be rejected by the Owner as being non-responsive

In exceptional circumstances the Owner may solicit the Bidderrsquos consent to an extension of the bid validity period The request and responses thereto shall be made in writing or by cablefax If a Bidder accepts to prolong the period of validity the bid security shall also be suitably extended A Bidder may refuse the request without forfeiting its bid security A Bidder granting the request will not be required nor permitted to modify its bid

180 BID PROPOSAL SHEETS (BPS)

The Bidder shall furnish complete all the appropriate Schedules data required as per the bidding documents at httpssjvnabcprocurecom

190 FORMAT AND SIGNING OF BID

The Bid must contain the name residence and place of business of the person or persons making the Bid and must be digitally signed The name of all persons signing should also be mentioned at appropriate place

Bid by Corporation Company must be digitally signed with the legal name of the Corporation Company by the President Managing Director or by the Secretary or other person or persons authorized to bid on behalf of such Corporation Company in the matter

Bidders name stated on the proposal shall be the exact legal name of the firm

All the requisite documents shall be scanned amp uploaded along with bid The hard copy of the documents shall also be posted as per details given in clause 320 so as to reach on or before the last date and time of submission of bid

If situation so warrants SJVN LTD NJHPS may ask the bidders to produce original documents which were submitted as scanned copies along with bid for verification

Page 6 of 11 ITB- PPR-1163- AudioVideo System)

200 Submission of Bids

The bids will be submitted electronically at designated places in various schedules The complete bid document along with the schedules can be downloaded by the bidder through httpssjvnabcprocurecom only after registration as explained in ldquoVendor Registration Procedure amp Submission amp Filling of Bidsrdquo The bid is to be filled only in the in the schedules available on the web The price schedules cannot be downloaded as they are to be filled online however techno-commercial schedules and Bid Proposal Sheet etc are to be downloaded first and are to be uploaded again after filling the same The bid is called under 02 parts as under-

A Bid Proposal Sheet (BPS) Price Bid Part which consists of the followings schedules-

(i) Schedule-1 Page 1 of 2 ldquoSchedule of Pricesrdquo(ii) Schedule-1 Page 2 of 2 ldquoSchedule of Taxes amp Dutiesrdquo

Remarks-All above schedule are available in single excel sheet ldquoBPS Price Schedulesrdquo The bidders have to fill the required information in the colored boxes only

The prevailing rate of taxes amp duties is to be clearly mentioned in the ldquoSchedule of Taxes amp Dutiesrdquo In case nothing is mentioned or mentioned ldquoNILrdquo then it shall be presumed that the rates quoted are inclusive of taxes and duties or as else the taxes amp duties are not applicable The taxes amp duties shall be paid as per applicable rate at the time of execution of work Any increase in taxes amp duties new introduction of new taxes amp duties levy by the Govt shall be paid by SJVN Ltd provided that such increase in taxes amp duties new introduction of new taxes amp duties levy by the Govt is made with in schedule work completion period as per LOA otherwise same shall be paid by the bidders The following may be considering by the bidders-

a The entry tax for the entry of goods in Himachal Pradesh shall be paid by SJVN directly to concerned authorities During bid evaluation the bid of the bidders quoting outside from HP shall be loaded at the applicable rate of the Entry Tax

b CSTVAT No ldquoCrdquo Form will be issued by SJVN Ltd for this tender thus Sale tax has to be quoted for accordingly by the bidder

c Any other deduction like TDS ldquoWCTrdquo (As per applicable rate in HP) if applicable as per the Govt laws shall be made from your payment and statement for the same shall be provided by SJVN for the same

d The successful bidder in his own interest shall have to register himselffirmcompany under the HP VAT Act-2005 with the Excise amp taxation Deptt Himachal Pradesh WCT on the material portion of the contract shall be deducted as applicable

BBid Proposal Sheet Techno-commercial Bid Part which consists of the followings-

All documents as required CSTVATTIN No PAN etc and any other documents as required asked in the tender are to be uploaded submitted along with the bid These documents are to be uploaded along with the General Documents

Page 7 of 11 ITB- PPR-1163- AudioVideo System)

Bid Security Earnest Money deposit (EMD)Copy of NSICSSI certificate as per sr no 110 above

Cost of Tender Document (If any)copy of NSICSSI certificate as per sr no 210 above

Undertaking as per sr no 330 below

The Bid Proposal Sheet (BPS) techno-commercial schedules to be filled are as under-

(i) Schedule-2 Page 1 of 1 ldquoSchedule of Deviationsrdquo(ii) Schedule-3 Page 1 of 1 ldquoSchedule for Contact Details amp Bank

Account Detailsrdquo(iii) Schedule-4 Page 1 of 1 ldquoSchedule of make offeredrdquo(iv) Schedule-5 Page 1 of 1 ldquoSchedule for Minimum Qualifying

Requirementsrdquo

Remarks-All above schedule are available in single excel sheet ldquoBPS Techno commercial Schedulesrdquo The bidders have to fill the required information in the colored boxes only

The Techno-Commercial Bid part will be opened electronically as per schedule time and date as indicated in the bid documents in the Oo Dy General Manager (PampC) NJHPS SJVN Ltd Jhakri Distt Shimla (HP) ndash 172 201

The Price Part will be opened electronically at same place only for those bidders whose techno-commercial part is found to be techno-commercially acceptable and only such bidders will be intimated subsequently either telephonically or through Fax Courier about the time and date of price bid opening

The Owner further reserves the right to reject any Bid which is not submitted according to the instructions stipulated above

After submission of the bid through e-tendering an acknowledgment slip is automatically generated and same is to be send by fax poste-mail as per clause 320 as a proof for bid submission through e-tendering

210 Cost of Tender Documents The cost of tender document is Rs 1000- (One Thousand Only) in the shape of Demand Draft in favour of owner (NJHPS SJVN Ltd Jhakri) payable banks as mentioned at sr no 112 above and the bidder must submit the same in envelope which should be reached preferably before last date and time of submission of bid ie 1230 Hrs of 03092014 The scanned copy of the cost of bid document (DD) shall be uploaded in the designated place The NSICMSE registered firms are exempted from the submission of the cost of tender documents

220 Late BidsNo bid shall be received after last date and time of bid submission

Page 8 of 11 ITB- PPR-1163- AudioVideo System)

230 Withdrawal of Bids

No bid may be withdrawn in the interval between the bid submission deadline and the expiration of the bid validity period specified in Bid documents Withdrawal of a bid during this interval may result in the Bidders forfeiture of its bid security EMD

240 Bid Opening and Evaluation

The Owner will open all bids electronically in the presence of bidders representatives who choose to attend the opening at the time on the date and at the place specified in the NIT NIQ Bidders representatives shall sign a register as proof of their attendance In the event of the specified date for the opening of bids being declared a holidaynetwork problem for the Owner the bids will be opened at the appointed time on the next working day

Bids will be evaluated for the complete scope of the supply on single responsibility basis and FOR Jhakri basis During bid evaluation the bid of the bidders quoting outside from HP shall be loaded at the applicable rate of the Entry Tax

No price preference shall be given to any bidder during the bid evaluation

No Mobile Phone will be permitted inside the bid opening room Therefore bidders should deposit Mobile Phones with Security gate at Reception

SJVN liability towards service tax shall also be considered as per service tax notification No 302012 dated 20062012 during bid evaluation

Cost loading will be carried out for the deviations taken by the bidder to determine the lowest evaluated Bid which will be considered for acceptance

The items for which bidder does not quote his price ie leaves the rate amount column blank or simply puts a (-) mark or () mark or indicates lsquoNILrsquo lsquoNArsquo or as applicable no cost shall be considered for bid evaluation for these items and for the purpose of award the value of such item shall be deemed to have been included in other quoted items If the bidder does not agree to this consideration his bid will be rejected and the bid guarantee may be forfeited

250 Clarification of Bids

During bid evaluation the Owner may at its discretion ask the Bidder for a clarification of its bid The request for clarification and the response shall be in writing and no change in the price or substance of the bid shall be sought offered or permitted

260 Correction of Errors (Applicable to extent possible)

A The errors discrepancies in respect of the specified amount in Bid Proposal Sheets for an individual item andor sub-item andor in the sub-total of a schedule andor in the Grand total of a schedule andor in the lump sum price of the package either due to discrepancy between figures and words andor simple arithmetical error while adding andor multiplying and or due to wrong extension of unit rates etc the error will be rectified and computed by SJVN as per the following method

Page 9 of 11 ITB- PPR-1163- AudioVideo System)

(i) In case of discrepancy between figure and words the value specified in the words will be considered for computation

(ii) Firstly the unit rates in words will be considered for computation

(iii) In case unit rates are not indicated in words then unit rates indicated in figure will be considered and will be used for deriving the amount from the quantities specified in the bid documents

(iv) In case error is due to wrong extension of quantities the quantities as specified in the bid documents will be considered and multiplied by the quoted unit rates to obtain the amount The amounts will be computed as per the extension of amount on the basis of unit rates of individual item sub-item sub-total of a schedule grand total of a schedule and lump sum price of the package based on the above consideration

B After computation of the amounts as above the values as computed shall be considered for evaluation as well as for award If the bidder does not accept the above consideration his bid will be rejected and the Bid Security EMD may be forfeited

C The Owners determination of a bids responsiveness is to be based on the contents of the bid itself 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 non-conformity

270 Influencing the Owner

No Bidder shall contact the Owner on any matter relating to its bid from the time of the opening of bids to the time the contract is awarded

Any effort by a Bidder to influence the Owner in the Ownerrsquos bid evaluation bid comparison or contract award decisions may result in rejection of the Bidderrsquos bid

280 Award of Contract

The Owner will award the contract to the successful Bidder whose bid has been determined to be substantially responsive and to be the lowest evaluated bid further provided that the bidder is determined to be qualified to perform the contract satisfactorily

The owner may request the Bidder to withdraw any of the deviations listed in Deviation Schedule of the winning bid at the price shown for the deviation in Deviation schedule In case the Bidder does not withdraw the deviations proposed by him if any at the cost of withdrawal stated in the bid his bid will be rejected and bid security forfeited

Bidders would be required to comply with all other requirement of the Bidding Documents except for those deviations in Deviation Schedule which are accepted by the Owner failing which the bid security of the Bidder may be forfeited

Award will be placed for total quantity on L1 basis for substantially responsive bid on single responsibility basis for entire scope of supply

Page 10 of 11 ITB- PPR-1163- AudioVideo System)

290 Owners Right to Accept Any Bid and to Reject Any Bids

The Owner reserves the right to accept or reject any bid and to annul the bidding process and reject all bids at any time prior to award of contract without thereby incurring any liability to the affected Bidder or bidders or any obligation to inform the affected Bidder or bidders of the grounds for the Owners action

300 Notification of Award

Prior to the expiration of the period of bid validity the Owner will notify the successful Bidder in writing by registered letter or by cable to be confirmed in writing by registered letter that its bid has been accepted The notification of award will constitute the formation of the contract

Upon the successful Bidders furnishing of the performance security the Owner will promptly notify each unsuccessful Bidder and will discharge its bid security

310 Corrupt or Fraudulent Practices

A The Owner requires that Bidders to observe the highest standard of ethics during the procurement and execution of the Contract In pursuance of this policy the Owner

(a) defines for the purposes of this provision the terms set forth below as follows

(i) corrupt practice means the offering giving receiving or soliciting of any thing of value to influence the action of a public official in the procurement process or in contract execution and

(ii) fraudulent practice means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Owner and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Owner of the benefits of free and open competition

(b) will reject a proposal for award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question

(c) will declare a firm ineligible either indefinitely or for a stated period of time to be awarded a contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for or in executing a contract of the Owner

B Furthermore Bidders shall be aware of the provision stated in the General Conditions of Contract

320 Submission of documents by post

The following documents in hard copyoriginal form sealed in envelop super scribed as ldquoSupply Installation amp Testing of AudioVideo Equipments for

Page 11 of 11 ITB- PPR-1163- AudioVideo System)

Conference Room Of New Office Building Of NJHPS SJVN Ltd Jhakri -(PPR-1163 (OampM)2014)rdquoare to be sent through post-

(i) Earnest Money Deposit (In original)copy of MSE certificate as per clause no 110

(ii) Cost of tender document (In Original) copy of MSE certificate as per clause no 210

(iii) Undertaking form duly signed by the bidder shall be uploaded along with the bid the details of which are as per clause 330

(iv) Copy of TIN No

The scanned copies of above documents are to be uploaded on the web and must reach preferably 03092014 1230 HRS

Any documents as asked or required are to be sent to the following address-Dy General Manager (GM) Procurement and Contract DepartmentNJHPS SJVN LTD JhakriDistt Shimla (HP)-172201

Phone No 01782-275236Fax No 01782-234049 275106E-mail sksood_2000yahoocoin

Any documents as asked or required like scanned copies of EMD amp Cost of tender document (if any) copy of previous orders dealership certificate etc are to be uploaded at the link ldquoGeneral Documentsrdquo at httpssjvnabcprocurecom

330 Undertaking

331 I have read carefully all the bidding documents and agreed to the conditions exceptfor deviation taken clause wise in deviation schedule

332 I have not changed the contents of the bidding documents

333 Scanned copy of documents uploaded along with the bid is true to the best of my knowledge

334 We have quoted for all the items If after opening of price bid it is found that wehave not quoted for all items then our bid shall not be considered for price bid evaluation

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 1 of 7

GENERAL CONDITIONS OF CONTRACT (GCC)

10 Definitions

In this Contract the following terms shall be interpreted as indicated

(a) The Contract means the Contract Agreement entered between the Owner and the Contractor as recorded in the Contract Form signed by the parties including all attachments and appendices thereto and all documents incorporated by reference therein

(b) The Contract Price means the price payable to the Contractor under the Contract for the full and proper performance of its contractualobligations

(c) The Services means all those services necessary for the Supply Installation amp Testing of AudioVideo Equipments under this contractand any other incidental services etc and other such obligations of the Contractor covered under the Contract

(d) The Owner means the SJVN Limited

(e) The Contractor means the individual or firm The Contractor means the individual or firm carrying out the work under this Contract

(f) Corrupt Practice means the offering giving receiving or soliciting ofany thing of value to influence the action of a public official in the procurement process or in contract execution

(g) Fraudulent Practice means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Owner and includes collusive practice among Bidders (prior to or after Bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Owner of the benefits of free and open competition

20 CONTRACT PERFORMANCE SECURITY (CPS)

21 Within thirty (30) days of receipt of the notification of Contract award you shall furnish to the Owner an unconditional performance security for ten percent (10) of the Contract Price with validity up to sixty (60) days after warrantee period (Refer Clause 50 below)

22 The proceeds of the performance security shall be payable to the Owner as compensation for any loss resulting from the Contractors failure to complete its obligations under the Warranty and ContractSupport period

23 The performance security shall be denominated in the currency of the Contract and shall be in the form of Bank Guarantee (As per format enclosed) preferably issued by a nationalized Bank scheduled bank (As per the list enclosed) acceptable to the Owner or in the form of FDR or TDR (pledged in the favour of the owner)

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 2 of 7

24 The performance security will be discharged by the Owner and returned to the Contractor not later than sixty (60) days after expiry of Warranty and ContractSupport period

25 NSIC MSE registered firms are not exempted from the submission of the CPG

26 The interest 155 shall be charged on delay period for breach in timely submission of CPGInitial Security Deposit without prejudice to right of SJVN to other remedies available under the contract

30 PACKING AND FORWARDING 31 The bidder shall provide such packing to the goods as is required to prevent

damage or deterioration during transit to their final destination at Jhakri

40 INSURANCEThe goods to be supplied under the scope of the work shall be insured for all risks by the contractor till it is delivered installed amp commissioned at NJHPS SJVN Ltd Jhakri

50 GUARANTEWARRANTY

The material under the scope of this contract will be warranted against any manufacturing defects poor workmanship and the consumablematerial used for maximum of 12 months from the date of successful installation amp commissioning In case of any problem within the warranty period due to manufacturing defects their performance poor workmanship and the consumablematerial used arises the same will be rectifiedreplaced free of cost at site by the supplier within fortnight of such notification by the EIC as necessary

60 FORCE MEAJEURE

61 The firm shall not be liable for loss or damage to SJVN resulting from any delays or failure to make shipment to Nathpa site within schedule time for all or any part of the item due to the act of God war declared or undeclared acts of public enemy riots civil commotion invasion insurrection sabotage acts of restraint of Government federal state or municipal action or regulation fire flood hurricanes accidents epidemic quarantine restrictions or any failure on the part of the Owner or his representative to approve or comments on drawings or other causes contingencies or circumstances not subject to their control whether of a similar or dissimilar nature which prevents the Contractor from completion of work Any such cause or delays even though not existing on the date of the contract on or the date of start of reclaiming shall extend the time of performance automatically by length of delays occasioned thereby including delay reasonably incidental to the resumption of normal reclamation work even though such case may occur after performance of firmrsquos obligation has been delayed for the other causes

62 If a Force Majeure situation arises the Contractor shall promptly notify the Owner in writing of such condition and the cause thereof Unless otherwise directed by the Owner in writing the Contractor shall continue to perform its obligations under the Contract as far as is reasonably practical and shall seek

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 3 of 7

all reasonable alternative means for performance not prevented by the Force Majeure event

70 PAYMENT TERMS The payment to the bidder will be made as under after submission of all the required documents acceptable to SJVN Ltd-

A The Seventy percent (70) payment (including 100 taxes amp duties) shall bemade within 30 days after receipt of the material at NJHPS SJVN Ltd Jhakriand on submission of followings documents to consignee

(i) Bills in triplicate(ii) Photocopy of unconditional acceptance of Letter of Award(iii) Inspection Report issued by the EIC or his representative (The

inspection of supplied material shall be carried out at store NJHPS Jhakri

(iv) Copy of CPG as per clause no 20(v) Copy of TIN No

B Balance thirty percent (30) payment shall be made within 30 days after completion of work and on submission of followings documents in bound folder to the consignee-

(i) Bills in triplicate(ii) GuaranteeWarranty Certificate(iii) Completion certificate issued by EIC that the material has been

successfully installed amp commissioned(iv) Documents asked as per clause 12 of General Technical Terms ans

ConditionsC The payment shall be released through electronic fund transfer and hence you

are requested to give your bank account detail along with IFSCRTGS code of your bank branch The required detail is to be filled in ldquoSchedule-3-Bank Account Detailrdquo Bank charges if any shall be borne by you The details to be submitted in the schedule as enclosed

DAs per SJVN Ltd policy no advance payment can be given

E The service tax shall be paid by the SJVN bidder as per service tax notification no 302012 dated 20062012 The service tax is to mentioned separately in price schedules amp same shall be reimbursed on submission of following information along with the bills-

(I) Name Address amp Contact Details (Tel no etc) of the Service Provider (II) Service Tax Number of the Service Provider(III) PAN of the Service Provider(IV) Service Tax Invoice Number(V) Gross amount of services(VI) Service Tax amount

80 WORK COMPLETION SCHEDULEThe basic consideration and the essence of the Contract shall be the strict adherence to the Work Completion Schedule Entire scope of work should be completed within 90 days from the issue of Supply Order

90 LIQUIDATED DAMAGES

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 4 of 7

91 If the Supplier fails to complete the work within the period(s) specified in the Contract the Owner shall without prejudice to its other remedies under the Contract deduct from the Contract Price as Liquidated Damages as specified here in below

92 The Liquidated Damage for delay in completion of work(Supply Installation amp Commissioning) beyond the maximum completion schedule as stipulated at clause 80 above shall be frac12 (Half percent) per week or part thereof of the total contract value The total amount of Liquidated Damages for delay under the Contract will be subject to a maximum of five percent (5) of the total Contract price

93 Amount of Liquidated Damage shall be payable by the Supplier whenever demanded by the Owner and or Owner can recover the amount of liquidated Damages (to the extent leviable at any time) from the amount payable to the Supplier available with Owner under this Contract

94 Supplierrsquos obligations and the Ownerrsquos remedies in respect of delay are solely and exclusively as stated in this Liquidated Damages clause subject to provisions of Clause 120 and consequence thereof

100 TERMINATION OF CONTRACT ON CONTRACTORS DEFAULTThe Owner without prejudice to any other remedy for breach of Contract by written notice of default sent to the Contractor may terminate this Contract in whole or in part

a) if the Contractor fails to complete any part of all the work or all of the Goods within the period(s) specified in the Contract or within any extension thereof granted by the Owner

b) if the Contractor fails to perform any other obligation(s) under the Contract

c) If the Contractor in the judgment of the Owner has engaged in corrupt or fraudulent practices in competing for or in executing the Contract

101 In the event the Owner terminates the Contract in whole or in part the Owner may procure get repaired upon such terms and in such manner as it deems appropriate Goods or Services similar to those undelivered un-repaired and the Contractor shall be liable to the Owner for any excess costs for such similar Goods or Services However the Contractor shall continue performance of the Contract to the extent not terminated

110 TERMINATION FOR INSOLVENCYThe Owner may at any time terminate the Contract by giving written notice to the Contractor if the Contractor becomes bankrupt or otherwise insolvent In this event termination will be without compensation to the Contractor provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the Owner

120 TERMINATION OF CONTRACT ON OWNERS INITIATIVE

121 The Owner reserves the right to terminate the Contract either in part or in full due to reasons other than those mentioned under clause entitled Contractors

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 5 of 7

Default and Outbreak of War The Owner shall in such an event give seven (7) days notice in writing to the Contractor of his decision to do so

122 The Contractor upon receipt of such notice shall discontinue the work on the date and to the extent specified in the notice make all reasonable efforts to obtain cancellation of all orders and contracts to the Owner stop all further sub-contracting or purchasing activity related to the work terminated and assist the Owner in storage maintenance protection and disposition of the works acquired under the contract by the Owner

123 In the event of such a termination the Contractor shall be paid equitable and reasonable compensation as dictated by the circumstances prevalent at the time of termination

130 SETTLEMENT OF DISPUTES131 Any dispute(s) or difference(s) arising out of or in connection with the Contract

shall to the extent possible in the first instance be resolved amicably between the Contractor and the Ownerrsquos Engineer

132 If any dispute or difference of any kind whatsoever shall arise between the Owner and the Contractor arising out of the Contract for the performance of the Works whether during the progress of the Works or after its completion or whether before or after the termination abandonment or breach of the Contract it shall in the first place be referred to and settled by the Engineer who within a period of ten (10 ) days after being requested by either party to do so shall give written notice of his decision to the Owner and the Contractor

133 Save as hereinafter provided such decision in respect of every matter so referred shall be final and binding upon the parties until the completion of the entire work under the Contract and shall forthwith be given effect to by the Contractor who shall comply with all such decisions with all due diligence whether he or the Owner requires arbitration as hereinafter provided or not

134 If after the Engineer has given written notice of his decision to the parties no claim to arbitration has been communicated to him by either party within ten (10) days from the receipt of such notice the said decision shall become final and binding on the parties

135 In the event of the Engineer failing to notify his decision within ten (10) days after being requested as aforesaid or in the event of either the Owner or the Contractor being dissatisfied with any such decision or within ten (10) days after the expiry of the first mentioned period of ten (10) days as the case may be either party may require by written notice to the other party that the matters in dispute be referred to arbitration as hereinafter provided

140 ARBITRATION

141 All disputes or differences in respect of which the decision if any of the Engineer has not become final or binding as aforesaid shall be settled by arbitration in the manner hereinafter provided

142 In the event of the Contractor that is to say a citizen andor a permanent resident of India a firm or a company duly registered or incorporated in India the arbitration shall be conducted by three arbitrators one each to be nominated

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 6 of 7

by the contractor and the Owner and the third to be named by the President of Institution of Engineers India If either of the parties fails to appoint its arbitrator within thirty (30) days after receipt of a notice from the other party invoking the arbitration clause the President of the Institution of Engineers India shall have the power at the request of either of the parties to appoint the arbitrators A certified copy of the said President making such an appointment shall be furnished to both the parties

143 The arbitration shall be conducted in accordance with the provisions of the Arbitration amp Conciliation Act 1996 or any statutory modification thereof

144 Arbitration(s) shall give reasoned award

145 The decision of the majority of the arbitrators shall be final and binding upon the parties The expenses of the arbitration shall be paid as may be determined by the arbitrators The arbitrators may from time to time with the consent of all the parties enlarge the time for making the award In the event of any of the aforesaid arbitrators dying neglecting resigning of being unable to act for any reason it will be lawful for the party concerned to nominate another arbitrator in place of the outgoing arbitrator

146 The arbitrator shall have full powers to review andor revise any decision opinion directions certification or valuation of the Engineer in consonance with the contract

150 APPLICABLE LAW

151 The Contract shall be governed by and interpreted in accordance with the laws in force in India The courts of Rampur BushahrShimla shall have exclusive jurisdiction in all matters arising under the Contract

160 NOTICES

Any notice given by one party to the other pursuant to this Contract shall be sent to the other party in writing or by cable telex or facsimile and confirmed in writing to the other partys address specified in NITNIQ

A notice shall be effective when delivered or on the notices effective date whichever is later

17 CORRESPONDENCE(i) All correspondence related to this contract before award of the contract shall

be addressed to DGM Procurement amp Contract Deptt NJHPS SJVN Ltd Jhakri Distt Shimla (HP) PIN- 172201 PH No 0091-1782-275794 Fax No 0091-1782-234049

(ii) All the correspondences after award of the contract shall be addressed to DGM(ITampCPSSM) NJHPS SJVN Ltd Jhakri

18 Engineer in Charge (EIC)DGM (ITampCPSSM) NJHPS SJVN Ltd Jhakri shall be the EIC of this work The material shall be drawn by EIC from store for the installation

19 CONSIGNEEThe Goods under this Contract shall be dispatched to the Consignee at the following address-

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 7 of 7

Manager (OampM Stores)Nathpa Jhakri Hydro Power Station SJVN Ltd Jhakri Distt Shimla (HP)Pin-172201 (INDIA)Phone No 0091-1782-275041 Fax No 0091-1782-234049

20 The material is to transported through ldquoRegistered Common Carrierrdquo only (Registered Common Carrier mean the carrier registered with a State Transport Authority or a Regional Transport Authority)

21 TESTING amp INSPECTIONInspection of material supplied against this supply order shall be carried out by EIC or his authorized representative at project stores Jhakri on receipt of material amp subsequently after successful installation testing amp commissioning at site

THE SECOND SCHEDULE TO THE RESERVE BANK OF INDIA ACT 1934

[Sections 2(e) and 42]

SCHEDULED BANKS

STATE CO-OPERATIVE BANKS Andhra Pradesh State Co-operative Bank Ltd Hyderabad Bihar State Co-operative Bank Ltd Bihar Goa State Co-operative Bank Ltd Panaji Gujarat State Co-operative Bank Ltd Ahmedabad Haryana State Co-operative Apex Bank Ltd Chandigarh Karnataka State Co-operative Apex Bank Ltd Bangalore Kerala State Co-operative Bank Ltd Thiruvananthapuram Madhya Pradesh Rajya Sahakari Bank Maryadit Bhopal Maharashtra State Co-operative Bank Ltd Mumbai Orissa State Co-operative Bank Ltd Bhubaneswar Pondicherry State Co-operative Bank Ltd Pondicherry Punjab State Co-operative Bank Ltd Chandigarh Rajasthan State Co-operative Bank Ltd Jaipur Tamil Nadu State Apex Co-operative Bank Ltd Chennai Uttar Pradesh Co-operative Bank Ltd Lucknow West Bengal State Co-operative Bank Ltd Kolkata

Urban Co-operative Banks

A P Mahesh Co-operative Urban Bank Ltd Hyderabad Abhyudaya Co-operative Bank Ltd Mumbai Ahmedabad Mercantile Co-operative Bank Ltd Ahmedabad Akola Janata Commercial Co-operative Bank Ltd Akola Amanath Co-operative Bank Ltd Bangalore Bassein Catholic Co-operative Bank Limited Vasai Bharat Co-operative Bank (Mumbai) Ltd Mumbai Bharati Sahakari Bank Ltd Pune Bombay Mercantile Co-operative Bank Limited Mumbai Charminar Co-operative Urban Bank Ltd Hyderabad Citizen Credit Co-operative Bank Ltd Mumbai Dombivli Nagari Sahakari Bank Ltd Dombivli Greater Bombay Co-operative Bank Limited Mumbai Indian Mercantile Co-operative Bank Ltd Lucknow Jalgaon Janata Sahakari Bank Ltd Jalgaon Janakalyan Sahakari Bank Ltd Mumbai Janalaxmi Cooperative Bank Ltd Nashik Janata Sahakari Bank Ltd Pune Kallappanna Awade Ichalkaranji Janata Sahakari Bank Ltd Ichalkaranji Kalupur Commercial Co-operative Bank Ltd Ahmedabad Kalyan Janata Sahakari Bank Ltd Kalyan Kapol Cooperative Bank Ltd Mumbai Karad Urban Co-operative Bank Ltd Karad Madhavapura Mercantile Co-operative Bank Ltd Ahmedabad Mahanagar Co-operative Bank Ltd Mumbai Mapusa Urban Co-operative Bank of Goa Ltd Mapusa Mehsana Urban Co-operative Bank Ltd Mehsana N K G S B Co-operative Bank Ltd Mumbai Nagar Urban Co-operative Bank Ltd Ahmednagar Nagpur Nagrik Sahakari Bank Ltd Nagpur New India Co-operative Bank Ltd Mumbai Nutan Nagrik Sahakari Bank Ltd Ahmedabad Parsik Janata Sahakari Bank Ltd Thane Pravara Sahakari Bank Ltd Loni Punjab amp Maharashtra Co-operative Bank Ltd Mumbai Rajkot Nagrik Sahakari Bank Ltd Rajkot Rupee Co-operative Bank Ltd Pune Sangli Urban Co-operative Bank Ltd Sangli Saraswat Co-operative Bank Ltd Mumbai Sardar Bhiladwala Pardi Peoples Co-operative Bank Ltd Killa Pardi Shikshak Sahakari Bank Ltd Nagpur Solapur Janata Sahakari Bank Ltd Solapur Surat Peoples Co-operative Bank Ltd Surat Thane Bharat Sahakari Bank Ltd Thane Thane Janata Sahakari Bank Ltd Thane The Akola Urban Co-operative Bank Ltd Akola The Cosmos Co-operative Bank Ltd Pune The Goa Urban Co-operative Bank Ltd Panaji The Khamgaon Urban Co-operative Bank Ltd Khamgaon The Nasik Merchants Co-operative Bank Ltd Nasik The Shamrao Vithal Co-operative Bank Ltd Mumbai The Zoroastrian Co-operative Bank Ltd Mumbai Vasavi Co-operative Urban Bank Limited Hyderabad

SBI AND ASSOCIATES State Bank of India State Bank of Bikaner amp Jaipur State Bank of Hyderabad State Bank of Indore State Bank of Mysore State Bank of Patiala State Bank of Saurashtra State Bank of Travancore

NATIONALISED BANKS

Allahabad Bank Andhra Bank Bank of Baroda Bank of India Bank of Maharashtra Canara Bank Central Bank of India Corporation Bank Dena Bank Indian Bank Indian Overseas Bank Oriental Bank of Commerce Punjab National Bank Punjab and Sind Bank Syndicate Bank UCO Bank Union Bank of India United Bank of India Vijaya Bank

OTHER PUBLIC SECTOR BANKS

Industrial Development Bank of India Ltd

PRIVATE SECTOR BANKS Bank of Rajasthan Ltd Catholic Syrian Bank Ltd City Union Bank Ltd Development Credit Bank Ltd Dhanalakshmi Bank Ltd Federal Bank Ltd HDFC Bank Ltd ICICI Bank Ltd IndusInd Bank Ltd ING Vysya Bank Ltd Jammu and Kashmir Bank Ltd Karnataka Bank Ltd Karur Vysya Bank Ltd Kotak Mahindra Bank Ltd Lakshmi Vilas Bank Ltd Nainital Bank Ltd Ratnakar Bank Ltd SBI Commercial International Bank Ltd South Indian Bank Ltd Tamilnad Mercantile Bank Ltd Axis Bank Ltd Yes Bank Ltd

FOREIGN BANKS ABN Amro Bank NV Abu Dhabi Commercial Bank Ltd American Express Banking Corporation Antwerp Diamond Bank NV Arab Bangladesh Bank Bank International Indonesia Bank of America Bank of Bahrain and Kuwait BSC Bank of Ceylon Bank of Nova Scotia Bank of Tokyo ndash Mitsubishi Ltd Barclays Bank Plc BNP Paribas China Trust Commercial Bank Shinhan Bank Citi Bank NA Calyon Bank Deutsche Bank DBS Bank Ltd The Hongkong and Shanghai Banking Corporation Ltd JP Morgan Chase Bank NA Krung Thai Bank Public Company Ltd Mashreq Bank psc Mizuho Corporate Bank Ltd Oman International Bank SAOG Societe Generale Sonali Bank Standard Chartered Bank State Bank of Mauritius Ltd

GRAMIN BANKS Andhra Pradesh Grameen Vikas Bank Warangal (Andhra Pradesh) Andhra Pragathi Grameena Bank Kadapa (Andhra Pradesh) Aryavart Gramin Bank Lucknow (Uttar Pradesh) Arunachal Pradesh Rural Bank Naharlagun (Arunachal Pradesh) Assam Gramin Vikas Bank Guwahati (Assam) Baitarani Gramya Bank Baripada (Orissa) Ballia Kshetriya Gramin Bank Ballia (Uttar Pradesh) Bangiya Gramin Vikash Bank Berhampore (West Bengal) Baroda Gujarat Gramin Bank Bharuch (Gujarat) Baroda Rajasthan Gramin Bank Ajmer (Rajasthan) Baroda Uttar Pradesh Gramin Bank Rae Bareli (Uttar Pradesh) Bihar Kshetriya Gramin Bank Monghyr (Bihar) Cauvery Kalpatharu Grameena Bank Mysore (Karnataka) Chaitanya Godavari Grameena Bank (Andhra Pradesh) Chhattisgarh Gramin Bank Raipur (Chhattisgarh) Chikmagalur-Kodaga Grameena Bank Chikmagalur (Karnataka) Deccan Grameena Bank Dilsukhnagar (Hyderabad) Dena Gujarat Gramin Bank Gandhinagar (Gujarat) Durg-Rajnandgaon Gramin Bank Rajnandgaon (Chhattisgarh) Ellaquai Dehati Bank Srinagar (Jammu and Kashmir) Etawah Kshetriya Gramin Bank Etawah (Uttar Pradesh) Faridkot Bhatinda Kshetriya Gramin Bank Bhatinda (Punjab) Gurgaon Gramin Bank Gurgaon (Haryana) Hadoti Kshetriya Gramin Bank Kota (Rajasthan) Haryana Gramin Bank Rohtak (Haryana) Himachal Gramin Bank Mandi (Himachal Pradesh) Jaipur Thar Gramin Bank Jaipur (Rajasthan) Jammu Rural Bank Jammu Jhabua-Dhar Kshetriya Gramin Bank Jhabua (Madhya Pradesh) Jharkhand Gramin Bank Ranchi (Jharkhand) Kalinga Gramya Bank Cuttack (Orissa) Kamraz Rural Bank Sopore (Jammu and Kashmir) Karnatka Vikas Gramin Bank Dharwad (Karnataka) Kashi Gomti Samyut Gramin Bank Varanasi (Uttar Pradesh) Khasi J Bank Shillong (Meghalaya) Krishna Grameena Bank Gulbarga (Karnataka) Kshetriya Kisan Gramin Bank Mainpuri (Uttar Pradesh) Langpi Dehangi Rural Bank Dhiphu (Assam) Lucknow Kshetriya Gramin Bank Sitapur (Uttar Pradesh) Madhya Bharath Gramin Bank Sagar (Madhya Pradesh) Madhya Bihar Gramin Bank Patna (Bihar) Mahakaushal Kshetriya Gramin Bank Jabalpur (Madhya Pradesh) Maharashtra Godavari Gramin Bank (Maharashtra) Malwa Gramin Bank Sangrur (Punjab) Marwar Ganganagar Bikaner Gramin Bank Pali (Rajasthan) Manipur Rural Bank Imphal (Manipur) Marathwada Gramin Bank Nanded (Maharashtra) Mewar Aanchalik Gramin Bank Udaipur (Rajasthan) Mizoram Rural Bank Aizawl (Mizoram) Nagaland Rural Bank Kohima (Nagaland) Nainital Almora Kshetriya Gramin Bank Nainital (Uttaranchal) Narmada Malwa Gramin Bank Indore (Madhya Pradesh) Neelachal Gramya Bank (Orissa) North Malabar Gramin Bank Kannur (Kerala) Pallavan Grama Bank Salem (Tamil Nadu)

Pandyan Grama Bank Virudhunagar (Tamil Nadu) Paschim Banga Gramin Bank Howrah (West Bengal) Parvatiya Gramin Bank Chamba (Himachal Pradesh) Pragathi Gramin Bank Bellary (Karnataka) Prathama Bank Moradabad (Uttar Pradesh) Puduvai Bharthiar Grama Bank (Pondicherry) Punjab Gramin Bank Kapurthala (Punjab) Purvanchal Gramin Bank Gorakhpur (Uttar Pradesh) Rajasthan Gramin Bank Alwar (Rajasthan) Ratnagiri Sindhudurg Gramin Bank Ratnagiri (Maharashtra) Rewa-Sidhi Gramin Bank Rewa (Madhya Pradesh) Rushikulya Gramya Bank Berhampur (Orissa) Samastipur Kshetriya Gramin Bank Samastipur (Bihar) Saptagiri Grameena Bank Chitoor (Andhra Pradesh) Sarva UP Gramin Bank (Uttar Pradesh) Satpura Narmada Kshetriya Gramin Bank Chhindwara (Madhya Pradesh) Saurashtra Gramin Bank Rajkot (Gujarat) Sharda Gramin Bank Satna (MP) Shreyas Gramin Bank Aligarh (Uttar Pradesh) Solapur Gramin Bank Solapur (Maharashtra) South Malabar Gramin Bank (Kerala) Surguja Kshetriya Gramin Bank Ambikapur (Chhattisgarh) Tripura Gramin Bank Agartala (Tripura) Triveni Kshetriya Gramin Bank Orai (Uttar Pradesh) Utkal Gramya Bank Bolangir (Orissa) Uttaranchal Gramin Bank Dehradun (Uttaranchal) Uttar Banga Kshetriya Gramin Bank Cooch-Behar (West Bengal) Uttar Bihar Kshetriya Gramin Bank Muzaffarpur (Bihar) Vananchal Gramin Bank Dhumka (Jharkhand) Vidharbha Kshetriya Gramin Bank Akola (Maharashtra) Vidisha-Bhopal Kshetriya Gramin Bank Vidisha (Masdhya Pradesh) Visveshwaraya Grameen Bank Mandya (Karnataka) Wainganga Kshetriya Gramin Bank Chandrapur (Maharashtra)

  • 101910JPG
  • 101934JPG
  • 101945JPG
  • 101956JPG
  • 102006JPG
  • NIQpdf
  • PQR2pdf
  • BOQ Audio-Videopdf
  • Technical Specificationspdf
  • ITB3pdf
  • GCC6pdf
  • Listofscheduledbankpdf
    • PRE QUALIFICATION CRITERIA

      PPR-NJHPS-1163 (OampM)2014

      Qualifying requirement for ldquoSupply Installation amp Testing of AudioVideo Equipments for Conference Room of New Office Building of NJHPS SJVN Ltd Jhakrirdquo

      (A) Proven Experience

      10 The bidder should be a regular contractor for ldquoSupply Installation amp Testing of AudioVideo Equipmentsrdquo The bidder must submit the supporting documents (LOAs work orders agreements for the similar work along with the satisfactory completion certificate) to this effect from their clients In the case LOAs work orders agreements are from the private company (ies) firm (s) then copy (ies) of TDS for the same are also need to be submitted along with the satisfactory completion certificate

      20 The bidder should have completed such type of job in the past

      (B) Financial Requirement

      10 Financial Requirement The Bidder must have an average annual financial turn over of ` 1097615 (Rupees Ten Lacs Ninety Seven Thousand Six Hundred Fifteen only) during last three years ending 31st March of previous financial year

      20 The Bidder should have successfully completed the similar work as per any of the following criteria during last 7 years ending last day of month previous to one in which applications are invited

      (a) The Bidder should have carried out the 3 similar works valuing not less than ` 14 63487- (Rupees Fourteen Lacs Sixty Three Thousand Four Hundred Eighty Seven only) each

      Or

      (b) 2 similar completed works valuing not less than ` 18 29359- (Rupees Eighteen Lacs Twenty Nine Thousand Three Hundred Fifty Nine only) each

      Or

      (c) 1 similar completed work valuing not less than ` 29 26974- (Rupees Twenty Nine Lacs Twenty Six Thousand Nine Hundred Seventy Four only)

      Note Similar work means work related to Supply Installation amp Testing of AudioVideo Equipments

      The bidder must submit the supporting documents (LOAs work orders agreements for the similar work along with the satisfactory completion certificate) to this effect from their clients In the case LOAs work orders agreements are from the private company (ies) firm (s) then copy (ies) of TDS for the same are also need to be submitted along with the satisfactory completion certificate

      (C) General Conditions of Prequalification

      1 Bidder must furnish Code number photocopies for PAN Sales tax VATTIN amp Service Tax (If applicable) etc

      2 SJVN Ltd reserves the right to cancel withdraw the invitation for bid without assigning any reason and shall bear no liability whatsoever consequent upon such a decision

      3 Notwithstanding anything stated above SJVN Ltd reserves the right to assess the Bidderrsquos capability and capacity to perform the contract satisfactorily should the circumstances warrant such assessment in the overall interest of SJVN Ltd

      4 Price bid of only those bidders shall be opened who qualify based on the specified qualifying requirements after Scrutiny of details documents furnished by them and found to be techno- commercial responsive

      SJVN Ltd

      Annexure-I

      Under Taking From Bidder

      Bidderrsquos Name amp Address

      11 We are qualified under clause (A) amp (C) of the qualifying requirements (any qualifying requirements which bidder does not meet shall be mentioned in the separate sheet)

      12 We are regular contractor for Supply Installation amp Testing of AudioVideo Equipments

      13 We confirm having carried out following contracts for similar nature of job related to Supply Installation amp Testing of AudioVideo Equipments

      Name and Address of Client

      Details of work executed

      Order No amp Date

      Date of Completion

      Order Value

      Copy of order Enclosed

      These details are to be furnished in Schedule-5 of Techno commercial part of the bid

Page 5: PPR-NJHPS-1163 NOTICE INVITING TENDER (Domestic ...sjvn.nic.in/writereaddata/Portal/Tender/179_1/1_Tender_Doc1163.pdf · certificate) to this effect from their clients. In the case

1Boundary Layer Mics (As per Technical Specification Attached) Probable Make- Beyerdynamic Clock Audio EV or Equivalent

16 Nos

2Wireless Handheld Mics (As per Technical Specification Attached) Probable Make- AKG Clock Audio Beyerdynamic or equivalent

2 Nos

3Wireless Lapel Mics (As per Technical Specification Attached) Make- AKG Clock Audio Beyerdynamic or equivalent

2 Nos

4Pop Up Boxes (As per Technical Specification Attached) Probable Make- Extron Kramer Magnum or equivalent

6 Nos

5Switcher (As per Technical Specification Attached) Make- Extron Kramer Analog Way or equivalent

1 Nos

6DSP (As per Technical Specification Attached) Probable Make- BSS Clearone Bose or equivalent

2 Nos

7Speakers (As per Technical Specification Attached) Probable Make- JBL Tannoy Renkus Heinz or equivalent

4 Nos

8Amplifier (As per Technical Specification Attached) Probable Make- JBL Tannoy Renkus Heinz or equivalent

1 Nos

94500 Lumens WXGA Projector (As per Technical Specification Attached) Probable Make- Panasonic Christie Barco or equivalent

1 Nos

10Motorized ceiling Mount Kit (As per Technical Specification Attached) Probable Make- Customised or equivalent

1 Nos

1170 Full HD LED with wall Mount(As per Technical Specification Attached) Probable Make-Panasonic Sony Christie or equivalent

1 Nos

12133 Diagonal Motorized Screen(As per Technical Specification Attached) Probable Make- Draper DNP or equivalent

1 Nos

13Touch Panel Control System(As per Technical Specification Attached) Probable Make- Crestron Extron Analog way or equivalent

1 Nos

14DVD player with HDMI amp USB pen Drive (As per Technical Specification Attached) Probable Make- Panasonic Sony Pioneer or equivalent

1 Nos

ANNEXURE-A

Bill of Quantity Name of Work- Supply Installation amp Testing of AudioVideo Equipments for Conference Room Of New Office Building Of NJHPS SJVN Ltd Jhakri

Sr No Description of Items QTY Unit

Page 1 of 11 ITB- PPR-1163- AudioVideo System)

INSTRUCTIONS TO BIDDERS (ITB)

The bids are invited using e-tendering mode so please read the instructions carefully and upload the filled in bids as per requirement of bid documents Any unfilled schedule information in schedules may lead to rejection of the bid

10 General Instructions

11 The SJVN Limited hereinafter called SJVN Owner is a Joint Venture of Govt of India and Govt of Himachal Pradesh having its registered office at Himfed Building New Shimla - 171 009 have their Nathpa Jhakri Hydroelectric Power Plant with a capacity of 6x250 MW at Nathpa (Distt Kinnaur) and Jhakri (Distt Shimla) in the State of Himachal Pradesh India

12 SJVN has issued an invitation to bid as enclosed and will receive bids as set forth in the accompanying Bid documents

13 Bids can not be uploaded after the time amp date fixed for receipt of bids as set out in the Invitation of Bid

14 SJVN reserves the right to accept or reject any or all Bids without assigning any reason for such a decision

15 All the cost and expenses incidental to preparation of the proposals discussions and conferences if any including pre-award discussions with the Bidder technical and other presentation including any demonstrations etc shall be to the account of the Bidder and Owner shall bear no liability whatsoever on such costs and expenses

16 The complete filled in bids and necessary scanned documents shall be uploaded at the mentioned address up to 03092014 at 1230 hrs The techno-commercial bid shall be opened on 04092014 at 1530 hrs The bids cannot be uploaded submitted later than 03092014 at 1230 hrs

17 However Price bid part of qualified amp techno-commercial responsive bidders shall be opened on subsequent date for which the qualified bidders shall be informed separately

18 Please note that bids in physical form shall not be entertained under any circumstances and are only to be submitted through e-tendering athttpssjvnabcprocurecom This tender is being processed through e-tenderinge-procurement system The bid documents are to be downloaded filled in and submitted through e-tendering system of SJVN Ltd at httpssjvnabcprocurecom

20 Plant Information

The 1500 MW Nathpa Jhakri Hydroelectric Power Plant is located between Nathpa (Distt Kinnaur) and Jhakri (Distt Shimla) in the State of Himachal Pradesh

30 Communication and Transport Limitation

The Plant Site is located in the interior of Himachal Pradesh The dam is locatedon the Sutlej River near village Nathpa in District Kinnaur The underground

Page 2 of 11 ITB- PPR-1163- AudioVideo System)

power house is located near village Jhakri in District Shimla Shimla the capital of the State of Himachal Pradesh is enroute about 150Km South-West from Jhakri The distance by road from Jhakri to Nathpa upstream is about 45 Km (Approx)

The rail head (broad gauge) is at Kalka (NR) Kalka is about 235 Km (Approx) from Jhakri

Approximate Distance from Kalka

ToMumbai

To Kolkata

ToChennai

(i) By Rail 1906 1809 2558(ii) By Road 1753 1791 2482

The distance from Kalka to Delhi by road is 285 Km (approx)From the Kalka rail head the Project is approachable by the following roadsroutes-

(i) Kalka - Dharampur - Solan - Shimla - Narkanda - Rampur - Jhakri (NH -22)

235 Km (Approx)

(ii) Kalka - Dharampur - Solan - Shimla - Dhalli -Basantpur - Rampur ndash Jhakri

250 Km(Approx)

(iii) Kalka - Dharampur - Sabathu - Arki - Shalaghat - Dhami - Basantpur - Rampur ndash Jhakri

335 Km(Approx)

Transport Limitation

The transport limitation by road from Kalka to the Plant Site at Nathpa Sholdingwould be the governing factor in respect of the permissible package size and weight Bidder should consider all factors as can be envisaged for transportation of equipment to avoid and overcome the hindrances limitations on existing road on account of weather conditions and any other reasons without affecting the schedule

The project area is situated in earthquake zone IV as per BIS 1893(1984) Hence the equipment shall have to be suitable to withstand safely and not to mal operate under earthquake forces corresponding to zone IV

40 Minimum Qualifying Requirement

As per PQR

50 Scope of Work

Supply Installation amp Testing of AudioVideo Equipments for Conference Room Of New Office Building Of NJHPS SJVN Ltd Jhakri as per Technical Specifications along with associated items which are mentioned in the BOQ(Annex ndash A)

60 Quality Assurance Programme

The Quality Assurance Program shall be as per relevant standards

70 Cost of Bidding

The Bidder shall bear all costs associated with the preparation and submission of its bid and the Owner will in no case be responsible or liable for these costs regardless of the conduct or outcome of the bidding process

Page 3 of 11 ITB- PPR-1163- AudioVideo System)

80 The Bidder is expected to examine all instruction forms terms specifications and other information in the bidding documents Failure to furnish all information required by the bidding documents or submission of a bid not substantially responsive to the bidding documents in every respect will be at the Bidders risk and may result in rejection of its bid

90 Amendment of Bidding Documents

91 At any time prior to the deadline for submission of bids the Owner may for any reason whether at its own initiative or in response to a clarification requested by a prospective Bidder amend the bidding documents

92 The amendment will be notified in writing or by cable or through website (on httpssjvnabcprocurecom) to all prospective Bidders that have received the bidding documents and will be binding on them Bidders are required to immediately acknowledge receipt of any such amendment and it will be assumed that the information contained therein has been taken into account by the Bidder in its bid

93 In order to afford prospective Bidders reasonable time in which to take the amendment into account in preparing their bid the Owner may at its discretion extend the deadline for the submission of bids

94 After publishing of on web any amendment corrigendum shall be uploaded on web The bidders who have not informed us about the download would be required to regularly visit our website for updating themselves about any amendments which may arise from time to time It will be assumed that all the information containedupdated in the website has been taken into account by the Bidder in its bid

100 Language of Bid

The bid prepared by the Bidder and all correspondence and documents related to the bid exchanged by the Bidder and the Owner shall be written in English language Any printed literature furnished by the bidder may also be written in English language

110 Bid Security Earnest Money deposit (EMD)

a) The offer must be accompanied with an Earnest money of ` 74000- (Rupees Seventy Four Thousand Eight Hundred Only) The bid security shall at the Bidders option be in the form of a crossed demand draftpay order Banker Cheque (drawn in favour of NJHPS SJVN Ltd) FDRTDR (Pledged in the name of ldquoNJHPS SJVN Ltdrdquo under the seal amp by the authorized signatory of issuing bank) Bid Security shall remain valid for a period of thirty (30) days beyond the original bid validity period and beyond any extension subsequently requested The DD should be payable at following branches

(i) State Bank of India Jhakri Branch Code - 6988(ii) State Bank of India Rampur Bushahar Branch code - 0703(iii) Punjab National Bank Rampur Bushahar Branch code - 94300(iv) UCO Bank Rampur Bushahar Branch code - 1543(v) HDFC Bank Rampur Bushahar Branch code - 805

Remarks - The EMD in the form of BG outstation local Cheque outstation DDs by hand written DDs is not acceptable

Page 4 of 11 ITB- PPR-1163- AudioVideo System)

b) EMD of the bidder shall be forfeited if the bidder withdraws or amends its bids or impairs or derogates form the bid in any respect with in the period of validity of the bid The EMD of the successful bidder shall be retained as contract security until such period the contractor furnishes the required CPG or until supply the complete material If the contractor fails to fulfill his obligations the EMD retained as contract security shall be forfeited

c) Micro or Small Enterprises (MSE)NSIC registered firms are exempted from submission of EMD and must enclose (Upload scanned copy of the MSENSIC certificate) for the same products as in NIQ above If the MSENSIC certificate does not contain the same products and services as listed in our NIQ and no EMD is found enclosed the owner may ask the bidder to submit the EMD as above The copy of MSE NSIC certificate is to be sent by e-mailfaxpost with reference to the present tender

d) UPLOADING OF EMD The scanned copy of the EMD is to be uploaded on the website The bid is to be submitted through e-tendering and hence the EMD is to be sent to the undersigned by post after submitting the bid along with required details through e-procurement on the web The EMD in physical form should reach before the last date and time of submission of bid If EMD does not reach in physical form within the period of techno commercial evaluation the bid shall be considered as non responsive and price bid of such firms shall not be opened

120 Deviations

Deviations if any from the terms and conditions of Bidding Documents or Technical Specifications including drawings shall be listed only in Deviation Schedule of the bid ieSchedule-2 ldquoSchedule of Deviationsrdquo The Bidder shall also provide the additional price if any for withdrawal of the deviations

Bidder may further note that except for deviations listed in Deviation Schedule the bid shall be deemed to comply with all the requirement in the bidding documents and the bidders shall be required to comply with all such requirements of bidding documents and technical specifications and drawings without any extra cost to the Owner irrespective of any mention to the contrary anywhere else in the bid failing which the bid security of the Bidder may be forfeitedThe owner has complete right to evaluate the deviations without prejudice After evaluation the deviations may or may not be agreed by the owner The bidder shall be intimated in writing accordingly

130 Work Completion Schedule

The basic consideration and the essence of the Contract shall be the strict adherence to the Work Completion Schedule Entire scope of work should be completed within 90 days from the issue of Supply Order

140 Price Adjustment Data

Not applicable being FIRM Price Contract

150 Bid Prices Unless otherwise specified in the Technical Specifications Bidders shall quote

for the entire supply on a single responsibility basis such that the total bidprice covers all the suppliers obligations mentioned in or to be reasonably inferred from the bidding documents

Page 5 of 11 ITB- PPR-1163- AudioVideo System)

Bidders are required to quote the price for the commercial contractual and technical obligations outlined in the bidding documents

Bidders shall give the required details and breakup of their prices as per Schedules specified

The Prices quoted by the Bidder shall be FIRM during the performance of the contract and not subject to variation on any account A bid submitted with an adjustable price quotation will be treated as non-responsive and rejected

160 Bid Currencies

Bidders shall quote all prices in Indian Rupees only

170 Period of Validity of Bid

Bids shall remain valid for a period of 120 days after the closing date prescribed by the Owner for the receipt of bids A bid valid for a shorter period shall be rejected by the Owner as being non-responsive

In exceptional circumstances the Owner may solicit the Bidderrsquos consent to an extension of the bid validity period The request and responses thereto shall be made in writing or by cablefax If a Bidder accepts to prolong the period of validity the bid security shall also be suitably extended A Bidder may refuse the request without forfeiting its bid security A Bidder granting the request will not be required nor permitted to modify its bid

180 BID PROPOSAL SHEETS (BPS)

The Bidder shall furnish complete all the appropriate Schedules data required as per the bidding documents at httpssjvnabcprocurecom

190 FORMAT AND SIGNING OF BID

The Bid must contain the name residence and place of business of the person or persons making the Bid and must be digitally signed The name of all persons signing should also be mentioned at appropriate place

Bid by Corporation Company must be digitally signed with the legal name of the Corporation Company by the President Managing Director or by the Secretary or other person or persons authorized to bid on behalf of such Corporation Company in the matter

Bidders name stated on the proposal shall be the exact legal name of the firm

All the requisite documents shall be scanned amp uploaded along with bid The hard copy of the documents shall also be posted as per details given in clause 320 so as to reach on or before the last date and time of submission of bid

If situation so warrants SJVN LTD NJHPS may ask the bidders to produce original documents which were submitted as scanned copies along with bid for verification

Page 6 of 11 ITB- PPR-1163- AudioVideo System)

200 Submission of Bids

The bids will be submitted electronically at designated places in various schedules The complete bid document along with the schedules can be downloaded by the bidder through httpssjvnabcprocurecom only after registration as explained in ldquoVendor Registration Procedure amp Submission amp Filling of Bidsrdquo The bid is to be filled only in the in the schedules available on the web The price schedules cannot be downloaded as they are to be filled online however techno-commercial schedules and Bid Proposal Sheet etc are to be downloaded first and are to be uploaded again after filling the same The bid is called under 02 parts as under-

A Bid Proposal Sheet (BPS) Price Bid Part which consists of the followings schedules-

(i) Schedule-1 Page 1 of 2 ldquoSchedule of Pricesrdquo(ii) Schedule-1 Page 2 of 2 ldquoSchedule of Taxes amp Dutiesrdquo

Remarks-All above schedule are available in single excel sheet ldquoBPS Price Schedulesrdquo The bidders have to fill the required information in the colored boxes only

The prevailing rate of taxes amp duties is to be clearly mentioned in the ldquoSchedule of Taxes amp Dutiesrdquo In case nothing is mentioned or mentioned ldquoNILrdquo then it shall be presumed that the rates quoted are inclusive of taxes and duties or as else the taxes amp duties are not applicable The taxes amp duties shall be paid as per applicable rate at the time of execution of work Any increase in taxes amp duties new introduction of new taxes amp duties levy by the Govt shall be paid by SJVN Ltd provided that such increase in taxes amp duties new introduction of new taxes amp duties levy by the Govt is made with in schedule work completion period as per LOA otherwise same shall be paid by the bidders The following may be considering by the bidders-

a The entry tax for the entry of goods in Himachal Pradesh shall be paid by SJVN directly to concerned authorities During bid evaluation the bid of the bidders quoting outside from HP shall be loaded at the applicable rate of the Entry Tax

b CSTVAT No ldquoCrdquo Form will be issued by SJVN Ltd for this tender thus Sale tax has to be quoted for accordingly by the bidder

c Any other deduction like TDS ldquoWCTrdquo (As per applicable rate in HP) if applicable as per the Govt laws shall be made from your payment and statement for the same shall be provided by SJVN for the same

d The successful bidder in his own interest shall have to register himselffirmcompany under the HP VAT Act-2005 with the Excise amp taxation Deptt Himachal Pradesh WCT on the material portion of the contract shall be deducted as applicable

BBid Proposal Sheet Techno-commercial Bid Part which consists of the followings-

All documents as required CSTVATTIN No PAN etc and any other documents as required asked in the tender are to be uploaded submitted along with the bid These documents are to be uploaded along with the General Documents

Page 7 of 11 ITB- PPR-1163- AudioVideo System)

Bid Security Earnest Money deposit (EMD)Copy of NSICSSI certificate as per sr no 110 above

Cost of Tender Document (If any)copy of NSICSSI certificate as per sr no 210 above

Undertaking as per sr no 330 below

The Bid Proposal Sheet (BPS) techno-commercial schedules to be filled are as under-

(i) Schedule-2 Page 1 of 1 ldquoSchedule of Deviationsrdquo(ii) Schedule-3 Page 1 of 1 ldquoSchedule for Contact Details amp Bank

Account Detailsrdquo(iii) Schedule-4 Page 1 of 1 ldquoSchedule of make offeredrdquo(iv) Schedule-5 Page 1 of 1 ldquoSchedule for Minimum Qualifying

Requirementsrdquo

Remarks-All above schedule are available in single excel sheet ldquoBPS Techno commercial Schedulesrdquo The bidders have to fill the required information in the colored boxes only

The Techno-Commercial Bid part will be opened electronically as per schedule time and date as indicated in the bid documents in the Oo Dy General Manager (PampC) NJHPS SJVN Ltd Jhakri Distt Shimla (HP) ndash 172 201

The Price Part will be opened electronically at same place only for those bidders whose techno-commercial part is found to be techno-commercially acceptable and only such bidders will be intimated subsequently either telephonically or through Fax Courier about the time and date of price bid opening

The Owner further reserves the right to reject any Bid which is not submitted according to the instructions stipulated above

After submission of the bid through e-tendering an acknowledgment slip is automatically generated and same is to be send by fax poste-mail as per clause 320 as a proof for bid submission through e-tendering

210 Cost of Tender Documents The cost of tender document is Rs 1000- (One Thousand Only) in the shape of Demand Draft in favour of owner (NJHPS SJVN Ltd Jhakri) payable banks as mentioned at sr no 112 above and the bidder must submit the same in envelope which should be reached preferably before last date and time of submission of bid ie 1230 Hrs of 03092014 The scanned copy of the cost of bid document (DD) shall be uploaded in the designated place The NSICMSE registered firms are exempted from the submission of the cost of tender documents

220 Late BidsNo bid shall be received after last date and time of bid submission

Page 8 of 11 ITB- PPR-1163- AudioVideo System)

230 Withdrawal of Bids

No bid may be withdrawn in the interval between the bid submission deadline and the expiration of the bid validity period specified in Bid documents Withdrawal of a bid during this interval may result in the Bidders forfeiture of its bid security EMD

240 Bid Opening and Evaluation

The Owner will open all bids electronically in the presence of bidders representatives who choose to attend the opening at the time on the date and at the place specified in the NIT NIQ Bidders representatives shall sign a register as proof of their attendance In the event of the specified date for the opening of bids being declared a holidaynetwork problem for the Owner the bids will be opened at the appointed time on the next working day

Bids will be evaluated for the complete scope of the supply on single responsibility basis and FOR Jhakri basis During bid evaluation the bid of the bidders quoting outside from HP shall be loaded at the applicable rate of the Entry Tax

No price preference shall be given to any bidder during the bid evaluation

No Mobile Phone will be permitted inside the bid opening room Therefore bidders should deposit Mobile Phones with Security gate at Reception

SJVN liability towards service tax shall also be considered as per service tax notification No 302012 dated 20062012 during bid evaluation

Cost loading will be carried out for the deviations taken by the bidder to determine the lowest evaluated Bid which will be considered for acceptance

The items for which bidder does not quote his price ie leaves the rate amount column blank or simply puts a (-) mark or () mark or indicates lsquoNILrsquo lsquoNArsquo or as applicable no cost shall be considered for bid evaluation for these items and for the purpose of award the value of such item shall be deemed to have been included in other quoted items If the bidder does not agree to this consideration his bid will be rejected and the bid guarantee may be forfeited

250 Clarification of Bids

During bid evaluation the Owner may at its discretion ask the Bidder for a clarification of its bid The request for clarification and the response shall be in writing and no change in the price or substance of the bid shall be sought offered or permitted

260 Correction of Errors (Applicable to extent possible)

A The errors discrepancies in respect of the specified amount in Bid Proposal Sheets for an individual item andor sub-item andor in the sub-total of a schedule andor in the Grand total of a schedule andor in the lump sum price of the package either due to discrepancy between figures and words andor simple arithmetical error while adding andor multiplying and or due to wrong extension of unit rates etc the error will be rectified and computed by SJVN as per the following method

Page 9 of 11 ITB- PPR-1163- AudioVideo System)

(i) In case of discrepancy between figure and words the value specified in the words will be considered for computation

(ii) Firstly the unit rates in words will be considered for computation

(iii) In case unit rates are not indicated in words then unit rates indicated in figure will be considered and will be used for deriving the amount from the quantities specified in the bid documents

(iv) In case error is due to wrong extension of quantities the quantities as specified in the bid documents will be considered and multiplied by the quoted unit rates to obtain the amount The amounts will be computed as per the extension of amount on the basis of unit rates of individual item sub-item sub-total of a schedule grand total of a schedule and lump sum price of the package based on the above consideration

B After computation of the amounts as above the values as computed shall be considered for evaluation as well as for award If the bidder does not accept the above consideration his bid will be rejected and the Bid Security EMD may be forfeited

C The Owners determination of a bids responsiveness is to be based on the contents of the bid itself 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 non-conformity

270 Influencing the Owner

No Bidder shall contact the Owner on any matter relating to its bid from the time of the opening of bids to the time the contract is awarded

Any effort by a Bidder to influence the Owner in the Ownerrsquos bid evaluation bid comparison or contract award decisions may result in rejection of the Bidderrsquos bid

280 Award of Contract

The Owner will award the contract to the successful Bidder whose bid has been determined to be substantially responsive and to be the lowest evaluated bid further provided that the bidder is determined to be qualified to perform the contract satisfactorily

The owner may request the Bidder to withdraw any of the deviations listed in Deviation Schedule of the winning bid at the price shown for the deviation in Deviation schedule In case the Bidder does not withdraw the deviations proposed by him if any at the cost of withdrawal stated in the bid his bid will be rejected and bid security forfeited

Bidders would be required to comply with all other requirement of the Bidding Documents except for those deviations in Deviation Schedule which are accepted by the Owner failing which the bid security of the Bidder may be forfeited

Award will be placed for total quantity on L1 basis for substantially responsive bid on single responsibility basis for entire scope of supply

Page 10 of 11 ITB- PPR-1163- AudioVideo System)

290 Owners Right to Accept Any Bid and to Reject Any Bids

The Owner reserves the right to accept or reject any bid and to annul the bidding process and reject all bids at any time prior to award of contract without thereby incurring any liability to the affected Bidder or bidders or any obligation to inform the affected Bidder or bidders of the grounds for the Owners action

300 Notification of Award

Prior to the expiration of the period of bid validity the Owner will notify the successful Bidder in writing by registered letter or by cable to be confirmed in writing by registered letter that its bid has been accepted The notification of award will constitute the formation of the contract

Upon the successful Bidders furnishing of the performance security the Owner will promptly notify each unsuccessful Bidder and will discharge its bid security

310 Corrupt or Fraudulent Practices

A The Owner requires that Bidders to observe the highest standard of ethics during the procurement and execution of the Contract In pursuance of this policy the Owner

(a) defines for the purposes of this provision the terms set forth below as follows

(i) corrupt practice means the offering giving receiving or soliciting of any thing of value to influence the action of a public official in the procurement process or in contract execution and

(ii) fraudulent practice means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Owner and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Owner of the benefits of free and open competition

(b) will reject a proposal for award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question

(c) will declare a firm ineligible either indefinitely or for a stated period of time to be awarded a contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for or in executing a contract of the Owner

B Furthermore Bidders shall be aware of the provision stated in the General Conditions of Contract

320 Submission of documents by post

The following documents in hard copyoriginal form sealed in envelop super scribed as ldquoSupply Installation amp Testing of AudioVideo Equipments for

Page 11 of 11 ITB- PPR-1163- AudioVideo System)

Conference Room Of New Office Building Of NJHPS SJVN Ltd Jhakri -(PPR-1163 (OampM)2014)rdquoare to be sent through post-

(i) Earnest Money Deposit (In original)copy of MSE certificate as per clause no 110

(ii) Cost of tender document (In Original) copy of MSE certificate as per clause no 210

(iii) Undertaking form duly signed by the bidder shall be uploaded along with the bid the details of which are as per clause 330

(iv) Copy of TIN No

The scanned copies of above documents are to be uploaded on the web and must reach preferably 03092014 1230 HRS

Any documents as asked or required are to be sent to the following address-Dy General Manager (GM) Procurement and Contract DepartmentNJHPS SJVN LTD JhakriDistt Shimla (HP)-172201

Phone No 01782-275236Fax No 01782-234049 275106E-mail sksood_2000yahoocoin

Any documents as asked or required like scanned copies of EMD amp Cost of tender document (if any) copy of previous orders dealership certificate etc are to be uploaded at the link ldquoGeneral Documentsrdquo at httpssjvnabcprocurecom

330 Undertaking

331 I have read carefully all the bidding documents and agreed to the conditions exceptfor deviation taken clause wise in deviation schedule

332 I have not changed the contents of the bidding documents

333 Scanned copy of documents uploaded along with the bid is true to the best of my knowledge

334 We have quoted for all the items If after opening of price bid it is found that wehave not quoted for all items then our bid shall not be considered for price bid evaluation

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 1 of 7

GENERAL CONDITIONS OF CONTRACT (GCC)

10 Definitions

In this Contract the following terms shall be interpreted as indicated

(a) The Contract means the Contract Agreement entered between the Owner and the Contractor as recorded in the Contract Form signed by the parties including all attachments and appendices thereto and all documents incorporated by reference therein

(b) The Contract Price means the price payable to the Contractor under the Contract for the full and proper performance of its contractualobligations

(c) The Services means all those services necessary for the Supply Installation amp Testing of AudioVideo Equipments under this contractand any other incidental services etc and other such obligations of the Contractor covered under the Contract

(d) The Owner means the SJVN Limited

(e) The Contractor means the individual or firm The Contractor means the individual or firm carrying out the work under this Contract

(f) Corrupt Practice means the offering giving receiving or soliciting ofany thing of value to influence the action of a public official in the procurement process or in contract execution

(g) Fraudulent Practice means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Owner and includes collusive practice among Bidders (prior to or after Bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Owner of the benefits of free and open competition

20 CONTRACT PERFORMANCE SECURITY (CPS)

21 Within thirty (30) days of receipt of the notification of Contract award you shall furnish to the Owner an unconditional performance security for ten percent (10) of the Contract Price with validity up to sixty (60) days after warrantee period (Refer Clause 50 below)

22 The proceeds of the performance security shall be payable to the Owner as compensation for any loss resulting from the Contractors failure to complete its obligations under the Warranty and ContractSupport period

23 The performance security shall be denominated in the currency of the Contract and shall be in the form of Bank Guarantee (As per format enclosed) preferably issued by a nationalized Bank scheduled bank (As per the list enclosed) acceptable to the Owner or in the form of FDR or TDR (pledged in the favour of the owner)

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 2 of 7

24 The performance security will be discharged by the Owner and returned to the Contractor not later than sixty (60) days after expiry of Warranty and ContractSupport period

25 NSIC MSE registered firms are not exempted from the submission of the CPG

26 The interest 155 shall be charged on delay period for breach in timely submission of CPGInitial Security Deposit without prejudice to right of SJVN to other remedies available under the contract

30 PACKING AND FORWARDING 31 The bidder shall provide such packing to the goods as is required to prevent

damage or deterioration during transit to their final destination at Jhakri

40 INSURANCEThe goods to be supplied under the scope of the work shall be insured for all risks by the contractor till it is delivered installed amp commissioned at NJHPS SJVN Ltd Jhakri

50 GUARANTEWARRANTY

The material under the scope of this contract will be warranted against any manufacturing defects poor workmanship and the consumablematerial used for maximum of 12 months from the date of successful installation amp commissioning In case of any problem within the warranty period due to manufacturing defects their performance poor workmanship and the consumablematerial used arises the same will be rectifiedreplaced free of cost at site by the supplier within fortnight of such notification by the EIC as necessary

60 FORCE MEAJEURE

61 The firm shall not be liable for loss or damage to SJVN resulting from any delays or failure to make shipment to Nathpa site within schedule time for all or any part of the item due to the act of God war declared or undeclared acts of public enemy riots civil commotion invasion insurrection sabotage acts of restraint of Government federal state or municipal action or regulation fire flood hurricanes accidents epidemic quarantine restrictions or any failure on the part of the Owner or his representative to approve or comments on drawings or other causes contingencies or circumstances not subject to their control whether of a similar or dissimilar nature which prevents the Contractor from completion of work Any such cause or delays even though not existing on the date of the contract on or the date of start of reclaiming shall extend the time of performance automatically by length of delays occasioned thereby including delay reasonably incidental to the resumption of normal reclamation work even though such case may occur after performance of firmrsquos obligation has been delayed for the other causes

62 If a Force Majeure situation arises the Contractor shall promptly notify the Owner in writing of such condition and the cause thereof Unless otherwise directed by the Owner in writing the Contractor shall continue to perform its obligations under the Contract as far as is reasonably practical and shall seek

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 3 of 7

all reasonable alternative means for performance not prevented by the Force Majeure event

70 PAYMENT TERMS The payment to the bidder will be made as under after submission of all the required documents acceptable to SJVN Ltd-

A The Seventy percent (70) payment (including 100 taxes amp duties) shall bemade within 30 days after receipt of the material at NJHPS SJVN Ltd Jhakriand on submission of followings documents to consignee

(i) Bills in triplicate(ii) Photocopy of unconditional acceptance of Letter of Award(iii) Inspection Report issued by the EIC or his representative (The

inspection of supplied material shall be carried out at store NJHPS Jhakri

(iv) Copy of CPG as per clause no 20(v) Copy of TIN No

B Balance thirty percent (30) payment shall be made within 30 days after completion of work and on submission of followings documents in bound folder to the consignee-

(i) Bills in triplicate(ii) GuaranteeWarranty Certificate(iii) Completion certificate issued by EIC that the material has been

successfully installed amp commissioned(iv) Documents asked as per clause 12 of General Technical Terms ans

ConditionsC The payment shall be released through electronic fund transfer and hence you

are requested to give your bank account detail along with IFSCRTGS code of your bank branch The required detail is to be filled in ldquoSchedule-3-Bank Account Detailrdquo Bank charges if any shall be borne by you The details to be submitted in the schedule as enclosed

DAs per SJVN Ltd policy no advance payment can be given

E The service tax shall be paid by the SJVN bidder as per service tax notification no 302012 dated 20062012 The service tax is to mentioned separately in price schedules amp same shall be reimbursed on submission of following information along with the bills-

(I) Name Address amp Contact Details (Tel no etc) of the Service Provider (II) Service Tax Number of the Service Provider(III) PAN of the Service Provider(IV) Service Tax Invoice Number(V) Gross amount of services(VI) Service Tax amount

80 WORK COMPLETION SCHEDULEThe basic consideration and the essence of the Contract shall be the strict adherence to the Work Completion Schedule Entire scope of work should be completed within 90 days from the issue of Supply Order

90 LIQUIDATED DAMAGES

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 4 of 7

91 If the Supplier fails to complete the work within the period(s) specified in the Contract the Owner shall without prejudice to its other remedies under the Contract deduct from the Contract Price as Liquidated Damages as specified here in below

92 The Liquidated Damage for delay in completion of work(Supply Installation amp Commissioning) beyond the maximum completion schedule as stipulated at clause 80 above shall be frac12 (Half percent) per week or part thereof of the total contract value The total amount of Liquidated Damages for delay under the Contract will be subject to a maximum of five percent (5) of the total Contract price

93 Amount of Liquidated Damage shall be payable by the Supplier whenever demanded by the Owner and or Owner can recover the amount of liquidated Damages (to the extent leviable at any time) from the amount payable to the Supplier available with Owner under this Contract

94 Supplierrsquos obligations and the Ownerrsquos remedies in respect of delay are solely and exclusively as stated in this Liquidated Damages clause subject to provisions of Clause 120 and consequence thereof

100 TERMINATION OF CONTRACT ON CONTRACTORS DEFAULTThe Owner without prejudice to any other remedy for breach of Contract by written notice of default sent to the Contractor may terminate this Contract in whole or in part

a) if the Contractor fails to complete any part of all the work or all of the Goods within the period(s) specified in the Contract or within any extension thereof granted by the Owner

b) if the Contractor fails to perform any other obligation(s) under the Contract

c) If the Contractor in the judgment of the Owner has engaged in corrupt or fraudulent practices in competing for or in executing the Contract

101 In the event the Owner terminates the Contract in whole or in part the Owner may procure get repaired upon such terms and in such manner as it deems appropriate Goods or Services similar to those undelivered un-repaired and the Contractor shall be liable to the Owner for any excess costs for such similar Goods or Services However the Contractor shall continue performance of the Contract to the extent not terminated

110 TERMINATION FOR INSOLVENCYThe Owner may at any time terminate the Contract by giving written notice to the Contractor if the Contractor becomes bankrupt or otherwise insolvent In this event termination will be without compensation to the Contractor provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the Owner

120 TERMINATION OF CONTRACT ON OWNERS INITIATIVE

121 The Owner reserves the right to terminate the Contract either in part or in full due to reasons other than those mentioned under clause entitled Contractors

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 5 of 7

Default and Outbreak of War The Owner shall in such an event give seven (7) days notice in writing to the Contractor of his decision to do so

122 The Contractor upon receipt of such notice shall discontinue the work on the date and to the extent specified in the notice make all reasonable efforts to obtain cancellation of all orders and contracts to the Owner stop all further sub-contracting or purchasing activity related to the work terminated and assist the Owner in storage maintenance protection and disposition of the works acquired under the contract by the Owner

123 In the event of such a termination the Contractor shall be paid equitable and reasonable compensation as dictated by the circumstances prevalent at the time of termination

130 SETTLEMENT OF DISPUTES131 Any dispute(s) or difference(s) arising out of or in connection with the Contract

shall to the extent possible in the first instance be resolved amicably between the Contractor and the Ownerrsquos Engineer

132 If any dispute or difference of any kind whatsoever shall arise between the Owner and the Contractor arising out of the Contract for the performance of the Works whether during the progress of the Works or after its completion or whether before or after the termination abandonment or breach of the Contract it shall in the first place be referred to and settled by the Engineer who within a period of ten (10 ) days after being requested by either party to do so shall give written notice of his decision to the Owner and the Contractor

133 Save as hereinafter provided such decision in respect of every matter so referred shall be final and binding upon the parties until the completion of the entire work under the Contract and shall forthwith be given effect to by the Contractor who shall comply with all such decisions with all due diligence whether he or the Owner requires arbitration as hereinafter provided or not

134 If after the Engineer has given written notice of his decision to the parties no claim to arbitration has been communicated to him by either party within ten (10) days from the receipt of such notice the said decision shall become final and binding on the parties

135 In the event of the Engineer failing to notify his decision within ten (10) days after being requested as aforesaid or in the event of either the Owner or the Contractor being dissatisfied with any such decision or within ten (10) days after the expiry of the first mentioned period of ten (10) days as the case may be either party may require by written notice to the other party that the matters in dispute be referred to arbitration as hereinafter provided

140 ARBITRATION

141 All disputes or differences in respect of which the decision if any of the Engineer has not become final or binding as aforesaid shall be settled by arbitration in the manner hereinafter provided

142 In the event of the Contractor that is to say a citizen andor a permanent resident of India a firm or a company duly registered or incorporated in India the arbitration shall be conducted by three arbitrators one each to be nominated

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 6 of 7

by the contractor and the Owner and the third to be named by the President of Institution of Engineers India If either of the parties fails to appoint its arbitrator within thirty (30) days after receipt of a notice from the other party invoking the arbitration clause the President of the Institution of Engineers India shall have the power at the request of either of the parties to appoint the arbitrators A certified copy of the said President making such an appointment shall be furnished to both the parties

143 The arbitration shall be conducted in accordance with the provisions of the Arbitration amp Conciliation Act 1996 or any statutory modification thereof

144 Arbitration(s) shall give reasoned award

145 The decision of the majority of the arbitrators shall be final and binding upon the parties The expenses of the arbitration shall be paid as may be determined by the arbitrators The arbitrators may from time to time with the consent of all the parties enlarge the time for making the award In the event of any of the aforesaid arbitrators dying neglecting resigning of being unable to act for any reason it will be lawful for the party concerned to nominate another arbitrator in place of the outgoing arbitrator

146 The arbitrator shall have full powers to review andor revise any decision opinion directions certification or valuation of the Engineer in consonance with the contract

150 APPLICABLE LAW

151 The Contract shall be governed by and interpreted in accordance with the laws in force in India The courts of Rampur BushahrShimla shall have exclusive jurisdiction in all matters arising under the Contract

160 NOTICES

Any notice given by one party to the other pursuant to this Contract shall be sent to the other party in writing or by cable telex or facsimile and confirmed in writing to the other partys address specified in NITNIQ

A notice shall be effective when delivered or on the notices effective date whichever is later

17 CORRESPONDENCE(i) All correspondence related to this contract before award of the contract shall

be addressed to DGM Procurement amp Contract Deptt NJHPS SJVN Ltd Jhakri Distt Shimla (HP) PIN- 172201 PH No 0091-1782-275794 Fax No 0091-1782-234049

(ii) All the correspondences after award of the contract shall be addressed to DGM(ITampCPSSM) NJHPS SJVN Ltd Jhakri

18 Engineer in Charge (EIC)DGM (ITampCPSSM) NJHPS SJVN Ltd Jhakri shall be the EIC of this work The material shall be drawn by EIC from store for the installation

19 CONSIGNEEThe Goods under this Contract shall be dispatched to the Consignee at the following address-

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 7 of 7

Manager (OampM Stores)Nathpa Jhakri Hydro Power Station SJVN Ltd Jhakri Distt Shimla (HP)Pin-172201 (INDIA)Phone No 0091-1782-275041 Fax No 0091-1782-234049

20 The material is to transported through ldquoRegistered Common Carrierrdquo only (Registered Common Carrier mean the carrier registered with a State Transport Authority or a Regional Transport Authority)

21 TESTING amp INSPECTIONInspection of material supplied against this supply order shall be carried out by EIC or his authorized representative at project stores Jhakri on receipt of material amp subsequently after successful installation testing amp commissioning at site

THE SECOND SCHEDULE TO THE RESERVE BANK OF INDIA ACT 1934

[Sections 2(e) and 42]

SCHEDULED BANKS

STATE CO-OPERATIVE BANKS Andhra Pradesh State Co-operative Bank Ltd Hyderabad Bihar State Co-operative Bank Ltd Bihar Goa State Co-operative Bank Ltd Panaji Gujarat State Co-operative Bank Ltd Ahmedabad Haryana State Co-operative Apex Bank Ltd Chandigarh Karnataka State Co-operative Apex Bank Ltd Bangalore Kerala State Co-operative Bank Ltd Thiruvananthapuram Madhya Pradesh Rajya Sahakari Bank Maryadit Bhopal Maharashtra State Co-operative Bank Ltd Mumbai Orissa State Co-operative Bank Ltd Bhubaneswar Pondicherry State Co-operative Bank Ltd Pondicherry Punjab State Co-operative Bank Ltd Chandigarh Rajasthan State Co-operative Bank Ltd Jaipur Tamil Nadu State Apex Co-operative Bank Ltd Chennai Uttar Pradesh Co-operative Bank Ltd Lucknow West Bengal State Co-operative Bank Ltd Kolkata

Urban Co-operative Banks

A P Mahesh Co-operative Urban Bank Ltd Hyderabad Abhyudaya Co-operative Bank Ltd Mumbai Ahmedabad Mercantile Co-operative Bank Ltd Ahmedabad Akola Janata Commercial Co-operative Bank Ltd Akola Amanath Co-operative Bank Ltd Bangalore Bassein Catholic Co-operative Bank Limited Vasai Bharat Co-operative Bank (Mumbai) Ltd Mumbai Bharati Sahakari Bank Ltd Pune Bombay Mercantile Co-operative Bank Limited Mumbai Charminar Co-operative Urban Bank Ltd Hyderabad Citizen Credit Co-operative Bank Ltd Mumbai Dombivli Nagari Sahakari Bank Ltd Dombivli Greater Bombay Co-operative Bank Limited Mumbai Indian Mercantile Co-operative Bank Ltd Lucknow Jalgaon Janata Sahakari Bank Ltd Jalgaon Janakalyan Sahakari Bank Ltd Mumbai Janalaxmi Cooperative Bank Ltd Nashik Janata Sahakari Bank Ltd Pune Kallappanna Awade Ichalkaranji Janata Sahakari Bank Ltd Ichalkaranji Kalupur Commercial Co-operative Bank Ltd Ahmedabad Kalyan Janata Sahakari Bank Ltd Kalyan Kapol Cooperative Bank Ltd Mumbai Karad Urban Co-operative Bank Ltd Karad Madhavapura Mercantile Co-operative Bank Ltd Ahmedabad Mahanagar Co-operative Bank Ltd Mumbai Mapusa Urban Co-operative Bank of Goa Ltd Mapusa Mehsana Urban Co-operative Bank Ltd Mehsana N K G S B Co-operative Bank Ltd Mumbai Nagar Urban Co-operative Bank Ltd Ahmednagar Nagpur Nagrik Sahakari Bank Ltd Nagpur New India Co-operative Bank Ltd Mumbai Nutan Nagrik Sahakari Bank Ltd Ahmedabad Parsik Janata Sahakari Bank Ltd Thane Pravara Sahakari Bank Ltd Loni Punjab amp Maharashtra Co-operative Bank Ltd Mumbai Rajkot Nagrik Sahakari Bank Ltd Rajkot Rupee Co-operative Bank Ltd Pune Sangli Urban Co-operative Bank Ltd Sangli Saraswat Co-operative Bank Ltd Mumbai Sardar Bhiladwala Pardi Peoples Co-operative Bank Ltd Killa Pardi Shikshak Sahakari Bank Ltd Nagpur Solapur Janata Sahakari Bank Ltd Solapur Surat Peoples Co-operative Bank Ltd Surat Thane Bharat Sahakari Bank Ltd Thane Thane Janata Sahakari Bank Ltd Thane The Akola Urban Co-operative Bank Ltd Akola The Cosmos Co-operative Bank Ltd Pune The Goa Urban Co-operative Bank Ltd Panaji The Khamgaon Urban Co-operative Bank Ltd Khamgaon The Nasik Merchants Co-operative Bank Ltd Nasik The Shamrao Vithal Co-operative Bank Ltd Mumbai The Zoroastrian Co-operative Bank Ltd Mumbai Vasavi Co-operative Urban Bank Limited Hyderabad

SBI AND ASSOCIATES State Bank of India State Bank of Bikaner amp Jaipur State Bank of Hyderabad State Bank of Indore State Bank of Mysore State Bank of Patiala State Bank of Saurashtra State Bank of Travancore

NATIONALISED BANKS

Allahabad Bank Andhra Bank Bank of Baroda Bank of India Bank of Maharashtra Canara Bank Central Bank of India Corporation Bank Dena Bank Indian Bank Indian Overseas Bank Oriental Bank of Commerce Punjab National Bank Punjab and Sind Bank Syndicate Bank UCO Bank Union Bank of India United Bank of India Vijaya Bank

OTHER PUBLIC SECTOR BANKS

Industrial Development Bank of India Ltd

PRIVATE SECTOR BANKS Bank of Rajasthan Ltd Catholic Syrian Bank Ltd City Union Bank Ltd Development Credit Bank Ltd Dhanalakshmi Bank Ltd Federal Bank Ltd HDFC Bank Ltd ICICI Bank Ltd IndusInd Bank Ltd ING Vysya Bank Ltd Jammu and Kashmir Bank Ltd Karnataka Bank Ltd Karur Vysya Bank Ltd Kotak Mahindra Bank Ltd Lakshmi Vilas Bank Ltd Nainital Bank Ltd Ratnakar Bank Ltd SBI Commercial International Bank Ltd South Indian Bank Ltd Tamilnad Mercantile Bank Ltd Axis Bank Ltd Yes Bank Ltd

FOREIGN BANKS ABN Amro Bank NV Abu Dhabi Commercial Bank Ltd American Express Banking Corporation Antwerp Diamond Bank NV Arab Bangladesh Bank Bank International Indonesia Bank of America Bank of Bahrain and Kuwait BSC Bank of Ceylon Bank of Nova Scotia Bank of Tokyo ndash Mitsubishi Ltd Barclays Bank Plc BNP Paribas China Trust Commercial Bank Shinhan Bank Citi Bank NA Calyon Bank Deutsche Bank DBS Bank Ltd The Hongkong and Shanghai Banking Corporation Ltd JP Morgan Chase Bank NA Krung Thai Bank Public Company Ltd Mashreq Bank psc Mizuho Corporate Bank Ltd Oman International Bank SAOG Societe Generale Sonali Bank Standard Chartered Bank State Bank of Mauritius Ltd

GRAMIN BANKS Andhra Pradesh Grameen Vikas Bank Warangal (Andhra Pradesh) Andhra Pragathi Grameena Bank Kadapa (Andhra Pradesh) Aryavart Gramin Bank Lucknow (Uttar Pradesh) Arunachal Pradesh Rural Bank Naharlagun (Arunachal Pradesh) Assam Gramin Vikas Bank Guwahati (Assam) Baitarani Gramya Bank Baripada (Orissa) Ballia Kshetriya Gramin Bank Ballia (Uttar Pradesh) Bangiya Gramin Vikash Bank Berhampore (West Bengal) Baroda Gujarat Gramin Bank Bharuch (Gujarat) Baroda Rajasthan Gramin Bank Ajmer (Rajasthan) Baroda Uttar Pradesh Gramin Bank Rae Bareli (Uttar Pradesh) Bihar Kshetriya Gramin Bank Monghyr (Bihar) Cauvery Kalpatharu Grameena Bank Mysore (Karnataka) Chaitanya Godavari Grameena Bank (Andhra Pradesh) Chhattisgarh Gramin Bank Raipur (Chhattisgarh) Chikmagalur-Kodaga Grameena Bank Chikmagalur (Karnataka) Deccan Grameena Bank Dilsukhnagar (Hyderabad) Dena Gujarat Gramin Bank Gandhinagar (Gujarat) Durg-Rajnandgaon Gramin Bank Rajnandgaon (Chhattisgarh) Ellaquai Dehati Bank Srinagar (Jammu and Kashmir) Etawah Kshetriya Gramin Bank Etawah (Uttar Pradesh) Faridkot Bhatinda Kshetriya Gramin Bank Bhatinda (Punjab) Gurgaon Gramin Bank Gurgaon (Haryana) Hadoti Kshetriya Gramin Bank Kota (Rajasthan) Haryana Gramin Bank Rohtak (Haryana) Himachal Gramin Bank Mandi (Himachal Pradesh) Jaipur Thar Gramin Bank Jaipur (Rajasthan) Jammu Rural Bank Jammu Jhabua-Dhar Kshetriya Gramin Bank Jhabua (Madhya Pradesh) Jharkhand Gramin Bank Ranchi (Jharkhand) Kalinga Gramya Bank Cuttack (Orissa) Kamraz Rural Bank Sopore (Jammu and Kashmir) Karnatka Vikas Gramin Bank Dharwad (Karnataka) Kashi Gomti Samyut Gramin Bank Varanasi (Uttar Pradesh) Khasi J Bank Shillong (Meghalaya) Krishna Grameena Bank Gulbarga (Karnataka) Kshetriya Kisan Gramin Bank Mainpuri (Uttar Pradesh) Langpi Dehangi Rural Bank Dhiphu (Assam) Lucknow Kshetriya Gramin Bank Sitapur (Uttar Pradesh) Madhya Bharath Gramin Bank Sagar (Madhya Pradesh) Madhya Bihar Gramin Bank Patna (Bihar) Mahakaushal Kshetriya Gramin Bank Jabalpur (Madhya Pradesh) Maharashtra Godavari Gramin Bank (Maharashtra) Malwa Gramin Bank Sangrur (Punjab) Marwar Ganganagar Bikaner Gramin Bank Pali (Rajasthan) Manipur Rural Bank Imphal (Manipur) Marathwada Gramin Bank Nanded (Maharashtra) Mewar Aanchalik Gramin Bank Udaipur (Rajasthan) Mizoram Rural Bank Aizawl (Mizoram) Nagaland Rural Bank Kohima (Nagaland) Nainital Almora Kshetriya Gramin Bank Nainital (Uttaranchal) Narmada Malwa Gramin Bank Indore (Madhya Pradesh) Neelachal Gramya Bank (Orissa) North Malabar Gramin Bank Kannur (Kerala) Pallavan Grama Bank Salem (Tamil Nadu)

Pandyan Grama Bank Virudhunagar (Tamil Nadu) Paschim Banga Gramin Bank Howrah (West Bengal) Parvatiya Gramin Bank Chamba (Himachal Pradesh) Pragathi Gramin Bank Bellary (Karnataka) Prathama Bank Moradabad (Uttar Pradesh) Puduvai Bharthiar Grama Bank (Pondicherry) Punjab Gramin Bank Kapurthala (Punjab) Purvanchal Gramin Bank Gorakhpur (Uttar Pradesh) Rajasthan Gramin Bank Alwar (Rajasthan) Ratnagiri Sindhudurg Gramin Bank Ratnagiri (Maharashtra) Rewa-Sidhi Gramin Bank Rewa (Madhya Pradesh) Rushikulya Gramya Bank Berhampur (Orissa) Samastipur Kshetriya Gramin Bank Samastipur (Bihar) Saptagiri Grameena Bank Chitoor (Andhra Pradesh) Sarva UP Gramin Bank (Uttar Pradesh) Satpura Narmada Kshetriya Gramin Bank Chhindwara (Madhya Pradesh) Saurashtra Gramin Bank Rajkot (Gujarat) Sharda Gramin Bank Satna (MP) Shreyas Gramin Bank Aligarh (Uttar Pradesh) Solapur Gramin Bank Solapur (Maharashtra) South Malabar Gramin Bank (Kerala) Surguja Kshetriya Gramin Bank Ambikapur (Chhattisgarh) Tripura Gramin Bank Agartala (Tripura) Triveni Kshetriya Gramin Bank Orai (Uttar Pradesh) Utkal Gramya Bank Bolangir (Orissa) Uttaranchal Gramin Bank Dehradun (Uttaranchal) Uttar Banga Kshetriya Gramin Bank Cooch-Behar (West Bengal) Uttar Bihar Kshetriya Gramin Bank Muzaffarpur (Bihar) Vananchal Gramin Bank Dhumka (Jharkhand) Vidharbha Kshetriya Gramin Bank Akola (Maharashtra) Vidisha-Bhopal Kshetriya Gramin Bank Vidisha (Masdhya Pradesh) Visveshwaraya Grameen Bank Mandya (Karnataka) Wainganga Kshetriya Gramin Bank Chandrapur (Maharashtra)

  • 101910JPG
  • 101934JPG
  • 101945JPG
  • 101956JPG
  • 102006JPG
  • NIQpdf
  • PQR2pdf
  • BOQ Audio-Videopdf
  • Technical Specificationspdf
  • ITB3pdf
  • GCC6pdf
  • Listofscheduledbankpdf
    • PRE QUALIFICATION CRITERIA

      PPR-NJHPS-1163 (OampM)2014

      Qualifying requirement for ldquoSupply Installation amp Testing of AudioVideo Equipments for Conference Room of New Office Building of NJHPS SJVN Ltd Jhakrirdquo

      (A) Proven Experience

      10 The bidder should be a regular contractor for ldquoSupply Installation amp Testing of AudioVideo Equipmentsrdquo The bidder must submit the supporting documents (LOAs work orders agreements for the similar work along with the satisfactory completion certificate) to this effect from their clients In the case LOAs work orders agreements are from the private company (ies) firm (s) then copy (ies) of TDS for the same are also need to be submitted along with the satisfactory completion certificate

      20 The bidder should have completed such type of job in the past

      (B) Financial Requirement

      10 Financial Requirement The Bidder must have an average annual financial turn over of ` 1097615 (Rupees Ten Lacs Ninety Seven Thousand Six Hundred Fifteen only) during last three years ending 31st March of previous financial year

      20 The Bidder should have successfully completed the similar work as per any of the following criteria during last 7 years ending last day of month previous to one in which applications are invited

      (a) The Bidder should have carried out the 3 similar works valuing not less than ` 14 63487- (Rupees Fourteen Lacs Sixty Three Thousand Four Hundred Eighty Seven only) each

      Or

      (b) 2 similar completed works valuing not less than ` 18 29359- (Rupees Eighteen Lacs Twenty Nine Thousand Three Hundred Fifty Nine only) each

      Or

      (c) 1 similar completed work valuing not less than ` 29 26974- (Rupees Twenty Nine Lacs Twenty Six Thousand Nine Hundred Seventy Four only)

      Note Similar work means work related to Supply Installation amp Testing of AudioVideo Equipments

      The bidder must submit the supporting documents (LOAs work orders agreements for the similar work along with the satisfactory completion certificate) to this effect from their clients In the case LOAs work orders agreements are from the private company (ies) firm (s) then copy (ies) of TDS for the same are also need to be submitted along with the satisfactory completion certificate

      (C) General Conditions of Prequalification

      1 Bidder must furnish Code number photocopies for PAN Sales tax VATTIN amp Service Tax (If applicable) etc

      2 SJVN Ltd reserves the right to cancel withdraw the invitation for bid without assigning any reason and shall bear no liability whatsoever consequent upon such a decision

      3 Notwithstanding anything stated above SJVN Ltd reserves the right to assess the Bidderrsquos capability and capacity to perform the contract satisfactorily should the circumstances warrant such assessment in the overall interest of SJVN Ltd

      4 Price bid of only those bidders shall be opened who qualify based on the specified qualifying requirements after Scrutiny of details documents furnished by them and found to be techno- commercial responsive

      SJVN Ltd

      Annexure-I

      Under Taking From Bidder

      Bidderrsquos Name amp Address

      11 We are qualified under clause (A) amp (C) of the qualifying requirements (any qualifying requirements which bidder does not meet shall be mentioned in the separate sheet)

      12 We are regular contractor for Supply Installation amp Testing of AudioVideo Equipments

      13 We confirm having carried out following contracts for similar nature of job related to Supply Installation amp Testing of AudioVideo Equipments

      Name and Address of Client

      Details of work executed

      Order No amp Date

      Date of Completion

      Order Value

      Copy of order Enclosed

      These details are to be furnished in Schedule-5 of Techno commercial part of the bid

Page 6: PPR-NJHPS-1163 NOTICE INVITING TENDER (Domestic ...sjvn.nic.in/writereaddata/Portal/Tender/179_1/1_Tender_Doc1163.pdf · certificate) to this effect from their clients. In the case

Page 1 of 11 ITB- PPR-1163- AudioVideo System)

INSTRUCTIONS TO BIDDERS (ITB)

The bids are invited using e-tendering mode so please read the instructions carefully and upload the filled in bids as per requirement of bid documents Any unfilled schedule information in schedules may lead to rejection of the bid

10 General Instructions

11 The SJVN Limited hereinafter called SJVN Owner is a Joint Venture of Govt of India and Govt of Himachal Pradesh having its registered office at Himfed Building New Shimla - 171 009 have their Nathpa Jhakri Hydroelectric Power Plant with a capacity of 6x250 MW at Nathpa (Distt Kinnaur) and Jhakri (Distt Shimla) in the State of Himachal Pradesh India

12 SJVN has issued an invitation to bid as enclosed and will receive bids as set forth in the accompanying Bid documents

13 Bids can not be uploaded after the time amp date fixed for receipt of bids as set out in the Invitation of Bid

14 SJVN reserves the right to accept or reject any or all Bids without assigning any reason for such a decision

15 All the cost and expenses incidental to preparation of the proposals discussions and conferences if any including pre-award discussions with the Bidder technical and other presentation including any demonstrations etc shall be to the account of the Bidder and Owner shall bear no liability whatsoever on such costs and expenses

16 The complete filled in bids and necessary scanned documents shall be uploaded at the mentioned address up to 03092014 at 1230 hrs The techno-commercial bid shall be opened on 04092014 at 1530 hrs The bids cannot be uploaded submitted later than 03092014 at 1230 hrs

17 However Price bid part of qualified amp techno-commercial responsive bidders shall be opened on subsequent date for which the qualified bidders shall be informed separately

18 Please note that bids in physical form shall not be entertained under any circumstances and are only to be submitted through e-tendering athttpssjvnabcprocurecom This tender is being processed through e-tenderinge-procurement system The bid documents are to be downloaded filled in and submitted through e-tendering system of SJVN Ltd at httpssjvnabcprocurecom

20 Plant Information

The 1500 MW Nathpa Jhakri Hydroelectric Power Plant is located between Nathpa (Distt Kinnaur) and Jhakri (Distt Shimla) in the State of Himachal Pradesh

30 Communication and Transport Limitation

The Plant Site is located in the interior of Himachal Pradesh The dam is locatedon the Sutlej River near village Nathpa in District Kinnaur The underground

Page 2 of 11 ITB- PPR-1163- AudioVideo System)

power house is located near village Jhakri in District Shimla Shimla the capital of the State of Himachal Pradesh is enroute about 150Km South-West from Jhakri The distance by road from Jhakri to Nathpa upstream is about 45 Km (Approx)

The rail head (broad gauge) is at Kalka (NR) Kalka is about 235 Km (Approx) from Jhakri

Approximate Distance from Kalka

ToMumbai

To Kolkata

ToChennai

(i) By Rail 1906 1809 2558(ii) By Road 1753 1791 2482

The distance from Kalka to Delhi by road is 285 Km (approx)From the Kalka rail head the Project is approachable by the following roadsroutes-

(i) Kalka - Dharampur - Solan - Shimla - Narkanda - Rampur - Jhakri (NH -22)

235 Km (Approx)

(ii) Kalka - Dharampur - Solan - Shimla - Dhalli -Basantpur - Rampur ndash Jhakri

250 Km(Approx)

(iii) Kalka - Dharampur - Sabathu - Arki - Shalaghat - Dhami - Basantpur - Rampur ndash Jhakri

335 Km(Approx)

Transport Limitation

The transport limitation by road from Kalka to the Plant Site at Nathpa Sholdingwould be the governing factor in respect of the permissible package size and weight Bidder should consider all factors as can be envisaged for transportation of equipment to avoid and overcome the hindrances limitations on existing road on account of weather conditions and any other reasons without affecting the schedule

The project area is situated in earthquake zone IV as per BIS 1893(1984) Hence the equipment shall have to be suitable to withstand safely and not to mal operate under earthquake forces corresponding to zone IV

40 Minimum Qualifying Requirement

As per PQR

50 Scope of Work

Supply Installation amp Testing of AudioVideo Equipments for Conference Room Of New Office Building Of NJHPS SJVN Ltd Jhakri as per Technical Specifications along with associated items which are mentioned in the BOQ(Annex ndash A)

60 Quality Assurance Programme

The Quality Assurance Program shall be as per relevant standards

70 Cost of Bidding

The Bidder shall bear all costs associated with the preparation and submission of its bid and the Owner will in no case be responsible or liable for these costs regardless of the conduct or outcome of the bidding process

Page 3 of 11 ITB- PPR-1163- AudioVideo System)

80 The Bidder is expected to examine all instruction forms terms specifications and other information in the bidding documents Failure to furnish all information required by the bidding documents or submission of a bid not substantially responsive to the bidding documents in every respect will be at the Bidders risk and may result in rejection of its bid

90 Amendment of Bidding Documents

91 At any time prior to the deadline for submission of bids the Owner may for any reason whether at its own initiative or in response to a clarification requested by a prospective Bidder amend the bidding documents

92 The amendment will be notified in writing or by cable or through website (on httpssjvnabcprocurecom) to all prospective Bidders that have received the bidding documents and will be binding on them Bidders are required to immediately acknowledge receipt of any such amendment and it will be assumed that the information contained therein has been taken into account by the Bidder in its bid

93 In order to afford prospective Bidders reasonable time in which to take the amendment into account in preparing their bid the Owner may at its discretion extend the deadline for the submission of bids

94 After publishing of on web any amendment corrigendum shall be uploaded on web The bidders who have not informed us about the download would be required to regularly visit our website for updating themselves about any amendments which may arise from time to time It will be assumed that all the information containedupdated in the website has been taken into account by the Bidder in its bid

100 Language of Bid

The bid prepared by the Bidder and all correspondence and documents related to the bid exchanged by the Bidder and the Owner shall be written in English language Any printed literature furnished by the bidder may also be written in English language

110 Bid Security Earnest Money deposit (EMD)

a) The offer must be accompanied with an Earnest money of ` 74000- (Rupees Seventy Four Thousand Eight Hundred Only) The bid security shall at the Bidders option be in the form of a crossed demand draftpay order Banker Cheque (drawn in favour of NJHPS SJVN Ltd) FDRTDR (Pledged in the name of ldquoNJHPS SJVN Ltdrdquo under the seal amp by the authorized signatory of issuing bank) Bid Security shall remain valid for a period of thirty (30) days beyond the original bid validity period and beyond any extension subsequently requested The DD should be payable at following branches

(i) State Bank of India Jhakri Branch Code - 6988(ii) State Bank of India Rampur Bushahar Branch code - 0703(iii) Punjab National Bank Rampur Bushahar Branch code - 94300(iv) UCO Bank Rampur Bushahar Branch code - 1543(v) HDFC Bank Rampur Bushahar Branch code - 805

Remarks - The EMD in the form of BG outstation local Cheque outstation DDs by hand written DDs is not acceptable

Page 4 of 11 ITB- PPR-1163- AudioVideo System)

b) EMD of the bidder shall be forfeited if the bidder withdraws or amends its bids or impairs or derogates form the bid in any respect with in the period of validity of the bid The EMD of the successful bidder shall be retained as contract security until such period the contractor furnishes the required CPG or until supply the complete material If the contractor fails to fulfill his obligations the EMD retained as contract security shall be forfeited

c) Micro or Small Enterprises (MSE)NSIC registered firms are exempted from submission of EMD and must enclose (Upload scanned copy of the MSENSIC certificate) for the same products as in NIQ above If the MSENSIC certificate does not contain the same products and services as listed in our NIQ and no EMD is found enclosed the owner may ask the bidder to submit the EMD as above The copy of MSE NSIC certificate is to be sent by e-mailfaxpost with reference to the present tender

d) UPLOADING OF EMD The scanned copy of the EMD is to be uploaded on the website The bid is to be submitted through e-tendering and hence the EMD is to be sent to the undersigned by post after submitting the bid along with required details through e-procurement on the web The EMD in physical form should reach before the last date and time of submission of bid If EMD does not reach in physical form within the period of techno commercial evaluation the bid shall be considered as non responsive and price bid of such firms shall not be opened

120 Deviations

Deviations if any from the terms and conditions of Bidding Documents or Technical Specifications including drawings shall be listed only in Deviation Schedule of the bid ieSchedule-2 ldquoSchedule of Deviationsrdquo The Bidder shall also provide the additional price if any for withdrawal of the deviations

Bidder may further note that except for deviations listed in Deviation Schedule the bid shall be deemed to comply with all the requirement in the bidding documents and the bidders shall be required to comply with all such requirements of bidding documents and technical specifications and drawings without any extra cost to the Owner irrespective of any mention to the contrary anywhere else in the bid failing which the bid security of the Bidder may be forfeitedThe owner has complete right to evaluate the deviations without prejudice After evaluation the deviations may or may not be agreed by the owner The bidder shall be intimated in writing accordingly

130 Work Completion Schedule

The basic consideration and the essence of the Contract shall be the strict adherence to the Work Completion Schedule Entire scope of work should be completed within 90 days from the issue of Supply Order

140 Price Adjustment Data

Not applicable being FIRM Price Contract

150 Bid Prices Unless otherwise specified in the Technical Specifications Bidders shall quote

for the entire supply on a single responsibility basis such that the total bidprice covers all the suppliers obligations mentioned in or to be reasonably inferred from the bidding documents

Page 5 of 11 ITB- PPR-1163- AudioVideo System)

Bidders are required to quote the price for the commercial contractual and technical obligations outlined in the bidding documents

Bidders shall give the required details and breakup of their prices as per Schedules specified

The Prices quoted by the Bidder shall be FIRM during the performance of the contract and not subject to variation on any account A bid submitted with an adjustable price quotation will be treated as non-responsive and rejected

160 Bid Currencies

Bidders shall quote all prices in Indian Rupees only

170 Period of Validity of Bid

Bids shall remain valid for a period of 120 days after the closing date prescribed by the Owner for the receipt of bids A bid valid for a shorter period shall be rejected by the Owner as being non-responsive

In exceptional circumstances the Owner may solicit the Bidderrsquos consent to an extension of the bid validity period The request and responses thereto shall be made in writing or by cablefax If a Bidder accepts to prolong the period of validity the bid security shall also be suitably extended A Bidder may refuse the request without forfeiting its bid security A Bidder granting the request will not be required nor permitted to modify its bid

180 BID PROPOSAL SHEETS (BPS)

The Bidder shall furnish complete all the appropriate Schedules data required as per the bidding documents at httpssjvnabcprocurecom

190 FORMAT AND SIGNING OF BID

The Bid must contain the name residence and place of business of the person or persons making the Bid and must be digitally signed The name of all persons signing should also be mentioned at appropriate place

Bid by Corporation Company must be digitally signed with the legal name of the Corporation Company by the President Managing Director or by the Secretary or other person or persons authorized to bid on behalf of such Corporation Company in the matter

Bidders name stated on the proposal shall be the exact legal name of the firm

All the requisite documents shall be scanned amp uploaded along with bid The hard copy of the documents shall also be posted as per details given in clause 320 so as to reach on or before the last date and time of submission of bid

If situation so warrants SJVN LTD NJHPS may ask the bidders to produce original documents which were submitted as scanned copies along with bid for verification

Page 6 of 11 ITB- PPR-1163- AudioVideo System)

200 Submission of Bids

The bids will be submitted electronically at designated places in various schedules The complete bid document along with the schedules can be downloaded by the bidder through httpssjvnabcprocurecom only after registration as explained in ldquoVendor Registration Procedure amp Submission amp Filling of Bidsrdquo The bid is to be filled only in the in the schedules available on the web The price schedules cannot be downloaded as they are to be filled online however techno-commercial schedules and Bid Proposal Sheet etc are to be downloaded first and are to be uploaded again after filling the same The bid is called under 02 parts as under-

A Bid Proposal Sheet (BPS) Price Bid Part which consists of the followings schedules-

(i) Schedule-1 Page 1 of 2 ldquoSchedule of Pricesrdquo(ii) Schedule-1 Page 2 of 2 ldquoSchedule of Taxes amp Dutiesrdquo

Remarks-All above schedule are available in single excel sheet ldquoBPS Price Schedulesrdquo The bidders have to fill the required information in the colored boxes only

The prevailing rate of taxes amp duties is to be clearly mentioned in the ldquoSchedule of Taxes amp Dutiesrdquo In case nothing is mentioned or mentioned ldquoNILrdquo then it shall be presumed that the rates quoted are inclusive of taxes and duties or as else the taxes amp duties are not applicable The taxes amp duties shall be paid as per applicable rate at the time of execution of work Any increase in taxes amp duties new introduction of new taxes amp duties levy by the Govt shall be paid by SJVN Ltd provided that such increase in taxes amp duties new introduction of new taxes amp duties levy by the Govt is made with in schedule work completion period as per LOA otherwise same shall be paid by the bidders The following may be considering by the bidders-

a The entry tax for the entry of goods in Himachal Pradesh shall be paid by SJVN directly to concerned authorities During bid evaluation the bid of the bidders quoting outside from HP shall be loaded at the applicable rate of the Entry Tax

b CSTVAT No ldquoCrdquo Form will be issued by SJVN Ltd for this tender thus Sale tax has to be quoted for accordingly by the bidder

c Any other deduction like TDS ldquoWCTrdquo (As per applicable rate in HP) if applicable as per the Govt laws shall be made from your payment and statement for the same shall be provided by SJVN for the same

d The successful bidder in his own interest shall have to register himselffirmcompany under the HP VAT Act-2005 with the Excise amp taxation Deptt Himachal Pradesh WCT on the material portion of the contract shall be deducted as applicable

BBid Proposal Sheet Techno-commercial Bid Part which consists of the followings-

All documents as required CSTVATTIN No PAN etc and any other documents as required asked in the tender are to be uploaded submitted along with the bid These documents are to be uploaded along with the General Documents

Page 7 of 11 ITB- PPR-1163- AudioVideo System)

Bid Security Earnest Money deposit (EMD)Copy of NSICSSI certificate as per sr no 110 above

Cost of Tender Document (If any)copy of NSICSSI certificate as per sr no 210 above

Undertaking as per sr no 330 below

The Bid Proposal Sheet (BPS) techno-commercial schedules to be filled are as under-

(i) Schedule-2 Page 1 of 1 ldquoSchedule of Deviationsrdquo(ii) Schedule-3 Page 1 of 1 ldquoSchedule for Contact Details amp Bank

Account Detailsrdquo(iii) Schedule-4 Page 1 of 1 ldquoSchedule of make offeredrdquo(iv) Schedule-5 Page 1 of 1 ldquoSchedule for Minimum Qualifying

Requirementsrdquo

Remarks-All above schedule are available in single excel sheet ldquoBPS Techno commercial Schedulesrdquo The bidders have to fill the required information in the colored boxes only

The Techno-Commercial Bid part will be opened electronically as per schedule time and date as indicated in the bid documents in the Oo Dy General Manager (PampC) NJHPS SJVN Ltd Jhakri Distt Shimla (HP) ndash 172 201

The Price Part will be opened electronically at same place only for those bidders whose techno-commercial part is found to be techno-commercially acceptable and only such bidders will be intimated subsequently either telephonically or through Fax Courier about the time and date of price bid opening

The Owner further reserves the right to reject any Bid which is not submitted according to the instructions stipulated above

After submission of the bid through e-tendering an acknowledgment slip is automatically generated and same is to be send by fax poste-mail as per clause 320 as a proof for bid submission through e-tendering

210 Cost of Tender Documents The cost of tender document is Rs 1000- (One Thousand Only) in the shape of Demand Draft in favour of owner (NJHPS SJVN Ltd Jhakri) payable banks as mentioned at sr no 112 above and the bidder must submit the same in envelope which should be reached preferably before last date and time of submission of bid ie 1230 Hrs of 03092014 The scanned copy of the cost of bid document (DD) shall be uploaded in the designated place The NSICMSE registered firms are exempted from the submission of the cost of tender documents

220 Late BidsNo bid shall be received after last date and time of bid submission

Page 8 of 11 ITB- PPR-1163- AudioVideo System)

230 Withdrawal of Bids

No bid may be withdrawn in the interval between the bid submission deadline and the expiration of the bid validity period specified in Bid documents Withdrawal of a bid during this interval may result in the Bidders forfeiture of its bid security EMD

240 Bid Opening and Evaluation

The Owner will open all bids electronically in the presence of bidders representatives who choose to attend the opening at the time on the date and at the place specified in the NIT NIQ Bidders representatives shall sign a register as proof of their attendance In the event of the specified date for the opening of bids being declared a holidaynetwork problem for the Owner the bids will be opened at the appointed time on the next working day

Bids will be evaluated for the complete scope of the supply on single responsibility basis and FOR Jhakri basis During bid evaluation the bid of the bidders quoting outside from HP shall be loaded at the applicable rate of the Entry Tax

No price preference shall be given to any bidder during the bid evaluation

No Mobile Phone will be permitted inside the bid opening room Therefore bidders should deposit Mobile Phones with Security gate at Reception

SJVN liability towards service tax shall also be considered as per service tax notification No 302012 dated 20062012 during bid evaluation

Cost loading will be carried out for the deviations taken by the bidder to determine the lowest evaluated Bid which will be considered for acceptance

The items for which bidder does not quote his price ie leaves the rate amount column blank or simply puts a (-) mark or () mark or indicates lsquoNILrsquo lsquoNArsquo or as applicable no cost shall be considered for bid evaluation for these items and for the purpose of award the value of such item shall be deemed to have been included in other quoted items If the bidder does not agree to this consideration his bid will be rejected and the bid guarantee may be forfeited

250 Clarification of Bids

During bid evaluation the Owner may at its discretion ask the Bidder for a clarification of its bid The request for clarification and the response shall be in writing and no change in the price or substance of the bid shall be sought offered or permitted

260 Correction of Errors (Applicable to extent possible)

A The errors discrepancies in respect of the specified amount in Bid Proposal Sheets for an individual item andor sub-item andor in the sub-total of a schedule andor in the Grand total of a schedule andor in the lump sum price of the package either due to discrepancy between figures and words andor simple arithmetical error while adding andor multiplying and or due to wrong extension of unit rates etc the error will be rectified and computed by SJVN as per the following method

Page 9 of 11 ITB- PPR-1163- AudioVideo System)

(i) In case of discrepancy between figure and words the value specified in the words will be considered for computation

(ii) Firstly the unit rates in words will be considered for computation

(iii) In case unit rates are not indicated in words then unit rates indicated in figure will be considered and will be used for deriving the amount from the quantities specified in the bid documents

(iv) In case error is due to wrong extension of quantities the quantities as specified in the bid documents will be considered and multiplied by the quoted unit rates to obtain the amount The amounts will be computed as per the extension of amount on the basis of unit rates of individual item sub-item sub-total of a schedule grand total of a schedule and lump sum price of the package based on the above consideration

B After computation of the amounts as above the values as computed shall be considered for evaluation as well as for award If the bidder does not accept the above consideration his bid will be rejected and the Bid Security EMD may be forfeited

C The Owners determination of a bids responsiveness is to be based on the contents of the bid itself 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 non-conformity

270 Influencing the Owner

No Bidder shall contact the Owner on any matter relating to its bid from the time of the opening of bids to the time the contract is awarded

Any effort by a Bidder to influence the Owner in the Ownerrsquos bid evaluation bid comparison or contract award decisions may result in rejection of the Bidderrsquos bid

280 Award of Contract

The Owner will award the contract to the successful Bidder whose bid has been determined to be substantially responsive and to be the lowest evaluated bid further provided that the bidder is determined to be qualified to perform the contract satisfactorily

The owner may request the Bidder to withdraw any of the deviations listed in Deviation Schedule of the winning bid at the price shown for the deviation in Deviation schedule In case the Bidder does not withdraw the deviations proposed by him if any at the cost of withdrawal stated in the bid his bid will be rejected and bid security forfeited

Bidders would be required to comply with all other requirement of the Bidding Documents except for those deviations in Deviation Schedule which are accepted by the Owner failing which the bid security of the Bidder may be forfeited

Award will be placed for total quantity on L1 basis for substantially responsive bid on single responsibility basis for entire scope of supply

Page 10 of 11 ITB- PPR-1163- AudioVideo System)

290 Owners Right to Accept Any Bid and to Reject Any Bids

The Owner reserves the right to accept or reject any bid and to annul the bidding process and reject all bids at any time prior to award of contract without thereby incurring any liability to the affected Bidder or bidders or any obligation to inform the affected Bidder or bidders of the grounds for the Owners action

300 Notification of Award

Prior to the expiration of the period of bid validity the Owner will notify the successful Bidder in writing by registered letter or by cable to be confirmed in writing by registered letter that its bid has been accepted The notification of award will constitute the formation of the contract

Upon the successful Bidders furnishing of the performance security the Owner will promptly notify each unsuccessful Bidder and will discharge its bid security

310 Corrupt or Fraudulent Practices

A The Owner requires that Bidders to observe the highest standard of ethics during the procurement and execution of the Contract In pursuance of this policy the Owner

(a) defines for the purposes of this provision the terms set forth below as follows

(i) corrupt practice means the offering giving receiving or soliciting of any thing of value to influence the action of a public official in the procurement process or in contract execution and

(ii) fraudulent practice means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Owner and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Owner of the benefits of free and open competition

(b) will reject a proposal for award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question

(c) will declare a firm ineligible either indefinitely or for a stated period of time to be awarded a contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for or in executing a contract of the Owner

B Furthermore Bidders shall be aware of the provision stated in the General Conditions of Contract

320 Submission of documents by post

The following documents in hard copyoriginal form sealed in envelop super scribed as ldquoSupply Installation amp Testing of AudioVideo Equipments for

Page 11 of 11 ITB- PPR-1163- AudioVideo System)

Conference Room Of New Office Building Of NJHPS SJVN Ltd Jhakri -(PPR-1163 (OampM)2014)rdquoare to be sent through post-

(i) Earnest Money Deposit (In original)copy of MSE certificate as per clause no 110

(ii) Cost of tender document (In Original) copy of MSE certificate as per clause no 210

(iii) Undertaking form duly signed by the bidder shall be uploaded along with the bid the details of which are as per clause 330

(iv) Copy of TIN No

The scanned copies of above documents are to be uploaded on the web and must reach preferably 03092014 1230 HRS

Any documents as asked or required are to be sent to the following address-Dy General Manager (GM) Procurement and Contract DepartmentNJHPS SJVN LTD JhakriDistt Shimla (HP)-172201

Phone No 01782-275236Fax No 01782-234049 275106E-mail sksood_2000yahoocoin

Any documents as asked or required like scanned copies of EMD amp Cost of tender document (if any) copy of previous orders dealership certificate etc are to be uploaded at the link ldquoGeneral Documentsrdquo at httpssjvnabcprocurecom

330 Undertaking

331 I have read carefully all the bidding documents and agreed to the conditions exceptfor deviation taken clause wise in deviation schedule

332 I have not changed the contents of the bidding documents

333 Scanned copy of documents uploaded along with the bid is true to the best of my knowledge

334 We have quoted for all the items If after opening of price bid it is found that wehave not quoted for all items then our bid shall not be considered for price bid evaluation

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 1 of 7

GENERAL CONDITIONS OF CONTRACT (GCC)

10 Definitions

In this Contract the following terms shall be interpreted as indicated

(a) The Contract means the Contract Agreement entered between the Owner and the Contractor as recorded in the Contract Form signed by the parties including all attachments and appendices thereto and all documents incorporated by reference therein

(b) The Contract Price means the price payable to the Contractor under the Contract for the full and proper performance of its contractualobligations

(c) The Services means all those services necessary for the Supply Installation amp Testing of AudioVideo Equipments under this contractand any other incidental services etc and other such obligations of the Contractor covered under the Contract

(d) The Owner means the SJVN Limited

(e) The Contractor means the individual or firm The Contractor means the individual or firm carrying out the work under this Contract

(f) Corrupt Practice means the offering giving receiving or soliciting ofany thing of value to influence the action of a public official in the procurement process or in contract execution

(g) Fraudulent Practice means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Owner and includes collusive practice among Bidders (prior to or after Bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Owner of the benefits of free and open competition

20 CONTRACT PERFORMANCE SECURITY (CPS)

21 Within thirty (30) days of receipt of the notification of Contract award you shall furnish to the Owner an unconditional performance security for ten percent (10) of the Contract Price with validity up to sixty (60) days after warrantee period (Refer Clause 50 below)

22 The proceeds of the performance security shall be payable to the Owner as compensation for any loss resulting from the Contractors failure to complete its obligations under the Warranty and ContractSupport period

23 The performance security shall be denominated in the currency of the Contract and shall be in the form of Bank Guarantee (As per format enclosed) preferably issued by a nationalized Bank scheduled bank (As per the list enclosed) acceptable to the Owner or in the form of FDR or TDR (pledged in the favour of the owner)

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 2 of 7

24 The performance security will be discharged by the Owner and returned to the Contractor not later than sixty (60) days after expiry of Warranty and ContractSupport period

25 NSIC MSE registered firms are not exempted from the submission of the CPG

26 The interest 155 shall be charged on delay period for breach in timely submission of CPGInitial Security Deposit without prejudice to right of SJVN to other remedies available under the contract

30 PACKING AND FORWARDING 31 The bidder shall provide such packing to the goods as is required to prevent

damage or deterioration during transit to their final destination at Jhakri

40 INSURANCEThe goods to be supplied under the scope of the work shall be insured for all risks by the contractor till it is delivered installed amp commissioned at NJHPS SJVN Ltd Jhakri

50 GUARANTEWARRANTY

The material under the scope of this contract will be warranted against any manufacturing defects poor workmanship and the consumablematerial used for maximum of 12 months from the date of successful installation amp commissioning In case of any problem within the warranty period due to manufacturing defects their performance poor workmanship and the consumablematerial used arises the same will be rectifiedreplaced free of cost at site by the supplier within fortnight of such notification by the EIC as necessary

60 FORCE MEAJEURE

61 The firm shall not be liable for loss or damage to SJVN resulting from any delays or failure to make shipment to Nathpa site within schedule time for all or any part of the item due to the act of God war declared or undeclared acts of public enemy riots civil commotion invasion insurrection sabotage acts of restraint of Government federal state or municipal action or regulation fire flood hurricanes accidents epidemic quarantine restrictions or any failure on the part of the Owner or his representative to approve or comments on drawings or other causes contingencies or circumstances not subject to their control whether of a similar or dissimilar nature which prevents the Contractor from completion of work Any such cause or delays even though not existing on the date of the contract on or the date of start of reclaiming shall extend the time of performance automatically by length of delays occasioned thereby including delay reasonably incidental to the resumption of normal reclamation work even though such case may occur after performance of firmrsquos obligation has been delayed for the other causes

62 If a Force Majeure situation arises the Contractor shall promptly notify the Owner in writing of such condition and the cause thereof Unless otherwise directed by the Owner in writing the Contractor shall continue to perform its obligations under the Contract as far as is reasonably practical and shall seek

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 3 of 7

all reasonable alternative means for performance not prevented by the Force Majeure event

70 PAYMENT TERMS The payment to the bidder will be made as under after submission of all the required documents acceptable to SJVN Ltd-

A The Seventy percent (70) payment (including 100 taxes amp duties) shall bemade within 30 days after receipt of the material at NJHPS SJVN Ltd Jhakriand on submission of followings documents to consignee

(i) Bills in triplicate(ii) Photocopy of unconditional acceptance of Letter of Award(iii) Inspection Report issued by the EIC or his representative (The

inspection of supplied material shall be carried out at store NJHPS Jhakri

(iv) Copy of CPG as per clause no 20(v) Copy of TIN No

B Balance thirty percent (30) payment shall be made within 30 days after completion of work and on submission of followings documents in bound folder to the consignee-

(i) Bills in triplicate(ii) GuaranteeWarranty Certificate(iii) Completion certificate issued by EIC that the material has been

successfully installed amp commissioned(iv) Documents asked as per clause 12 of General Technical Terms ans

ConditionsC The payment shall be released through electronic fund transfer and hence you

are requested to give your bank account detail along with IFSCRTGS code of your bank branch The required detail is to be filled in ldquoSchedule-3-Bank Account Detailrdquo Bank charges if any shall be borne by you The details to be submitted in the schedule as enclosed

DAs per SJVN Ltd policy no advance payment can be given

E The service tax shall be paid by the SJVN bidder as per service tax notification no 302012 dated 20062012 The service tax is to mentioned separately in price schedules amp same shall be reimbursed on submission of following information along with the bills-

(I) Name Address amp Contact Details (Tel no etc) of the Service Provider (II) Service Tax Number of the Service Provider(III) PAN of the Service Provider(IV) Service Tax Invoice Number(V) Gross amount of services(VI) Service Tax amount

80 WORK COMPLETION SCHEDULEThe basic consideration and the essence of the Contract shall be the strict adherence to the Work Completion Schedule Entire scope of work should be completed within 90 days from the issue of Supply Order

90 LIQUIDATED DAMAGES

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 4 of 7

91 If the Supplier fails to complete the work within the period(s) specified in the Contract the Owner shall without prejudice to its other remedies under the Contract deduct from the Contract Price as Liquidated Damages as specified here in below

92 The Liquidated Damage for delay in completion of work(Supply Installation amp Commissioning) beyond the maximum completion schedule as stipulated at clause 80 above shall be frac12 (Half percent) per week or part thereof of the total contract value The total amount of Liquidated Damages for delay under the Contract will be subject to a maximum of five percent (5) of the total Contract price

93 Amount of Liquidated Damage shall be payable by the Supplier whenever demanded by the Owner and or Owner can recover the amount of liquidated Damages (to the extent leviable at any time) from the amount payable to the Supplier available with Owner under this Contract

94 Supplierrsquos obligations and the Ownerrsquos remedies in respect of delay are solely and exclusively as stated in this Liquidated Damages clause subject to provisions of Clause 120 and consequence thereof

100 TERMINATION OF CONTRACT ON CONTRACTORS DEFAULTThe Owner without prejudice to any other remedy for breach of Contract by written notice of default sent to the Contractor may terminate this Contract in whole or in part

a) if the Contractor fails to complete any part of all the work or all of the Goods within the period(s) specified in the Contract or within any extension thereof granted by the Owner

b) if the Contractor fails to perform any other obligation(s) under the Contract

c) If the Contractor in the judgment of the Owner has engaged in corrupt or fraudulent practices in competing for or in executing the Contract

101 In the event the Owner terminates the Contract in whole or in part the Owner may procure get repaired upon such terms and in such manner as it deems appropriate Goods or Services similar to those undelivered un-repaired and the Contractor shall be liable to the Owner for any excess costs for such similar Goods or Services However the Contractor shall continue performance of the Contract to the extent not terminated

110 TERMINATION FOR INSOLVENCYThe Owner may at any time terminate the Contract by giving written notice to the Contractor if the Contractor becomes bankrupt or otherwise insolvent In this event termination will be without compensation to the Contractor provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the Owner

120 TERMINATION OF CONTRACT ON OWNERS INITIATIVE

121 The Owner reserves the right to terminate the Contract either in part or in full due to reasons other than those mentioned under clause entitled Contractors

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 5 of 7

Default and Outbreak of War The Owner shall in such an event give seven (7) days notice in writing to the Contractor of his decision to do so

122 The Contractor upon receipt of such notice shall discontinue the work on the date and to the extent specified in the notice make all reasonable efforts to obtain cancellation of all orders and contracts to the Owner stop all further sub-contracting or purchasing activity related to the work terminated and assist the Owner in storage maintenance protection and disposition of the works acquired under the contract by the Owner

123 In the event of such a termination the Contractor shall be paid equitable and reasonable compensation as dictated by the circumstances prevalent at the time of termination

130 SETTLEMENT OF DISPUTES131 Any dispute(s) or difference(s) arising out of or in connection with the Contract

shall to the extent possible in the first instance be resolved amicably between the Contractor and the Ownerrsquos Engineer

132 If any dispute or difference of any kind whatsoever shall arise between the Owner and the Contractor arising out of the Contract for the performance of the Works whether during the progress of the Works or after its completion or whether before or after the termination abandonment or breach of the Contract it shall in the first place be referred to and settled by the Engineer who within a period of ten (10 ) days after being requested by either party to do so shall give written notice of his decision to the Owner and the Contractor

133 Save as hereinafter provided such decision in respect of every matter so referred shall be final and binding upon the parties until the completion of the entire work under the Contract and shall forthwith be given effect to by the Contractor who shall comply with all such decisions with all due diligence whether he or the Owner requires arbitration as hereinafter provided or not

134 If after the Engineer has given written notice of his decision to the parties no claim to arbitration has been communicated to him by either party within ten (10) days from the receipt of such notice the said decision shall become final and binding on the parties

135 In the event of the Engineer failing to notify his decision within ten (10) days after being requested as aforesaid or in the event of either the Owner or the Contractor being dissatisfied with any such decision or within ten (10) days after the expiry of the first mentioned period of ten (10) days as the case may be either party may require by written notice to the other party that the matters in dispute be referred to arbitration as hereinafter provided

140 ARBITRATION

141 All disputes or differences in respect of which the decision if any of the Engineer has not become final or binding as aforesaid shall be settled by arbitration in the manner hereinafter provided

142 In the event of the Contractor that is to say a citizen andor a permanent resident of India a firm or a company duly registered or incorporated in India the arbitration shall be conducted by three arbitrators one each to be nominated

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 6 of 7

by the contractor and the Owner and the third to be named by the President of Institution of Engineers India If either of the parties fails to appoint its arbitrator within thirty (30) days after receipt of a notice from the other party invoking the arbitration clause the President of the Institution of Engineers India shall have the power at the request of either of the parties to appoint the arbitrators A certified copy of the said President making such an appointment shall be furnished to both the parties

143 The arbitration shall be conducted in accordance with the provisions of the Arbitration amp Conciliation Act 1996 or any statutory modification thereof

144 Arbitration(s) shall give reasoned award

145 The decision of the majority of the arbitrators shall be final and binding upon the parties The expenses of the arbitration shall be paid as may be determined by the arbitrators The arbitrators may from time to time with the consent of all the parties enlarge the time for making the award In the event of any of the aforesaid arbitrators dying neglecting resigning of being unable to act for any reason it will be lawful for the party concerned to nominate another arbitrator in place of the outgoing arbitrator

146 The arbitrator shall have full powers to review andor revise any decision opinion directions certification or valuation of the Engineer in consonance with the contract

150 APPLICABLE LAW

151 The Contract shall be governed by and interpreted in accordance with the laws in force in India The courts of Rampur BushahrShimla shall have exclusive jurisdiction in all matters arising under the Contract

160 NOTICES

Any notice given by one party to the other pursuant to this Contract shall be sent to the other party in writing or by cable telex or facsimile and confirmed in writing to the other partys address specified in NITNIQ

A notice shall be effective when delivered or on the notices effective date whichever is later

17 CORRESPONDENCE(i) All correspondence related to this contract before award of the contract shall

be addressed to DGM Procurement amp Contract Deptt NJHPS SJVN Ltd Jhakri Distt Shimla (HP) PIN- 172201 PH No 0091-1782-275794 Fax No 0091-1782-234049

(ii) All the correspondences after award of the contract shall be addressed to DGM(ITampCPSSM) NJHPS SJVN Ltd Jhakri

18 Engineer in Charge (EIC)DGM (ITampCPSSM) NJHPS SJVN Ltd Jhakri shall be the EIC of this work The material shall be drawn by EIC from store for the installation

19 CONSIGNEEThe Goods under this Contract shall be dispatched to the Consignee at the following address-

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 7 of 7

Manager (OampM Stores)Nathpa Jhakri Hydro Power Station SJVN Ltd Jhakri Distt Shimla (HP)Pin-172201 (INDIA)Phone No 0091-1782-275041 Fax No 0091-1782-234049

20 The material is to transported through ldquoRegistered Common Carrierrdquo only (Registered Common Carrier mean the carrier registered with a State Transport Authority or a Regional Transport Authority)

21 TESTING amp INSPECTIONInspection of material supplied against this supply order shall be carried out by EIC or his authorized representative at project stores Jhakri on receipt of material amp subsequently after successful installation testing amp commissioning at site

THE SECOND SCHEDULE TO THE RESERVE BANK OF INDIA ACT 1934

[Sections 2(e) and 42]

SCHEDULED BANKS

STATE CO-OPERATIVE BANKS Andhra Pradesh State Co-operative Bank Ltd Hyderabad Bihar State Co-operative Bank Ltd Bihar Goa State Co-operative Bank Ltd Panaji Gujarat State Co-operative Bank Ltd Ahmedabad Haryana State Co-operative Apex Bank Ltd Chandigarh Karnataka State Co-operative Apex Bank Ltd Bangalore Kerala State Co-operative Bank Ltd Thiruvananthapuram Madhya Pradesh Rajya Sahakari Bank Maryadit Bhopal Maharashtra State Co-operative Bank Ltd Mumbai Orissa State Co-operative Bank Ltd Bhubaneswar Pondicherry State Co-operative Bank Ltd Pondicherry Punjab State Co-operative Bank Ltd Chandigarh Rajasthan State Co-operative Bank Ltd Jaipur Tamil Nadu State Apex Co-operative Bank Ltd Chennai Uttar Pradesh Co-operative Bank Ltd Lucknow West Bengal State Co-operative Bank Ltd Kolkata

Urban Co-operative Banks

A P Mahesh Co-operative Urban Bank Ltd Hyderabad Abhyudaya Co-operative Bank Ltd Mumbai Ahmedabad Mercantile Co-operative Bank Ltd Ahmedabad Akola Janata Commercial Co-operative Bank Ltd Akola Amanath Co-operative Bank Ltd Bangalore Bassein Catholic Co-operative Bank Limited Vasai Bharat Co-operative Bank (Mumbai) Ltd Mumbai Bharati Sahakari Bank Ltd Pune Bombay Mercantile Co-operative Bank Limited Mumbai Charminar Co-operative Urban Bank Ltd Hyderabad Citizen Credit Co-operative Bank Ltd Mumbai Dombivli Nagari Sahakari Bank Ltd Dombivli Greater Bombay Co-operative Bank Limited Mumbai Indian Mercantile Co-operative Bank Ltd Lucknow Jalgaon Janata Sahakari Bank Ltd Jalgaon Janakalyan Sahakari Bank Ltd Mumbai Janalaxmi Cooperative Bank Ltd Nashik Janata Sahakari Bank Ltd Pune Kallappanna Awade Ichalkaranji Janata Sahakari Bank Ltd Ichalkaranji Kalupur Commercial Co-operative Bank Ltd Ahmedabad Kalyan Janata Sahakari Bank Ltd Kalyan Kapol Cooperative Bank Ltd Mumbai Karad Urban Co-operative Bank Ltd Karad Madhavapura Mercantile Co-operative Bank Ltd Ahmedabad Mahanagar Co-operative Bank Ltd Mumbai Mapusa Urban Co-operative Bank of Goa Ltd Mapusa Mehsana Urban Co-operative Bank Ltd Mehsana N K G S B Co-operative Bank Ltd Mumbai Nagar Urban Co-operative Bank Ltd Ahmednagar Nagpur Nagrik Sahakari Bank Ltd Nagpur New India Co-operative Bank Ltd Mumbai Nutan Nagrik Sahakari Bank Ltd Ahmedabad Parsik Janata Sahakari Bank Ltd Thane Pravara Sahakari Bank Ltd Loni Punjab amp Maharashtra Co-operative Bank Ltd Mumbai Rajkot Nagrik Sahakari Bank Ltd Rajkot Rupee Co-operative Bank Ltd Pune Sangli Urban Co-operative Bank Ltd Sangli Saraswat Co-operative Bank Ltd Mumbai Sardar Bhiladwala Pardi Peoples Co-operative Bank Ltd Killa Pardi Shikshak Sahakari Bank Ltd Nagpur Solapur Janata Sahakari Bank Ltd Solapur Surat Peoples Co-operative Bank Ltd Surat Thane Bharat Sahakari Bank Ltd Thane Thane Janata Sahakari Bank Ltd Thane The Akola Urban Co-operative Bank Ltd Akola The Cosmos Co-operative Bank Ltd Pune The Goa Urban Co-operative Bank Ltd Panaji The Khamgaon Urban Co-operative Bank Ltd Khamgaon The Nasik Merchants Co-operative Bank Ltd Nasik The Shamrao Vithal Co-operative Bank Ltd Mumbai The Zoroastrian Co-operative Bank Ltd Mumbai Vasavi Co-operative Urban Bank Limited Hyderabad

SBI AND ASSOCIATES State Bank of India State Bank of Bikaner amp Jaipur State Bank of Hyderabad State Bank of Indore State Bank of Mysore State Bank of Patiala State Bank of Saurashtra State Bank of Travancore

NATIONALISED BANKS

Allahabad Bank Andhra Bank Bank of Baroda Bank of India Bank of Maharashtra Canara Bank Central Bank of India Corporation Bank Dena Bank Indian Bank Indian Overseas Bank Oriental Bank of Commerce Punjab National Bank Punjab and Sind Bank Syndicate Bank UCO Bank Union Bank of India United Bank of India Vijaya Bank

OTHER PUBLIC SECTOR BANKS

Industrial Development Bank of India Ltd

PRIVATE SECTOR BANKS Bank of Rajasthan Ltd Catholic Syrian Bank Ltd City Union Bank Ltd Development Credit Bank Ltd Dhanalakshmi Bank Ltd Federal Bank Ltd HDFC Bank Ltd ICICI Bank Ltd IndusInd Bank Ltd ING Vysya Bank Ltd Jammu and Kashmir Bank Ltd Karnataka Bank Ltd Karur Vysya Bank Ltd Kotak Mahindra Bank Ltd Lakshmi Vilas Bank Ltd Nainital Bank Ltd Ratnakar Bank Ltd SBI Commercial International Bank Ltd South Indian Bank Ltd Tamilnad Mercantile Bank Ltd Axis Bank Ltd Yes Bank Ltd

FOREIGN BANKS ABN Amro Bank NV Abu Dhabi Commercial Bank Ltd American Express Banking Corporation Antwerp Diamond Bank NV Arab Bangladesh Bank Bank International Indonesia Bank of America Bank of Bahrain and Kuwait BSC Bank of Ceylon Bank of Nova Scotia Bank of Tokyo ndash Mitsubishi Ltd Barclays Bank Plc BNP Paribas China Trust Commercial Bank Shinhan Bank Citi Bank NA Calyon Bank Deutsche Bank DBS Bank Ltd The Hongkong and Shanghai Banking Corporation Ltd JP Morgan Chase Bank NA Krung Thai Bank Public Company Ltd Mashreq Bank psc Mizuho Corporate Bank Ltd Oman International Bank SAOG Societe Generale Sonali Bank Standard Chartered Bank State Bank of Mauritius Ltd

GRAMIN BANKS Andhra Pradesh Grameen Vikas Bank Warangal (Andhra Pradesh) Andhra Pragathi Grameena Bank Kadapa (Andhra Pradesh) Aryavart Gramin Bank Lucknow (Uttar Pradesh) Arunachal Pradesh Rural Bank Naharlagun (Arunachal Pradesh) Assam Gramin Vikas Bank Guwahati (Assam) Baitarani Gramya Bank Baripada (Orissa) Ballia Kshetriya Gramin Bank Ballia (Uttar Pradesh) Bangiya Gramin Vikash Bank Berhampore (West Bengal) Baroda Gujarat Gramin Bank Bharuch (Gujarat) Baroda Rajasthan Gramin Bank Ajmer (Rajasthan) Baroda Uttar Pradesh Gramin Bank Rae Bareli (Uttar Pradesh) Bihar Kshetriya Gramin Bank Monghyr (Bihar) Cauvery Kalpatharu Grameena Bank Mysore (Karnataka) Chaitanya Godavari Grameena Bank (Andhra Pradesh) Chhattisgarh Gramin Bank Raipur (Chhattisgarh) Chikmagalur-Kodaga Grameena Bank Chikmagalur (Karnataka) Deccan Grameena Bank Dilsukhnagar (Hyderabad) Dena Gujarat Gramin Bank Gandhinagar (Gujarat) Durg-Rajnandgaon Gramin Bank Rajnandgaon (Chhattisgarh) Ellaquai Dehati Bank Srinagar (Jammu and Kashmir) Etawah Kshetriya Gramin Bank Etawah (Uttar Pradesh) Faridkot Bhatinda Kshetriya Gramin Bank Bhatinda (Punjab) Gurgaon Gramin Bank Gurgaon (Haryana) Hadoti Kshetriya Gramin Bank Kota (Rajasthan) Haryana Gramin Bank Rohtak (Haryana) Himachal Gramin Bank Mandi (Himachal Pradesh) Jaipur Thar Gramin Bank Jaipur (Rajasthan) Jammu Rural Bank Jammu Jhabua-Dhar Kshetriya Gramin Bank Jhabua (Madhya Pradesh) Jharkhand Gramin Bank Ranchi (Jharkhand) Kalinga Gramya Bank Cuttack (Orissa) Kamraz Rural Bank Sopore (Jammu and Kashmir) Karnatka Vikas Gramin Bank Dharwad (Karnataka) Kashi Gomti Samyut Gramin Bank Varanasi (Uttar Pradesh) Khasi J Bank Shillong (Meghalaya) Krishna Grameena Bank Gulbarga (Karnataka) Kshetriya Kisan Gramin Bank Mainpuri (Uttar Pradesh) Langpi Dehangi Rural Bank Dhiphu (Assam) Lucknow Kshetriya Gramin Bank Sitapur (Uttar Pradesh) Madhya Bharath Gramin Bank Sagar (Madhya Pradesh) Madhya Bihar Gramin Bank Patna (Bihar) Mahakaushal Kshetriya Gramin Bank Jabalpur (Madhya Pradesh) Maharashtra Godavari Gramin Bank (Maharashtra) Malwa Gramin Bank Sangrur (Punjab) Marwar Ganganagar Bikaner Gramin Bank Pali (Rajasthan) Manipur Rural Bank Imphal (Manipur) Marathwada Gramin Bank Nanded (Maharashtra) Mewar Aanchalik Gramin Bank Udaipur (Rajasthan) Mizoram Rural Bank Aizawl (Mizoram) Nagaland Rural Bank Kohima (Nagaland) Nainital Almora Kshetriya Gramin Bank Nainital (Uttaranchal) Narmada Malwa Gramin Bank Indore (Madhya Pradesh) Neelachal Gramya Bank (Orissa) North Malabar Gramin Bank Kannur (Kerala) Pallavan Grama Bank Salem (Tamil Nadu)

Pandyan Grama Bank Virudhunagar (Tamil Nadu) Paschim Banga Gramin Bank Howrah (West Bengal) Parvatiya Gramin Bank Chamba (Himachal Pradesh) Pragathi Gramin Bank Bellary (Karnataka) Prathama Bank Moradabad (Uttar Pradesh) Puduvai Bharthiar Grama Bank (Pondicherry) Punjab Gramin Bank Kapurthala (Punjab) Purvanchal Gramin Bank Gorakhpur (Uttar Pradesh) Rajasthan Gramin Bank Alwar (Rajasthan) Ratnagiri Sindhudurg Gramin Bank Ratnagiri (Maharashtra) Rewa-Sidhi Gramin Bank Rewa (Madhya Pradesh) Rushikulya Gramya Bank Berhampur (Orissa) Samastipur Kshetriya Gramin Bank Samastipur (Bihar) Saptagiri Grameena Bank Chitoor (Andhra Pradesh) Sarva UP Gramin Bank (Uttar Pradesh) Satpura Narmada Kshetriya Gramin Bank Chhindwara (Madhya Pradesh) Saurashtra Gramin Bank Rajkot (Gujarat) Sharda Gramin Bank Satna (MP) Shreyas Gramin Bank Aligarh (Uttar Pradesh) Solapur Gramin Bank Solapur (Maharashtra) South Malabar Gramin Bank (Kerala) Surguja Kshetriya Gramin Bank Ambikapur (Chhattisgarh) Tripura Gramin Bank Agartala (Tripura) Triveni Kshetriya Gramin Bank Orai (Uttar Pradesh) Utkal Gramya Bank Bolangir (Orissa) Uttaranchal Gramin Bank Dehradun (Uttaranchal) Uttar Banga Kshetriya Gramin Bank Cooch-Behar (West Bengal) Uttar Bihar Kshetriya Gramin Bank Muzaffarpur (Bihar) Vananchal Gramin Bank Dhumka (Jharkhand) Vidharbha Kshetriya Gramin Bank Akola (Maharashtra) Vidisha-Bhopal Kshetriya Gramin Bank Vidisha (Masdhya Pradesh) Visveshwaraya Grameen Bank Mandya (Karnataka) Wainganga Kshetriya Gramin Bank Chandrapur (Maharashtra)

  • 101910JPG
  • 101934JPG
  • 101945JPG
  • 101956JPG
  • 102006JPG
  • NIQpdf
  • PQR2pdf
  • BOQ Audio-Videopdf
  • Technical Specificationspdf
  • ITB3pdf
  • GCC6pdf
  • Listofscheduledbankpdf
    • PRE QUALIFICATION CRITERIA

      PPR-NJHPS-1163 (OampM)2014

      Qualifying requirement for ldquoSupply Installation amp Testing of AudioVideo Equipments for Conference Room of New Office Building of NJHPS SJVN Ltd Jhakrirdquo

      (A) Proven Experience

      10 The bidder should be a regular contractor for ldquoSupply Installation amp Testing of AudioVideo Equipmentsrdquo The bidder must submit the supporting documents (LOAs work orders agreements for the similar work along with the satisfactory completion certificate) to this effect from their clients In the case LOAs work orders agreements are from the private company (ies) firm (s) then copy (ies) of TDS for the same are also need to be submitted along with the satisfactory completion certificate

      20 The bidder should have completed such type of job in the past

      (B) Financial Requirement

      10 Financial Requirement The Bidder must have an average annual financial turn over of ` 1097615 (Rupees Ten Lacs Ninety Seven Thousand Six Hundred Fifteen only) during last three years ending 31st March of previous financial year

      20 The Bidder should have successfully completed the similar work as per any of the following criteria during last 7 years ending last day of month previous to one in which applications are invited

      (a) The Bidder should have carried out the 3 similar works valuing not less than ` 14 63487- (Rupees Fourteen Lacs Sixty Three Thousand Four Hundred Eighty Seven only) each

      Or

      (b) 2 similar completed works valuing not less than ` 18 29359- (Rupees Eighteen Lacs Twenty Nine Thousand Three Hundred Fifty Nine only) each

      Or

      (c) 1 similar completed work valuing not less than ` 29 26974- (Rupees Twenty Nine Lacs Twenty Six Thousand Nine Hundred Seventy Four only)

      Note Similar work means work related to Supply Installation amp Testing of AudioVideo Equipments

      The bidder must submit the supporting documents (LOAs work orders agreements for the similar work along with the satisfactory completion certificate) to this effect from their clients In the case LOAs work orders agreements are from the private company (ies) firm (s) then copy (ies) of TDS for the same are also need to be submitted along with the satisfactory completion certificate

      (C) General Conditions of Prequalification

      1 Bidder must furnish Code number photocopies for PAN Sales tax VATTIN amp Service Tax (If applicable) etc

      2 SJVN Ltd reserves the right to cancel withdraw the invitation for bid without assigning any reason and shall bear no liability whatsoever consequent upon such a decision

      3 Notwithstanding anything stated above SJVN Ltd reserves the right to assess the Bidderrsquos capability and capacity to perform the contract satisfactorily should the circumstances warrant such assessment in the overall interest of SJVN Ltd

      4 Price bid of only those bidders shall be opened who qualify based on the specified qualifying requirements after Scrutiny of details documents furnished by them and found to be techno- commercial responsive

      SJVN Ltd

      Annexure-I

      Under Taking From Bidder

      Bidderrsquos Name amp Address

      11 We are qualified under clause (A) amp (C) of the qualifying requirements (any qualifying requirements which bidder does not meet shall be mentioned in the separate sheet)

      12 We are regular contractor for Supply Installation amp Testing of AudioVideo Equipments

      13 We confirm having carried out following contracts for similar nature of job related to Supply Installation amp Testing of AudioVideo Equipments

      Name and Address of Client

      Details of work executed

      Order No amp Date

      Date of Completion

      Order Value

      Copy of order Enclosed

      These details are to be furnished in Schedule-5 of Techno commercial part of the bid

Page 7: PPR-NJHPS-1163 NOTICE INVITING TENDER (Domestic ...sjvn.nic.in/writereaddata/Portal/Tender/179_1/1_Tender_Doc1163.pdf · certificate) to this effect from their clients. In the case

Page 2 of 11 ITB- PPR-1163- AudioVideo System)

power house is located near village Jhakri in District Shimla Shimla the capital of the State of Himachal Pradesh is enroute about 150Km South-West from Jhakri The distance by road from Jhakri to Nathpa upstream is about 45 Km (Approx)

The rail head (broad gauge) is at Kalka (NR) Kalka is about 235 Km (Approx) from Jhakri

Approximate Distance from Kalka

ToMumbai

To Kolkata

ToChennai

(i) By Rail 1906 1809 2558(ii) By Road 1753 1791 2482

The distance from Kalka to Delhi by road is 285 Km (approx)From the Kalka rail head the Project is approachable by the following roadsroutes-

(i) Kalka - Dharampur - Solan - Shimla - Narkanda - Rampur - Jhakri (NH -22)

235 Km (Approx)

(ii) Kalka - Dharampur - Solan - Shimla - Dhalli -Basantpur - Rampur ndash Jhakri

250 Km(Approx)

(iii) Kalka - Dharampur - Sabathu - Arki - Shalaghat - Dhami - Basantpur - Rampur ndash Jhakri

335 Km(Approx)

Transport Limitation

The transport limitation by road from Kalka to the Plant Site at Nathpa Sholdingwould be the governing factor in respect of the permissible package size and weight Bidder should consider all factors as can be envisaged for transportation of equipment to avoid and overcome the hindrances limitations on existing road on account of weather conditions and any other reasons without affecting the schedule

The project area is situated in earthquake zone IV as per BIS 1893(1984) Hence the equipment shall have to be suitable to withstand safely and not to mal operate under earthquake forces corresponding to zone IV

40 Minimum Qualifying Requirement

As per PQR

50 Scope of Work

Supply Installation amp Testing of AudioVideo Equipments for Conference Room Of New Office Building Of NJHPS SJVN Ltd Jhakri as per Technical Specifications along with associated items which are mentioned in the BOQ(Annex ndash A)

60 Quality Assurance Programme

The Quality Assurance Program shall be as per relevant standards

70 Cost of Bidding

The Bidder shall bear all costs associated with the preparation and submission of its bid and the Owner will in no case be responsible or liable for these costs regardless of the conduct or outcome of the bidding process

Page 3 of 11 ITB- PPR-1163- AudioVideo System)

80 The Bidder is expected to examine all instruction forms terms specifications and other information in the bidding documents Failure to furnish all information required by the bidding documents or submission of a bid not substantially responsive to the bidding documents in every respect will be at the Bidders risk and may result in rejection of its bid

90 Amendment of Bidding Documents

91 At any time prior to the deadline for submission of bids the Owner may for any reason whether at its own initiative or in response to a clarification requested by a prospective Bidder amend the bidding documents

92 The amendment will be notified in writing or by cable or through website (on httpssjvnabcprocurecom) to all prospective Bidders that have received the bidding documents and will be binding on them Bidders are required to immediately acknowledge receipt of any such amendment and it will be assumed that the information contained therein has been taken into account by the Bidder in its bid

93 In order to afford prospective Bidders reasonable time in which to take the amendment into account in preparing their bid the Owner may at its discretion extend the deadline for the submission of bids

94 After publishing of on web any amendment corrigendum shall be uploaded on web The bidders who have not informed us about the download would be required to regularly visit our website for updating themselves about any amendments which may arise from time to time It will be assumed that all the information containedupdated in the website has been taken into account by the Bidder in its bid

100 Language of Bid

The bid prepared by the Bidder and all correspondence and documents related to the bid exchanged by the Bidder and the Owner shall be written in English language Any printed literature furnished by the bidder may also be written in English language

110 Bid Security Earnest Money deposit (EMD)

a) The offer must be accompanied with an Earnest money of ` 74000- (Rupees Seventy Four Thousand Eight Hundred Only) The bid security shall at the Bidders option be in the form of a crossed demand draftpay order Banker Cheque (drawn in favour of NJHPS SJVN Ltd) FDRTDR (Pledged in the name of ldquoNJHPS SJVN Ltdrdquo under the seal amp by the authorized signatory of issuing bank) Bid Security shall remain valid for a period of thirty (30) days beyond the original bid validity period and beyond any extension subsequently requested The DD should be payable at following branches

(i) State Bank of India Jhakri Branch Code - 6988(ii) State Bank of India Rampur Bushahar Branch code - 0703(iii) Punjab National Bank Rampur Bushahar Branch code - 94300(iv) UCO Bank Rampur Bushahar Branch code - 1543(v) HDFC Bank Rampur Bushahar Branch code - 805

Remarks - The EMD in the form of BG outstation local Cheque outstation DDs by hand written DDs is not acceptable

Page 4 of 11 ITB- PPR-1163- AudioVideo System)

b) EMD of the bidder shall be forfeited if the bidder withdraws or amends its bids or impairs or derogates form the bid in any respect with in the period of validity of the bid The EMD of the successful bidder shall be retained as contract security until such period the contractor furnishes the required CPG or until supply the complete material If the contractor fails to fulfill his obligations the EMD retained as contract security shall be forfeited

c) Micro or Small Enterprises (MSE)NSIC registered firms are exempted from submission of EMD and must enclose (Upload scanned copy of the MSENSIC certificate) for the same products as in NIQ above If the MSENSIC certificate does not contain the same products and services as listed in our NIQ and no EMD is found enclosed the owner may ask the bidder to submit the EMD as above The copy of MSE NSIC certificate is to be sent by e-mailfaxpost with reference to the present tender

d) UPLOADING OF EMD The scanned copy of the EMD is to be uploaded on the website The bid is to be submitted through e-tendering and hence the EMD is to be sent to the undersigned by post after submitting the bid along with required details through e-procurement on the web The EMD in physical form should reach before the last date and time of submission of bid If EMD does not reach in physical form within the period of techno commercial evaluation the bid shall be considered as non responsive and price bid of such firms shall not be opened

120 Deviations

Deviations if any from the terms and conditions of Bidding Documents or Technical Specifications including drawings shall be listed only in Deviation Schedule of the bid ieSchedule-2 ldquoSchedule of Deviationsrdquo The Bidder shall also provide the additional price if any for withdrawal of the deviations

Bidder may further note that except for deviations listed in Deviation Schedule the bid shall be deemed to comply with all the requirement in the bidding documents and the bidders shall be required to comply with all such requirements of bidding documents and technical specifications and drawings without any extra cost to the Owner irrespective of any mention to the contrary anywhere else in the bid failing which the bid security of the Bidder may be forfeitedThe owner has complete right to evaluate the deviations without prejudice After evaluation the deviations may or may not be agreed by the owner The bidder shall be intimated in writing accordingly

130 Work Completion Schedule

The basic consideration and the essence of the Contract shall be the strict adherence to the Work Completion Schedule Entire scope of work should be completed within 90 days from the issue of Supply Order

140 Price Adjustment Data

Not applicable being FIRM Price Contract

150 Bid Prices Unless otherwise specified in the Technical Specifications Bidders shall quote

for the entire supply on a single responsibility basis such that the total bidprice covers all the suppliers obligations mentioned in or to be reasonably inferred from the bidding documents

Page 5 of 11 ITB- PPR-1163- AudioVideo System)

Bidders are required to quote the price for the commercial contractual and technical obligations outlined in the bidding documents

Bidders shall give the required details and breakup of their prices as per Schedules specified

The Prices quoted by the Bidder shall be FIRM during the performance of the contract and not subject to variation on any account A bid submitted with an adjustable price quotation will be treated as non-responsive and rejected

160 Bid Currencies

Bidders shall quote all prices in Indian Rupees only

170 Period of Validity of Bid

Bids shall remain valid for a period of 120 days after the closing date prescribed by the Owner for the receipt of bids A bid valid for a shorter period shall be rejected by the Owner as being non-responsive

In exceptional circumstances the Owner may solicit the Bidderrsquos consent to an extension of the bid validity period The request and responses thereto shall be made in writing or by cablefax If a Bidder accepts to prolong the period of validity the bid security shall also be suitably extended A Bidder may refuse the request without forfeiting its bid security A Bidder granting the request will not be required nor permitted to modify its bid

180 BID PROPOSAL SHEETS (BPS)

The Bidder shall furnish complete all the appropriate Schedules data required as per the bidding documents at httpssjvnabcprocurecom

190 FORMAT AND SIGNING OF BID

The Bid must contain the name residence and place of business of the person or persons making the Bid and must be digitally signed The name of all persons signing should also be mentioned at appropriate place

Bid by Corporation Company must be digitally signed with the legal name of the Corporation Company by the President Managing Director or by the Secretary or other person or persons authorized to bid on behalf of such Corporation Company in the matter

Bidders name stated on the proposal shall be the exact legal name of the firm

All the requisite documents shall be scanned amp uploaded along with bid The hard copy of the documents shall also be posted as per details given in clause 320 so as to reach on or before the last date and time of submission of bid

If situation so warrants SJVN LTD NJHPS may ask the bidders to produce original documents which were submitted as scanned copies along with bid for verification

Page 6 of 11 ITB- PPR-1163- AudioVideo System)

200 Submission of Bids

The bids will be submitted electronically at designated places in various schedules The complete bid document along with the schedules can be downloaded by the bidder through httpssjvnabcprocurecom only after registration as explained in ldquoVendor Registration Procedure amp Submission amp Filling of Bidsrdquo The bid is to be filled only in the in the schedules available on the web The price schedules cannot be downloaded as they are to be filled online however techno-commercial schedules and Bid Proposal Sheet etc are to be downloaded first and are to be uploaded again after filling the same The bid is called under 02 parts as under-

A Bid Proposal Sheet (BPS) Price Bid Part which consists of the followings schedules-

(i) Schedule-1 Page 1 of 2 ldquoSchedule of Pricesrdquo(ii) Schedule-1 Page 2 of 2 ldquoSchedule of Taxes amp Dutiesrdquo

Remarks-All above schedule are available in single excel sheet ldquoBPS Price Schedulesrdquo The bidders have to fill the required information in the colored boxes only

The prevailing rate of taxes amp duties is to be clearly mentioned in the ldquoSchedule of Taxes amp Dutiesrdquo In case nothing is mentioned or mentioned ldquoNILrdquo then it shall be presumed that the rates quoted are inclusive of taxes and duties or as else the taxes amp duties are not applicable The taxes amp duties shall be paid as per applicable rate at the time of execution of work Any increase in taxes amp duties new introduction of new taxes amp duties levy by the Govt shall be paid by SJVN Ltd provided that such increase in taxes amp duties new introduction of new taxes amp duties levy by the Govt is made with in schedule work completion period as per LOA otherwise same shall be paid by the bidders The following may be considering by the bidders-

a The entry tax for the entry of goods in Himachal Pradesh shall be paid by SJVN directly to concerned authorities During bid evaluation the bid of the bidders quoting outside from HP shall be loaded at the applicable rate of the Entry Tax

b CSTVAT No ldquoCrdquo Form will be issued by SJVN Ltd for this tender thus Sale tax has to be quoted for accordingly by the bidder

c Any other deduction like TDS ldquoWCTrdquo (As per applicable rate in HP) if applicable as per the Govt laws shall be made from your payment and statement for the same shall be provided by SJVN for the same

d The successful bidder in his own interest shall have to register himselffirmcompany under the HP VAT Act-2005 with the Excise amp taxation Deptt Himachal Pradesh WCT on the material portion of the contract shall be deducted as applicable

BBid Proposal Sheet Techno-commercial Bid Part which consists of the followings-

All documents as required CSTVATTIN No PAN etc and any other documents as required asked in the tender are to be uploaded submitted along with the bid These documents are to be uploaded along with the General Documents

Page 7 of 11 ITB- PPR-1163- AudioVideo System)

Bid Security Earnest Money deposit (EMD)Copy of NSICSSI certificate as per sr no 110 above

Cost of Tender Document (If any)copy of NSICSSI certificate as per sr no 210 above

Undertaking as per sr no 330 below

The Bid Proposal Sheet (BPS) techno-commercial schedules to be filled are as under-

(i) Schedule-2 Page 1 of 1 ldquoSchedule of Deviationsrdquo(ii) Schedule-3 Page 1 of 1 ldquoSchedule for Contact Details amp Bank

Account Detailsrdquo(iii) Schedule-4 Page 1 of 1 ldquoSchedule of make offeredrdquo(iv) Schedule-5 Page 1 of 1 ldquoSchedule for Minimum Qualifying

Requirementsrdquo

Remarks-All above schedule are available in single excel sheet ldquoBPS Techno commercial Schedulesrdquo The bidders have to fill the required information in the colored boxes only

The Techno-Commercial Bid part will be opened electronically as per schedule time and date as indicated in the bid documents in the Oo Dy General Manager (PampC) NJHPS SJVN Ltd Jhakri Distt Shimla (HP) ndash 172 201

The Price Part will be opened electronically at same place only for those bidders whose techno-commercial part is found to be techno-commercially acceptable and only such bidders will be intimated subsequently either telephonically or through Fax Courier about the time and date of price bid opening

The Owner further reserves the right to reject any Bid which is not submitted according to the instructions stipulated above

After submission of the bid through e-tendering an acknowledgment slip is automatically generated and same is to be send by fax poste-mail as per clause 320 as a proof for bid submission through e-tendering

210 Cost of Tender Documents The cost of tender document is Rs 1000- (One Thousand Only) in the shape of Demand Draft in favour of owner (NJHPS SJVN Ltd Jhakri) payable banks as mentioned at sr no 112 above and the bidder must submit the same in envelope which should be reached preferably before last date and time of submission of bid ie 1230 Hrs of 03092014 The scanned copy of the cost of bid document (DD) shall be uploaded in the designated place The NSICMSE registered firms are exempted from the submission of the cost of tender documents

220 Late BidsNo bid shall be received after last date and time of bid submission

Page 8 of 11 ITB- PPR-1163- AudioVideo System)

230 Withdrawal of Bids

No bid may be withdrawn in the interval between the bid submission deadline and the expiration of the bid validity period specified in Bid documents Withdrawal of a bid during this interval may result in the Bidders forfeiture of its bid security EMD

240 Bid Opening and Evaluation

The Owner will open all bids electronically in the presence of bidders representatives who choose to attend the opening at the time on the date and at the place specified in the NIT NIQ Bidders representatives shall sign a register as proof of their attendance In the event of the specified date for the opening of bids being declared a holidaynetwork problem for the Owner the bids will be opened at the appointed time on the next working day

Bids will be evaluated for the complete scope of the supply on single responsibility basis and FOR Jhakri basis During bid evaluation the bid of the bidders quoting outside from HP shall be loaded at the applicable rate of the Entry Tax

No price preference shall be given to any bidder during the bid evaluation

No Mobile Phone will be permitted inside the bid opening room Therefore bidders should deposit Mobile Phones with Security gate at Reception

SJVN liability towards service tax shall also be considered as per service tax notification No 302012 dated 20062012 during bid evaluation

Cost loading will be carried out for the deviations taken by the bidder to determine the lowest evaluated Bid which will be considered for acceptance

The items for which bidder does not quote his price ie leaves the rate amount column blank or simply puts a (-) mark or () mark or indicates lsquoNILrsquo lsquoNArsquo or as applicable no cost shall be considered for bid evaluation for these items and for the purpose of award the value of such item shall be deemed to have been included in other quoted items If the bidder does not agree to this consideration his bid will be rejected and the bid guarantee may be forfeited

250 Clarification of Bids

During bid evaluation the Owner may at its discretion ask the Bidder for a clarification of its bid The request for clarification and the response shall be in writing and no change in the price or substance of the bid shall be sought offered or permitted

260 Correction of Errors (Applicable to extent possible)

A The errors discrepancies in respect of the specified amount in Bid Proposal Sheets for an individual item andor sub-item andor in the sub-total of a schedule andor in the Grand total of a schedule andor in the lump sum price of the package either due to discrepancy between figures and words andor simple arithmetical error while adding andor multiplying and or due to wrong extension of unit rates etc the error will be rectified and computed by SJVN as per the following method

Page 9 of 11 ITB- PPR-1163- AudioVideo System)

(i) In case of discrepancy between figure and words the value specified in the words will be considered for computation

(ii) Firstly the unit rates in words will be considered for computation

(iii) In case unit rates are not indicated in words then unit rates indicated in figure will be considered and will be used for deriving the amount from the quantities specified in the bid documents

(iv) In case error is due to wrong extension of quantities the quantities as specified in the bid documents will be considered and multiplied by the quoted unit rates to obtain the amount The amounts will be computed as per the extension of amount on the basis of unit rates of individual item sub-item sub-total of a schedule grand total of a schedule and lump sum price of the package based on the above consideration

B After computation of the amounts as above the values as computed shall be considered for evaluation as well as for award If the bidder does not accept the above consideration his bid will be rejected and the Bid Security EMD may be forfeited

C The Owners determination of a bids responsiveness is to be based on the contents of the bid itself 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 non-conformity

270 Influencing the Owner

No Bidder shall contact the Owner on any matter relating to its bid from the time of the opening of bids to the time the contract is awarded

Any effort by a Bidder to influence the Owner in the Ownerrsquos bid evaluation bid comparison or contract award decisions may result in rejection of the Bidderrsquos bid

280 Award of Contract

The Owner will award the contract to the successful Bidder whose bid has been determined to be substantially responsive and to be the lowest evaluated bid further provided that the bidder is determined to be qualified to perform the contract satisfactorily

The owner may request the Bidder to withdraw any of the deviations listed in Deviation Schedule of the winning bid at the price shown for the deviation in Deviation schedule In case the Bidder does not withdraw the deviations proposed by him if any at the cost of withdrawal stated in the bid his bid will be rejected and bid security forfeited

Bidders would be required to comply with all other requirement of the Bidding Documents except for those deviations in Deviation Schedule which are accepted by the Owner failing which the bid security of the Bidder may be forfeited

Award will be placed for total quantity on L1 basis for substantially responsive bid on single responsibility basis for entire scope of supply

Page 10 of 11 ITB- PPR-1163- AudioVideo System)

290 Owners Right to Accept Any Bid and to Reject Any Bids

The Owner reserves the right to accept or reject any bid and to annul the bidding process and reject all bids at any time prior to award of contract without thereby incurring any liability to the affected Bidder or bidders or any obligation to inform the affected Bidder or bidders of the grounds for the Owners action

300 Notification of Award

Prior to the expiration of the period of bid validity the Owner will notify the successful Bidder in writing by registered letter or by cable to be confirmed in writing by registered letter that its bid has been accepted The notification of award will constitute the formation of the contract

Upon the successful Bidders furnishing of the performance security the Owner will promptly notify each unsuccessful Bidder and will discharge its bid security

310 Corrupt or Fraudulent Practices

A The Owner requires that Bidders to observe the highest standard of ethics during the procurement and execution of the Contract In pursuance of this policy the Owner

(a) defines for the purposes of this provision the terms set forth below as follows

(i) corrupt practice means the offering giving receiving or soliciting of any thing of value to influence the action of a public official in the procurement process or in contract execution and

(ii) fraudulent practice means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Owner and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Owner of the benefits of free and open competition

(b) will reject a proposal for award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question

(c) will declare a firm ineligible either indefinitely or for a stated period of time to be awarded a contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for or in executing a contract of the Owner

B Furthermore Bidders shall be aware of the provision stated in the General Conditions of Contract

320 Submission of documents by post

The following documents in hard copyoriginal form sealed in envelop super scribed as ldquoSupply Installation amp Testing of AudioVideo Equipments for

Page 11 of 11 ITB- PPR-1163- AudioVideo System)

Conference Room Of New Office Building Of NJHPS SJVN Ltd Jhakri -(PPR-1163 (OampM)2014)rdquoare to be sent through post-

(i) Earnest Money Deposit (In original)copy of MSE certificate as per clause no 110

(ii) Cost of tender document (In Original) copy of MSE certificate as per clause no 210

(iii) Undertaking form duly signed by the bidder shall be uploaded along with the bid the details of which are as per clause 330

(iv) Copy of TIN No

The scanned copies of above documents are to be uploaded on the web and must reach preferably 03092014 1230 HRS

Any documents as asked or required are to be sent to the following address-Dy General Manager (GM) Procurement and Contract DepartmentNJHPS SJVN LTD JhakriDistt Shimla (HP)-172201

Phone No 01782-275236Fax No 01782-234049 275106E-mail sksood_2000yahoocoin

Any documents as asked or required like scanned copies of EMD amp Cost of tender document (if any) copy of previous orders dealership certificate etc are to be uploaded at the link ldquoGeneral Documentsrdquo at httpssjvnabcprocurecom

330 Undertaking

331 I have read carefully all the bidding documents and agreed to the conditions exceptfor deviation taken clause wise in deviation schedule

332 I have not changed the contents of the bidding documents

333 Scanned copy of documents uploaded along with the bid is true to the best of my knowledge

334 We have quoted for all the items If after opening of price bid it is found that wehave not quoted for all items then our bid shall not be considered for price bid evaluation

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 1 of 7

GENERAL CONDITIONS OF CONTRACT (GCC)

10 Definitions

In this Contract the following terms shall be interpreted as indicated

(a) The Contract means the Contract Agreement entered between the Owner and the Contractor as recorded in the Contract Form signed by the parties including all attachments and appendices thereto and all documents incorporated by reference therein

(b) The Contract Price means the price payable to the Contractor under the Contract for the full and proper performance of its contractualobligations

(c) The Services means all those services necessary for the Supply Installation amp Testing of AudioVideo Equipments under this contractand any other incidental services etc and other such obligations of the Contractor covered under the Contract

(d) The Owner means the SJVN Limited

(e) The Contractor means the individual or firm The Contractor means the individual or firm carrying out the work under this Contract

(f) Corrupt Practice means the offering giving receiving or soliciting ofany thing of value to influence the action of a public official in the procurement process or in contract execution

(g) Fraudulent Practice means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Owner and includes collusive practice among Bidders (prior to or after Bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Owner of the benefits of free and open competition

20 CONTRACT PERFORMANCE SECURITY (CPS)

21 Within thirty (30) days of receipt of the notification of Contract award you shall furnish to the Owner an unconditional performance security for ten percent (10) of the Contract Price with validity up to sixty (60) days after warrantee period (Refer Clause 50 below)

22 The proceeds of the performance security shall be payable to the Owner as compensation for any loss resulting from the Contractors failure to complete its obligations under the Warranty and ContractSupport period

23 The performance security shall be denominated in the currency of the Contract and shall be in the form of Bank Guarantee (As per format enclosed) preferably issued by a nationalized Bank scheduled bank (As per the list enclosed) acceptable to the Owner or in the form of FDR or TDR (pledged in the favour of the owner)

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 2 of 7

24 The performance security will be discharged by the Owner and returned to the Contractor not later than sixty (60) days after expiry of Warranty and ContractSupport period

25 NSIC MSE registered firms are not exempted from the submission of the CPG

26 The interest 155 shall be charged on delay period for breach in timely submission of CPGInitial Security Deposit without prejudice to right of SJVN to other remedies available under the contract

30 PACKING AND FORWARDING 31 The bidder shall provide such packing to the goods as is required to prevent

damage or deterioration during transit to their final destination at Jhakri

40 INSURANCEThe goods to be supplied under the scope of the work shall be insured for all risks by the contractor till it is delivered installed amp commissioned at NJHPS SJVN Ltd Jhakri

50 GUARANTEWARRANTY

The material under the scope of this contract will be warranted against any manufacturing defects poor workmanship and the consumablematerial used for maximum of 12 months from the date of successful installation amp commissioning In case of any problem within the warranty period due to manufacturing defects their performance poor workmanship and the consumablematerial used arises the same will be rectifiedreplaced free of cost at site by the supplier within fortnight of such notification by the EIC as necessary

60 FORCE MEAJEURE

61 The firm shall not be liable for loss or damage to SJVN resulting from any delays or failure to make shipment to Nathpa site within schedule time for all or any part of the item due to the act of God war declared or undeclared acts of public enemy riots civil commotion invasion insurrection sabotage acts of restraint of Government federal state or municipal action or regulation fire flood hurricanes accidents epidemic quarantine restrictions or any failure on the part of the Owner or his representative to approve or comments on drawings or other causes contingencies or circumstances not subject to their control whether of a similar or dissimilar nature which prevents the Contractor from completion of work Any such cause or delays even though not existing on the date of the contract on or the date of start of reclaiming shall extend the time of performance automatically by length of delays occasioned thereby including delay reasonably incidental to the resumption of normal reclamation work even though such case may occur after performance of firmrsquos obligation has been delayed for the other causes

62 If a Force Majeure situation arises the Contractor shall promptly notify the Owner in writing of such condition and the cause thereof Unless otherwise directed by the Owner in writing the Contractor shall continue to perform its obligations under the Contract as far as is reasonably practical and shall seek

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 3 of 7

all reasonable alternative means for performance not prevented by the Force Majeure event

70 PAYMENT TERMS The payment to the bidder will be made as under after submission of all the required documents acceptable to SJVN Ltd-

A The Seventy percent (70) payment (including 100 taxes amp duties) shall bemade within 30 days after receipt of the material at NJHPS SJVN Ltd Jhakriand on submission of followings documents to consignee

(i) Bills in triplicate(ii) Photocopy of unconditional acceptance of Letter of Award(iii) Inspection Report issued by the EIC or his representative (The

inspection of supplied material shall be carried out at store NJHPS Jhakri

(iv) Copy of CPG as per clause no 20(v) Copy of TIN No

B Balance thirty percent (30) payment shall be made within 30 days after completion of work and on submission of followings documents in bound folder to the consignee-

(i) Bills in triplicate(ii) GuaranteeWarranty Certificate(iii) Completion certificate issued by EIC that the material has been

successfully installed amp commissioned(iv) Documents asked as per clause 12 of General Technical Terms ans

ConditionsC The payment shall be released through electronic fund transfer and hence you

are requested to give your bank account detail along with IFSCRTGS code of your bank branch The required detail is to be filled in ldquoSchedule-3-Bank Account Detailrdquo Bank charges if any shall be borne by you The details to be submitted in the schedule as enclosed

DAs per SJVN Ltd policy no advance payment can be given

E The service tax shall be paid by the SJVN bidder as per service tax notification no 302012 dated 20062012 The service tax is to mentioned separately in price schedules amp same shall be reimbursed on submission of following information along with the bills-

(I) Name Address amp Contact Details (Tel no etc) of the Service Provider (II) Service Tax Number of the Service Provider(III) PAN of the Service Provider(IV) Service Tax Invoice Number(V) Gross amount of services(VI) Service Tax amount

80 WORK COMPLETION SCHEDULEThe basic consideration and the essence of the Contract shall be the strict adherence to the Work Completion Schedule Entire scope of work should be completed within 90 days from the issue of Supply Order

90 LIQUIDATED DAMAGES

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 4 of 7

91 If the Supplier fails to complete the work within the period(s) specified in the Contract the Owner shall without prejudice to its other remedies under the Contract deduct from the Contract Price as Liquidated Damages as specified here in below

92 The Liquidated Damage for delay in completion of work(Supply Installation amp Commissioning) beyond the maximum completion schedule as stipulated at clause 80 above shall be frac12 (Half percent) per week or part thereof of the total contract value The total amount of Liquidated Damages for delay under the Contract will be subject to a maximum of five percent (5) of the total Contract price

93 Amount of Liquidated Damage shall be payable by the Supplier whenever demanded by the Owner and or Owner can recover the amount of liquidated Damages (to the extent leviable at any time) from the amount payable to the Supplier available with Owner under this Contract

94 Supplierrsquos obligations and the Ownerrsquos remedies in respect of delay are solely and exclusively as stated in this Liquidated Damages clause subject to provisions of Clause 120 and consequence thereof

100 TERMINATION OF CONTRACT ON CONTRACTORS DEFAULTThe Owner without prejudice to any other remedy for breach of Contract by written notice of default sent to the Contractor may terminate this Contract in whole or in part

a) if the Contractor fails to complete any part of all the work or all of the Goods within the period(s) specified in the Contract or within any extension thereof granted by the Owner

b) if the Contractor fails to perform any other obligation(s) under the Contract

c) If the Contractor in the judgment of the Owner has engaged in corrupt or fraudulent practices in competing for or in executing the Contract

101 In the event the Owner terminates the Contract in whole or in part the Owner may procure get repaired upon such terms and in such manner as it deems appropriate Goods or Services similar to those undelivered un-repaired and the Contractor shall be liable to the Owner for any excess costs for such similar Goods or Services However the Contractor shall continue performance of the Contract to the extent not terminated

110 TERMINATION FOR INSOLVENCYThe Owner may at any time terminate the Contract by giving written notice to the Contractor if the Contractor becomes bankrupt or otherwise insolvent In this event termination will be without compensation to the Contractor provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the Owner

120 TERMINATION OF CONTRACT ON OWNERS INITIATIVE

121 The Owner reserves the right to terminate the Contract either in part or in full due to reasons other than those mentioned under clause entitled Contractors

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 5 of 7

Default and Outbreak of War The Owner shall in such an event give seven (7) days notice in writing to the Contractor of his decision to do so

122 The Contractor upon receipt of such notice shall discontinue the work on the date and to the extent specified in the notice make all reasonable efforts to obtain cancellation of all orders and contracts to the Owner stop all further sub-contracting or purchasing activity related to the work terminated and assist the Owner in storage maintenance protection and disposition of the works acquired under the contract by the Owner

123 In the event of such a termination the Contractor shall be paid equitable and reasonable compensation as dictated by the circumstances prevalent at the time of termination

130 SETTLEMENT OF DISPUTES131 Any dispute(s) or difference(s) arising out of or in connection with the Contract

shall to the extent possible in the first instance be resolved amicably between the Contractor and the Ownerrsquos Engineer

132 If any dispute or difference of any kind whatsoever shall arise between the Owner and the Contractor arising out of the Contract for the performance of the Works whether during the progress of the Works or after its completion or whether before or after the termination abandonment or breach of the Contract it shall in the first place be referred to and settled by the Engineer who within a period of ten (10 ) days after being requested by either party to do so shall give written notice of his decision to the Owner and the Contractor

133 Save as hereinafter provided such decision in respect of every matter so referred shall be final and binding upon the parties until the completion of the entire work under the Contract and shall forthwith be given effect to by the Contractor who shall comply with all such decisions with all due diligence whether he or the Owner requires arbitration as hereinafter provided or not

134 If after the Engineer has given written notice of his decision to the parties no claim to arbitration has been communicated to him by either party within ten (10) days from the receipt of such notice the said decision shall become final and binding on the parties

135 In the event of the Engineer failing to notify his decision within ten (10) days after being requested as aforesaid or in the event of either the Owner or the Contractor being dissatisfied with any such decision or within ten (10) days after the expiry of the first mentioned period of ten (10) days as the case may be either party may require by written notice to the other party that the matters in dispute be referred to arbitration as hereinafter provided

140 ARBITRATION

141 All disputes or differences in respect of which the decision if any of the Engineer has not become final or binding as aforesaid shall be settled by arbitration in the manner hereinafter provided

142 In the event of the Contractor that is to say a citizen andor a permanent resident of India a firm or a company duly registered or incorporated in India the arbitration shall be conducted by three arbitrators one each to be nominated

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 6 of 7

by the contractor and the Owner and the third to be named by the President of Institution of Engineers India If either of the parties fails to appoint its arbitrator within thirty (30) days after receipt of a notice from the other party invoking the arbitration clause the President of the Institution of Engineers India shall have the power at the request of either of the parties to appoint the arbitrators A certified copy of the said President making such an appointment shall be furnished to both the parties

143 The arbitration shall be conducted in accordance with the provisions of the Arbitration amp Conciliation Act 1996 or any statutory modification thereof

144 Arbitration(s) shall give reasoned award

145 The decision of the majority of the arbitrators shall be final and binding upon the parties The expenses of the arbitration shall be paid as may be determined by the arbitrators The arbitrators may from time to time with the consent of all the parties enlarge the time for making the award In the event of any of the aforesaid arbitrators dying neglecting resigning of being unable to act for any reason it will be lawful for the party concerned to nominate another arbitrator in place of the outgoing arbitrator

146 The arbitrator shall have full powers to review andor revise any decision opinion directions certification or valuation of the Engineer in consonance with the contract

150 APPLICABLE LAW

151 The Contract shall be governed by and interpreted in accordance with the laws in force in India The courts of Rampur BushahrShimla shall have exclusive jurisdiction in all matters arising under the Contract

160 NOTICES

Any notice given by one party to the other pursuant to this Contract shall be sent to the other party in writing or by cable telex or facsimile and confirmed in writing to the other partys address specified in NITNIQ

A notice shall be effective when delivered or on the notices effective date whichever is later

17 CORRESPONDENCE(i) All correspondence related to this contract before award of the contract shall

be addressed to DGM Procurement amp Contract Deptt NJHPS SJVN Ltd Jhakri Distt Shimla (HP) PIN- 172201 PH No 0091-1782-275794 Fax No 0091-1782-234049

(ii) All the correspondences after award of the contract shall be addressed to DGM(ITampCPSSM) NJHPS SJVN Ltd Jhakri

18 Engineer in Charge (EIC)DGM (ITampCPSSM) NJHPS SJVN Ltd Jhakri shall be the EIC of this work The material shall be drawn by EIC from store for the installation

19 CONSIGNEEThe Goods under this Contract shall be dispatched to the Consignee at the following address-

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 7 of 7

Manager (OampM Stores)Nathpa Jhakri Hydro Power Station SJVN Ltd Jhakri Distt Shimla (HP)Pin-172201 (INDIA)Phone No 0091-1782-275041 Fax No 0091-1782-234049

20 The material is to transported through ldquoRegistered Common Carrierrdquo only (Registered Common Carrier mean the carrier registered with a State Transport Authority or a Regional Transport Authority)

21 TESTING amp INSPECTIONInspection of material supplied against this supply order shall be carried out by EIC or his authorized representative at project stores Jhakri on receipt of material amp subsequently after successful installation testing amp commissioning at site

THE SECOND SCHEDULE TO THE RESERVE BANK OF INDIA ACT 1934

[Sections 2(e) and 42]

SCHEDULED BANKS

STATE CO-OPERATIVE BANKS Andhra Pradesh State Co-operative Bank Ltd Hyderabad Bihar State Co-operative Bank Ltd Bihar Goa State Co-operative Bank Ltd Panaji Gujarat State Co-operative Bank Ltd Ahmedabad Haryana State Co-operative Apex Bank Ltd Chandigarh Karnataka State Co-operative Apex Bank Ltd Bangalore Kerala State Co-operative Bank Ltd Thiruvananthapuram Madhya Pradesh Rajya Sahakari Bank Maryadit Bhopal Maharashtra State Co-operative Bank Ltd Mumbai Orissa State Co-operative Bank Ltd Bhubaneswar Pondicherry State Co-operative Bank Ltd Pondicherry Punjab State Co-operative Bank Ltd Chandigarh Rajasthan State Co-operative Bank Ltd Jaipur Tamil Nadu State Apex Co-operative Bank Ltd Chennai Uttar Pradesh Co-operative Bank Ltd Lucknow West Bengal State Co-operative Bank Ltd Kolkata

Urban Co-operative Banks

A P Mahesh Co-operative Urban Bank Ltd Hyderabad Abhyudaya Co-operative Bank Ltd Mumbai Ahmedabad Mercantile Co-operative Bank Ltd Ahmedabad Akola Janata Commercial Co-operative Bank Ltd Akola Amanath Co-operative Bank Ltd Bangalore Bassein Catholic Co-operative Bank Limited Vasai Bharat Co-operative Bank (Mumbai) Ltd Mumbai Bharati Sahakari Bank Ltd Pune Bombay Mercantile Co-operative Bank Limited Mumbai Charminar Co-operative Urban Bank Ltd Hyderabad Citizen Credit Co-operative Bank Ltd Mumbai Dombivli Nagari Sahakari Bank Ltd Dombivli Greater Bombay Co-operative Bank Limited Mumbai Indian Mercantile Co-operative Bank Ltd Lucknow Jalgaon Janata Sahakari Bank Ltd Jalgaon Janakalyan Sahakari Bank Ltd Mumbai Janalaxmi Cooperative Bank Ltd Nashik Janata Sahakari Bank Ltd Pune Kallappanna Awade Ichalkaranji Janata Sahakari Bank Ltd Ichalkaranji Kalupur Commercial Co-operative Bank Ltd Ahmedabad Kalyan Janata Sahakari Bank Ltd Kalyan Kapol Cooperative Bank Ltd Mumbai Karad Urban Co-operative Bank Ltd Karad Madhavapura Mercantile Co-operative Bank Ltd Ahmedabad Mahanagar Co-operative Bank Ltd Mumbai Mapusa Urban Co-operative Bank of Goa Ltd Mapusa Mehsana Urban Co-operative Bank Ltd Mehsana N K G S B Co-operative Bank Ltd Mumbai Nagar Urban Co-operative Bank Ltd Ahmednagar Nagpur Nagrik Sahakari Bank Ltd Nagpur New India Co-operative Bank Ltd Mumbai Nutan Nagrik Sahakari Bank Ltd Ahmedabad Parsik Janata Sahakari Bank Ltd Thane Pravara Sahakari Bank Ltd Loni Punjab amp Maharashtra Co-operative Bank Ltd Mumbai Rajkot Nagrik Sahakari Bank Ltd Rajkot Rupee Co-operative Bank Ltd Pune Sangli Urban Co-operative Bank Ltd Sangli Saraswat Co-operative Bank Ltd Mumbai Sardar Bhiladwala Pardi Peoples Co-operative Bank Ltd Killa Pardi Shikshak Sahakari Bank Ltd Nagpur Solapur Janata Sahakari Bank Ltd Solapur Surat Peoples Co-operative Bank Ltd Surat Thane Bharat Sahakari Bank Ltd Thane Thane Janata Sahakari Bank Ltd Thane The Akola Urban Co-operative Bank Ltd Akola The Cosmos Co-operative Bank Ltd Pune The Goa Urban Co-operative Bank Ltd Panaji The Khamgaon Urban Co-operative Bank Ltd Khamgaon The Nasik Merchants Co-operative Bank Ltd Nasik The Shamrao Vithal Co-operative Bank Ltd Mumbai The Zoroastrian Co-operative Bank Ltd Mumbai Vasavi Co-operative Urban Bank Limited Hyderabad

SBI AND ASSOCIATES State Bank of India State Bank of Bikaner amp Jaipur State Bank of Hyderabad State Bank of Indore State Bank of Mysore State Bank of Patiala State Bank of Saurashtra State Bank of Travancore

NATIONALISED BANKS

Allahabad Bank Andhra Bank Bank of Baroda Bank of India Bank of Maharashtra Canara Bank Central Bank of India Corporation Bank Dena Bank Indian Bank Indian Overseas Bank Oriental Bank of Commerce Punjab National Bank Punjab and Sind Bank Syndicate Bank UCO Bank Union Bank of India United Bank of India Vijaya Bank

OTHER PUBLIC SECTOR BANKS

Industrial Development Bank of India Ltd

PRIVATE SECTOR BANKS Bank of Rajasthan Ltd Catholic Syrian Bank Ltd City Union Bank Ltd Development Credit Bank Ltd Dhanalakshmi Bank Ltd Federal Bank Ltd HDFC Bank Ltd ICICI Bank Ltd IndusInd Bank Ltd ING Vysya Bank Ltd Jammu and Kashmir Bank Ltd Karnataka Bank Ltd Karur Vysya Bank Ltd Kotak Mahindra Bank Ltd Lakshmi Vilas Bank Ltd Nainital Bank Ltd Ratnakar Bank Ltd SBI Commercial International Bank Ltd South Indian Bank Ltd Tamilnad Mercantile Bank Ltd Axis Bank Ltd Yes Bank Ltd

FOREIGN BANKS ABN Amro Bank NV Abu Dhabi Commercial Bank Ltd American Express Banking Corporation Antwerp Diamond Bank NV Arab Bangladesh Bank Bank International Indonesia Bank of America Bank of Bahrain and Kuwait BSC Bank of Ceylon Bank of Nova Scotia Bank of Tokyo ndash Mitsubishi Ltd Barclays Bank Plc BNP Paribas China Trust Commercial Bank Shinhan Bank Citi Bank NA Calyon Bank Deutsche Bank DBS Bank Ltd The Hongkong and Shanghai Banking Corporation Ltd JP Morgan Chase Bank NA Krung Thai Bank Public Company Ltd Mashreq Bank psc Mizuho Corporate Bank Ltd Oman International Bank SAOG Societe Generale Sonali Bank Standard Chartered Bank State Bank of Mauritius Ltd

GRAMIN BANKS Andhra Pradesh Grameen Vikas Bank Warangal (Andhra Pradesh) Andhra Pragathi Grameena Bank Kadapa (Andhra Pradesh) Aryavart Gramin Bank Lucknow (Uttar Pradesh) Arunachal Pradesh Rural Bank Naharlagun (Arunachal Pradesh) Assam Gramin Vikas Bank Guwahati (Assam) Baitarani Gramya Bank Baripada (Orissa) Ballia Kshetriya Gramin Bank Ballia (Uttar Pradesh) Bangiya Gramin Vikash Bank Berhampore (West Bengal) Baroda Gujarat Gramin Bank Bharuch (Gujarat) Baroda Rajasthan Gramin Bank Ajmer (Rajasthan) Baroda Uttar Pradesh Gramin Bank Rae Bareli (Uttar Pradesh) Bihar Kshetriya Gramin Bank Monghyr (Bihar) Cauvery Kalpatharu Grameena Bank Mysore (Karnataka) Chaitanya Godavari Grameena Bank (Andhra Pradesh) Chhattisgarh Gramin Bank Raipur (Chhattisgarh) Chikmagalur-Kodaga Grameena Bank Chikmagalur (Karnataka) Deccan Grameena Bank Dilsukhnagar (Hyderabad) Dena Gujarat Gramin Bank Gandhinagar (Gujarat) Durg-Rajnandgaon Gramin Bank Rajnandgaon (Chhattisgarh) Ellaquai Dehati Bank Srinagar (Jammu and Kashmir) Etawah Kshetriya Gramin Bank Etawah (Uttar Pradesh) Faridkot Bhatinda Kshetriya Gramin Bank Bhatinda (Punjab) Gurgaon Gramin Bank Gurgaon (Haryana) Hadoti Kshetriya Gramin Bank Kota (Rajasthan) Haryana Gramin Bank Rohtak (Haryana) Himachal Gramin Bank Mandi (Himachal Pradesh) Jaipur Thar Gramin Bank Jaipur (Rajasthan) Jammu Rural Bank Jammu Jhabua-Dhar Kshetriya Gramin Bank Jhabua (Madhya Pradesh) Jharkhand Gramin Bank Ranchi (Jharkhand) Kalinga Gramya Bank Cuttack (Orissa) Kamraz Rural Bank Sopore (Jammu and Kashmir) Karnatka Vikas Gramin Bank Dharwad (Karnataka) Kashi Gomti Samyut Gramin Bank Varanasi (Uttar Pradesh) Khasi J Bank Shillong (Meghalaya) Krishna Grameena Bank Gulbarga (Karnataka) Kshetriya Kisan Gramin Bank Mainpuri (Uttar Pradesh) Langpi Dehangi Rural Bank Dhiphu (Assam) Lucknow Kshetriya Gramin Bank Sitapur (Uttar Pradesh) Madhya Bharath Gramin Bank Sagar (Madhya Pradesh) Madhya Bihar Gramin Bank Patna (Bihar) Mahakaushal Kshetriya Gramin Bank Jabalpur (Madhya Pradesh) Maharashtra Godavari Gramin Bank (Maharashtra) Malwa Gramin Bank Sangrur (Punjab) Marwar Ganganagar Bikaner Gramin Bank Pali (Rajasthan) Manipur Rural Bank Imphal (Manipur) Marathwada Gramin Bank Nanded (Maharashtra) Mewar Aanchalik Gramin Bank Udaipur (Rajasthan) Mizoram Rural Bank Aizawl (Mizoram) Nagaland Rural Bank Kohima (Nagaland) Nainital Almora Kshetriya Gramin Bank Nainital (Uttaranchal) Narmada Malwa Gramin Bank Indore (Madhya Pradesh) Neelachal Gramya Bank (Orissa) North Malabar Gramin Bank Kannur (Kerala) Pallavan Grama Bank Salem (Tamil Nadu)

Pandyan Grama Bank Virudhunagar (Tamil Nadu) Paschim Banga Gramin Bank Howrah (West Bengal) Parvatiya Gramin Bank Chamba (Himachal Pradesh) Pragathi Gramin Bank Bellary (Karnataka) Prathama Bank Moradabad (Uttar Pradesh) Puduvai Bharthiar Grama Bank (Pondicherry) Punjab Gramin Bank Kapurthala (Punjab) Purvanchal Gramin Bank Gorakhpur (Uttar Pradesh) Rajasthan Gramin Bank Alwar (Rajasthan) Ratnagiri Sindhudurg Gramin Bank Ratnagiri (Maharashtra) Rewa-Sidhi Gramin Bank Rewa (Madhya Pradesh) Rushikulya Gramya Bank Berhampur (Orissa) Samastipur Kshetriya Gramin Bank Samastipur (Bihar) Saptagiri Grameena Bank Chitoor (Andhra Pradesh) Sarva UP Gramin Bank (Uttar Pradesh) Satpura Narmada Kshetriya Gramin Bank Chhindwara (Madhya Pradesh) Saurashtra Gramin Bank Rajkot (Gujarat) Sharda Gramin Bank Satna (MP) Shreyas Gramin Bank Aligarh (Uttar Pradesh) Solapur Gramin Bank Solapur (Maharashtra) South Malabar Gramin Bank (Kerala) Surguja Kshetriya Gramin Bank Ambikapur (Chhattisgarh) Tripura Gramin Bank Agartala (Tripura) Triveni Kshetriya Gramin Bank Orai (Uttar Pradesh) Utkal Gramya Bank Bolangir (Orissa) Uttaranchal Gramin Bank Dehradun (Uttaranchal) Uttar Banga Kshetriya Gramin Bank Cooch-Behar (West Bengal) Uttar Bihar Kshetriya Gramin Bank Muzaffarpur (Bihar) Vananchal Gramin Bank Dhumka (Jharkhand) Vidharbha Kshetriya Gramin Bank Akola (Maharashtra) Vidisha-Bhopal Kshetriya Gramin Bank Vidisha (Masdhya Pradesh) Visveshwaraya Grameen Bank Mandya (Karnataka) Wainganga Kshetriya Gramin Bank Chandrapur (Maharashtra)

  • 101910JPG
  • 101934JPG
  • 101945JPG
  • 101956JPG
  • 102006JPG
  • NIQpdf
  • PQR2pdf
  • BOQ Audio-Videopdf
  • Technical Specificationspdf
  • ITB3pdf
  • GCC6pdf
  • Listofscheduledbankpdf
    • PRE QUALIFICATION CRITERIA

      PPR-NJHPS-1163 (OampM)2014

      Qualifying requirement for ldquoSupply Installation amp Testing of AudioVideo Equipments for Conference Room of New Office Building of NJHPS SJVN Ltd Jhakrirdquo

      (A) Proven Experience

      10 The bidder should be a regular contractor for ldquoSupply Installation amp Testing of AudioVideo Equipmentsrdquo The bidder must submit the supporting documents (LOAs work orders agreements for the similar work along with the satisfactory completion certificate) to this effect from their clients In the case LOAs work orders agreements are from the private company (ies) firm (s) then copy (ies) of TDS for the same are also need to be submitted along with the satisfactory completion certificate

      20 The bidder should have completed such type of job in the past

      (B) Financial Requirement

      10 Financial Requirement The Bidder must have an average annual financial turn over of ` 1097615 (Rupees Ten Lacs Ninety Seven Thousand Six Hundred Fifteen only) during last three years ending 31st March of previous financial year

      20 The Bidder should have successfully completed the similar work as per any of the following criteria during last 7 years ending last day of month previous to one in which applications are invited

      (a) The Bidder should have carried out the 3 similar works valuing not less than ` 14 63487- (Rupees Fourteen Lacs Sixty Three Thousand Four Hundred Eighty Seven only) each

      Or

      (b) 2 similar completed works valuing not less than ` 18 29359- (Rupees Eighteen Lacs Twenty Nine Thousand Three Hundred Fifty Nine only) each

      Or

      (c) 1 similar completed work valuing not less than ` 29 26974- (Rupees Twenty Nine Lacs Twenty Six Thousand Nine Hundred Seventy Four only)

      Note Similar work means work related to Supply Installation amp Testing of AudioVideo Equipments

      The bidder must submit the supporting documents (LOAs work orders agreements for the similar work along with the satisfactory completion certificate) to this effect from their clients In the case LOAs work orders agreements are from the private company (ies) firm (s) then copy (ies) of TDS for the same are also need to be submitted along with the satisfactory completion certificate

      (C) General Conditions of Prequalification

      1 Bidder must furnish Code number photocopies for PAN Sales tax VATTIN amp Service Tax (If applicable) etc

      2 SJVN Ltd reserves the right to cancel withdraw the invitation for bid without assigning any reason and shall bear no liability whatsoever consequent upon such a decision

      3 Notwithstanding anything stated above SJVN Ltd reserves the right to assess the Bidderrsquos capability and capacity to perform the contract satisfactorily should the circumstances warrant such assessment in the overall interest of SJVN Ltd

      4 Price bid of only those bidders shall be opened who qualify based on the specified qualifying requirements after Scrutiny of details documents furnished by them and found to be techno- commercial responsive

      SJVN Ltd

      Annexure-I

      Under Taking From Bidder

      Bidderrsquos Name amp Address

      11 We are qualified under clause (A) amp (C) of the qualifying requirements (any qualifying requirements which bidder does not meet shall be mentioned in the separate sheet)

      12 We are regular contractor for Supply Installation amp Testing of AudioVideo Equipments

      13 We confirm having carried out following contracts for similar nature of job related to Supply Installation amp Testing of AudioVideo Equipments

      Name and Address of Client

      Details of work executed

      Order No amp Date

      Date of Completion

      Order Value

      Copy of order Enclosed

      These details are to be furnished in Schedule-5 of Techno commercial part of the bid

Page 8: PPR-NJHPS-1163 NOTICE INVITING TENDER (Domestic ...sjvn.nic.in/writereaddata/Portal/Tender/179_1/1_Tender_Doc1163.pdf · certificate) to this effect from their clients. In the case

Page 3 of 11 ITB- PPR-1163- AudioVideo System)

80 The Bidder is expected to examine all instruction forms terms specifications and other information in the bidding documents Failure to furnish all information required by the bidding documents or submission of a bid not substantially responsive to the bidding documents in every respect will be at the Bidders risk and may result in rejection of its bid

90 Amendment of Bidding Documents

91 At any time prior to the deadline for submission of bids the Owner may for any reason whether at its own initiative or in response to a clarification requested by a prospective Bidder amend the bidding documents

92 The amendment will be notified in writing or by cable or through website (on httpssjvnabcprocurecom) to all prospective Bidders that have received the bidding documents and will be binding on them Bidders are required to immediately acknowledge receipt of any such amendment and it will be assumed that the information contained therein has been taken into account by the Bidder in its bid

93 In order to afford prospective Bidders reasonable time in which to take the amendment into account in preparing their bid the Owner may at its discretion extend the deadline for the submission of bids

94 After publishing of on web any amendment corrigendum shall be uploaded on web The bidders who have not informed us about the download would be required to regularly visit our website for updating themselves about any amendments which may arise from time to time It will be assumed that all the information containedupdated in the website has been taken into account by the Bidder in its bid

100 Language of Bid

The bid prepared by the Bidder and all correspondence and documents related to the bid exchanged by the Bidder and the Owner shall be written in English language Any printed literature furnished by the bidder may also be written in English language

110 Bid Security Earnest Money deposit (EMD)

a) The offer must be accompanied with an Earnest money of ` 74000- (Rupees Seventy Four Thousand Eight Hundred Only) The bid security shall at the Bidders option be in the form of a crossed demand draftpay order Banker Cheque (drawn in favour of NJHPS SJVN Ltd) FDRTDR (Pledged in the name of ldquoNJHPS SJVN Ltdrdquo under the seal amp by the authorized signatory of issuing bank) Bid Security shall remain valid for a period of thirty (30) days beyond the original bid validity period and beyond any extension subsequently requested The DD should be payable at following branches

(i) State Bank of India Jhakri Branch Code - 6988(ii) State Bank of India Rampur Bushahar Branch code - 0703(iii) Punjab National Bank Rampur Bushahar Branch code - 94300(iv) UCO Bank Rampur Bushahar Branch code - 1543(v) HDFC Bank Rampur Bushahar Branch code - 805

Remarks - The EMD in the form of BG outstation local Cheque outstation DDs by hand written DDs is not acceptable

Page 4 of 11 ITB- PPR-1163- AudioVideo System)

b) EMD of the bidder shall be forfeited if the bidder withdraws or amends its bids or impairs or derogates form the bid in any respect with in the period of validity of the bid The EMD of the successful bidder shall be retained as contract security until such period the contractor furnishes the required CPG or until supply the complete material If the contractor fails to fulfill his obligations the EMD retained as contract security shall be forfeited

c) Micro or Small Enterprises (MSE)NSIC registered firms are exempted from submission of EMD and must enclose (Upload scanned copy of the MSENSIC certificate) for the same products as in NIQ above If the MSENSIC certificate does not contain the same products and services as listed in our NIQ and no EMD is found enclosed the owner may ask the bidder to submit the EMD as above The copy of MSE NSIC certificate is to be sent by e-mailfaxpost with reference to the present tender

d) UPLOADING OF EMD The scanned copy of the EMD is to be uploaded on the website The bid is to be submitted through e-tendering and hence the EMD is to be sent to the undersigned by post after submitting the bid along with required details through e-procurement on the web The EMD in physical form should reach before the last date and time of submission of bid If EMD does not reach in physical form within the period of techno commercial evaluation the bid shall be considered as non responsive and price bid of such firms shall not be opened

120 Deviations

Deviations if any from the terms and conditions of Bidding Documents or Technical Specifications including drawings shall be listed only in Deviation Schedule of the bid ieSchedule-2 ldquoSchedule of Deviationsrdquo The Bidder shall also provide the additional price if any for withdrawal of the deviations

Bidder may further note that except for deviations listed in Deviation Schedule the bid shall be deemed to comply with all the requirement in the bidding documents and the bidders shall be required to comply with all such requirements of bidding documents and technical specifications and drawings without any extra cost to the Owner irrespective of any mention to the contrary anywhere else in the bid failing which the bid security of the Bidder may be forfeitedThe owner has complete right to evaluate the deviations without prejudice After evaluation the deviations may or may not be agreed by the owner The bidder shall be intimated in writing accordingly

130 Work Completion Schedule

The basic consideration and the essence of the Contract shall be the strict adherence to the Work Completion Schedule Entire scope of work should be completed within 90 days from the issue of Supply Order

140 Price Adjustment Data

Not applicable being FIRM Price Contract

150 Bid Prices Unless otherwise specified in the Technical Specifications Bidders shall quote

for the entire supply on a single responsibility basis such that the total bidprice covers all the suppliers obligations mentioned in or to be reasonably inferred from the bidding documents

Page 5 of 11 ITB- PPR-1163- AudioVideo System)

Bidders are required to quote the price for the commercial contractual and technical obligations outlined in the bidding documents

Bidders shall give the required details and breakup of their prices as per Schedules specified

The Prices quoted by the Bidder shall be FIRM during the performance of the contract and not subject to variation on any account A bid submitted with an adjustable price quotation will be treated as non-responsive and rejected

160 Bid Currencies

Bidders shall quote all prices in Indian Rupees only

170 Period of Validity of Bid

Bids shall remain valid for a period of 120 days after the closing date prescribed by the Owner for the receipt of bids A bid valid for a shorter period shall be rejected by the Owner as being non-responsive

In exceptional circumstances the Owner may solicit the Bidderrsquos consent to an extension of the bid validity period The request and responses thereto shall be made in writing or by cablefax If a Bidder accepts to prolong the period of validity the bid security shall also be suitably extended A Bidder may refuse the request without forfeiting its bid security A Bidder granting the request will not be required nor permitted to modify its bid

180 BID PROPOSAL SHEETS (BPS)

The Bidder shall furnish complete all the appropriate Schedules data required as per the bidding documents at httpssjvnabcprocurecom

190 FORMAT AND SIGNING OF BID

The Bid must contain the name residence and place of business of the person or persons making the Bid and must be digitally signed The name of all persons signing should also be mentioned at appropriate place

Bid by Corporation Company must be digitally signed with the legal name of the Corporation Company by the President Managing Director or by the Secretary or other person or persons authorized to bid on behalf of such Corporation Company in the matter

Bidders name stated on the proposal shall be the exact legal name of the firm

All the requisite documents shall be scanned amp uploaded along with bid The hard copy of the documents shall also be posted as per details given in clause 320 so as to reach on or before the last date and time of submission of bid

If situation so warrants SJVN LTD NJHPS may ask the bidders to produce original documents which were submitted as scanned copies along with bid for verification

Page 6 of 11 ITB- PPR-1163- AudioVideo System)

200 Submission of Bids

The bids will be submitted electronically at designated places in various schedules The complete bid document along with the schedules can be downloaded by the bidder through httpssjvnabcprocurecom only after registration as explained in ldquoVendor Registration Procedure amp Submission amp Filling of Bidsrdquo The bid is to be filled only in the in the schedules available on the web The price schedules cannot be downloaded as they are to be filled online however techno-commercial schedules and Bid Proposal Sheet etc are to be downloaded first and are to be uploaded again after filling the same The bid is called under 02 parts as under-

A Bid Proposal Sheet (BPS) Price Bid Part which consists of the followings schedules-

(i) Schedule-1 Page 1 of 2 ldquoSchedule of Pricesrdquo(ii) Schedule-1 Page 2 of 2 ldquoSchedule of Taxes amp Dutiesrdquo

Remarks-All above schedule are available in single excel sheet ldquoBPS Price Schedulesrdquo The bidders have to fill the required information in the colored boxes only

The prevailing rate of taxes amp duties is to be clearly mentioned in the ldquoSchedule of Taxes amp Dutiesrdquo In case nothing is mentioned or mentioned ldquoNILrdquo then it shall be presumed that the rates quoted are inclusive of taxes and duties or as else the taxes amp duties are not applicable The taxes amp duties shall be paid as per applicable rate at the time of execution of work Any increase in taxes amp duties new introduction of new taxes amp duties levy by the Govt shall be paid by SJVN Ltd provided that such increase in taxes amp duties new introduction of new taxes amp duties levy by the Govt is made with in schedule work completion period as per LOA otherwise same shall be paid by the bidders The following may be considering by the bidders-

a The entry tax for the entry of goods in Himachal Pradesh shall be paid by SJVN directly to concerned authorities During bid evaluation the bid of the bidders quoting outside from HP shall be loaded at the applicable rate of the Entry Tax

b CSTVAT No ldquoCrdquo Form will be issued by SJVN Ltd for this tender thus Sale tax has to be quoted for accordingly by the bidder

c Any other deduction like TDS ldquoWCTrdquo (As per applicable rate in HP) if applicable as per the Govt laws shall be made from your payment and statement for the same shall be provided by SJVN for the same

d The successful bidder in his own interest shall have to register himselffirmcompany under the HP VAT Act-2005 with the Excise amp taxation Deptt Himachal Pradesh WCT on the material portion of the contract shall be deducted as applicable

BBid Proposal Sheet Techno-commercial Bid Part which consists of the followings-

All documents as required CSTVATTIN No PAN etc and any other documents as required asked in the tender are to be uploaded submitted along with the bid These documents are to be uploaded along with the General Documents

Page 7 of 11 ITB- PPR-1163- AudioVideo System)

Bid Security Earnest Money deposit (EMD)Copy of NSICSSI certificate as per sr no 110 above

Cost of Tender Document (If any)copy of NSICSSI certificate as per sr no 210 above

Undertaking as per sr no 330 below

The Bid Proposal Sheet (BPS) techno-commercial schedules to be filled are as under-

(i) Schedule-2 Page 1 of 1 ldquoSchedule of Deviationsrdquo(ii) Schedule-3 Page 1 of 1 ldquoSchedule for Contact Details amp Bank

Account Detailsrdquo(iii) Schedule-4 Page 1 of 1 ldquoSchedule of make offeredrdquo(iv) Schedule-5 Page 1 of 1 ldquoSchedule for Minimum Qualifying

Requirementsrdquo

Remarks-All above schedule are available in single excel sheet ldquoBPS Techno commercial Schedulesrdquo The bidders have to fill the required information in the colored boxes only

The Techno-Commercial Bid part will be opened electronically as per schedule time and date as indicated in the bid documents in the Oo Dy General Manager (PampC) NJHPS SJVN Ltd Jhakri Distt Shimla (HP) ndash 172 201

The Price Part will be opened electronically at same place only for those bidders whose techno-commercial part is found to be techno-commercially acceptable and only such bidders will be intimated subsequently either telephonically or through Fax Courier about the time and date of price bid opening

The Owner further reserves the right to reject any Bid which is not submitted according to the instructions stipulated above

After submission of the bid through e-tendering an acknowledgment slip is automatically generated and same is to be send by fax poste-mail as per clause 320 as a proof for bid submission through e-tendering

210 Cost of Tender Documents The cost of tender document is Rs 1000- (One Thousand Only) in the shape of Demand Draft in favour of owner (NJHPS SJVN Ltd Jhakri) payable banks as mentioned at sr no 112 above and the bidder must submit the same in envelope which should be reached preferably before last date and time of submission of bid ie 1230 Hrs of 03092014 The scanned copy of the cost of bid document (DD) shall be uploaded in the designated place The NSICMSE registered firms are exempted from the submission of the cost of tender documents

220 Late BidsNo bid shall be received after last date and time of bid submission

Page 8 of 11 ITB- PPR-1163- AudioVideo System)

230 Withdrawal of Bids

No bid may be withdrawn in the interval between the bid submission deadline and the expiration of the bid validity period specified in Bid documents Withdrawal of a bid during this interval may result in the Bidders forfeiture of its bid security EMD

240 Bid Opening and Evaluation

The Owner will open all bids electronically in the presence of bidders representatives who choose to attend the opening at the time on the date and at the place specified in the NIT NIQ Bidders representatives shall sign a register as proof of their attendance In the event of the specified date for the opening of bids being declared a holidaynetwork problem for the Owner the bids will be opened at the appointed time on the next working day

Bids will be evaluated for the complete scope of the supply on single responsibility basis and FOR Jhakri basis During bid evaluation the bid of the bidders quoting outside from HP shall be loaded at the applicable rate of the Entry Tax

No price preference shall be given to any bidder during the bid evaluation

No Mobile Phone will be permitted inside the bid opening room Therefore bidders should deposit Mobile Phones with Security gate at Reception

SJVN liability towards service tax shall also be considered as per service tax notification No 302012 dated 20062012 during bid evaluation

Cost loading will be carried out for the deviations taken by the bidder to determine the lowest evaluated Bid which will be considered for acceptance

The items for which bidder does not quote his price ie leaves the rate amount column blank or simply puts a (-) mark or () mark or indicates lsquoNILrsquo lsquoNArsquo or as applicable no cost shall be considered for bid evaluation for these items and for the purpose of award the value of such item shall be deemed to have been included in other quoted items If the bidder does not agree to this consideration his bid will be rejected and the bid guarantee may be forfeited

250 Clarification of Bids

During bid evaluation the Owner may at its discretion ask the Bidder for a clarification of its bid The request for clarification and the response shall be in writing and no change in the price or substance of the bid shall be sought offered or permitted

260 Correction of Errors (Applicable to extent possible)

A The errors discrepancies in respect of the specified amount in Bid Proposal Sheets for an individual item andor sub-item andor in the sub-total of a schedule andor in the Grand total of a schedule andor in the lump sum price of the package either due to discrepancy between figures and words andor simple arithmetical error while adding andor multiplying and or due to wrong extension of unit rates etc the error will be rectified and computed by SJVN as per the following method

Page 9 of 11 ITB- PPR-1163- AudioVideo System)

(i) In case of discrepancy between figure and words the value specified in the words will be considered for computation

(ii) Firstly the unit rates in words will be considered for computation

(iii) In case unit rates are not indicated in words then unit rates indicated in figure will be considered and will be used for deriving the amount from the quantities specified in the bid documents

(iv) In case error is due to wrong extension of quantities the quantities as specified in the bid documents will be considered and multiplied by the quoted unit rates to obtain the amount The amounts will be computed as per the extension of amount on the basis of unit rates of individual item sub-item sub-total of a schedule grand total of a schedule and lump sum price of the package based on the above consideration

B After computation of the amounts as above the values as computed shall be considered for evaluation as well as for award If the bidder does not accept the above consideration his bid will be rejected and the Bid Security EMD may be forfeited

C The Owners determination of a bids responsiveness is to be based on the contents of the bid itself 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 non-conformity

270 Influencing the Owner

No Bidder shall contact the Owner on any matter relating to its bid from the time of the opening of bids to the time the contract is awarded

Any effort by a Bidder to influence the Owner in the Ownerrsquos bid evaluation bid comparison or contract award decisions may result in rejection of the Bidderrsquos bid

280 Award of Contract

The Owner will award the contract to the successful Bidder whose bid has been determined to be substantially responsive and to be the lowest evaluated bid further provided that the bidder is determined to be qualified to perform the contract satisfactorily

The owner may request the Bidder to withdraw any of the deviations listed in Deviation Schedule of the winning bid at the price shown for the deviation in Deviation schedule In case the Bidder does not withdraw the deviations proposed by him if any at the cost of withdrawal stated in the bid his bid will be rejected and bid security forfeited

Bidders would be required to comply with all other requirement of the Bidding Documents except for those deviations in Deviation Schedule which are accepted by the Owner failing which the bid security of the Bidder may be forfeited

Award will be placed for total quantity on L1 basis for substantially responsive bid on single responsibility basis for entire scope of supply

Page 10 of 11 ITB- PPR-1163- AudioVideo System)

290 Owners Right to Accept Any Bid and to Reject Any Bids

The Owner reserves the right to accept or reject any bid and to annul the bidding process and reject all bids at any time prior to award of contract without thereby incurring any liability to the affected Bidder or bidders or any obligation to inform the affected Bidder or bidders of the grounds for the Owners action

300 Notification of Award

Prior to the expiration of the period of bid validity the Owner will notify the successful Bidder in writing by registered letter or by cable to be confirmed in writing by registered letter that its bid has been accepted The notification of award will constitute the formation of the contract

Upon the successful Bidders furnishing of the performance security the Owner will promptly notify each unsuccessful Bidder and will discharge its bid security

310 Corrupt or Fraudulent Practices

A The Owner requires that Bidders to observe the highest standard of ethics during the procurement and execution of the Contract In pursuance of this policy the Owner

(a) defines for the purposes of this provision the terms set forth below as follows

(i) corrupt practice means the offering giving receiving or soliciting of any thing of value to influence the action of a public official in the procurement process or in contract execution and

(ii) fraudulent practice means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Owner and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Owner of the benefits of free and open competition

(b) will reject a proposal for award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question

(c) will declare a firm ineligible either indefinitely or for a stated period of time to be awarded a contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for or in executing a contract of the Owner

B Furthermore Bidders shall be aware of the provision stated in the General Conditions of Contract

320 Submission of documents by post

The following documents in hard copyoriginal form sealed in envelop super scribed as ldquoSupply Installation amp Testing of AudioVideo Equipments for

Page 11 of 11 ITB- PPR-1163- AudioVideo System)

Conference Room Of New Office Building Of NJHPS SJVN Ltd Jhakri -(PPR-1163 (OampM)2014)rdquoare to be sent through post-

(i) Earnest Money Deposit (In original)copy of MSE certificate as per clause no 110

(ii) Cost of tender document (In Original) copy of MSE certificate as per clause no 210

(iii) Undertaking form duly signed by the bidder shall be uploaded along with the bid the details of which are as per clause 330

(iv) Copy of TIN No

The scanned copies of above documents are to be uploaded on the web and must reach preferably 03092014 1230 HRS

Any documents as asked or required are to be sent to the following address-Dy General Manager (GM) Procurement and Contract DepartmentNJHPS SJVN LTD JhakriDistt Shimla (HP)-172201

Phone No 01782-275236Fax No 01782-234049 275106E-mail sksood_2000yahoocoin

Any documents as asked or required like scanned copies of EMD amp Cost of tender document (if any) copy of previous orders dealership certificate etc are to be uploaded at the link ldquoGeneral Documentsrdquo at httpssjvnabcprocurecom

330 Undertaking

331 I have read carefully all the bidding documents and agreed to the conditions exceptfor deviation taken clause wise in deviation schedule

332 I have not changed the contents of the bidding documents

333 Scanned copy of documents uploaded along with the bid is true to the best of my knowledge

334 We have quoted for all the items If after opening of price bid it is found that wehave not quoted for all items then our bid shall not be considered for price bid evaluation

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 1 of 7

GENERAL CONDITIONS OF CONTRACT (GCC)

10 Definitions

In this Contract the following terms shall be interpreted as indicated

(a) The Contract means the Contract Agreement entered between the Owner and the Contractor as recorded in the Contract Form signed by the parties including all attachments and appendices thereto and all documents incorporated by reference therein

(b) The Contract Price means the price payable to the Contractor under the Contract for the full and proper performance of its contractualobligations

(c) The Services means all those services necessary for the Supply Installation amp Testing of AudioVideo Equipments under this contractand any other incidental services etc and other such obligations of the Contractor covered under the Contract

(d) The Owner means the SJVN Limited

(e) The Contractor means the individual or firm The Contractor means the individual or firm carrying out the work under this Contract

(f) Corrupt Practice means the offering giving receiving or soliciting ofany thing of value to influence the action of a public official in the procurement process or in contract execution

(g) Fraudulent Practice means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Owner and includes collusive practice among Bidders (prior to or after Bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Owner of the benefits of free and open competition

20 CONTRACT PERFORMANCE SECURITY (CPS)

21 Within thirty (30) days of receipt of the notification of Contract award you shall furnish to the Owner an unconditional performance security for ten percent (10) of the Contract Price with validity up to sixty (60) days after warrantee period (Refer Clause 50 below)

22 The proceeds of the performance security shall be payable to the Owner as compensation for any loss resulting from the Contractors failure to complete its obligations under the Warranty and ContractSupport period

23 The performance security shall be denominated in the currency of the Contract and shall be in the form of Bank Guarantee (As per format enclosed) preferably issued by a nationalized Bank scheduled bank (As per the list enclosed) acceptable to the Owner or in the form of FDR or TDR (pledged in the favour of the owner)

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 2 of 7

24 The performance security will be discharged by the Owner and returned to the Contractor not later than sixty (60) days after expiry of Warranty and ContractSupport period

25 NSIC MSE registered firms are not exempted from the submission of the CPG

26 The interest 155 shall be charged on delay period for breach in timely submission of CPGInitial Security Deposit without prejudice to right of SJVN to other remedies available under the contract

30 PACKING AND FORWARDING 31 The bidder shall provide such packing to the goods as is required to prevent

damage or deterioration during transit to their final destination at Jhakri

40 INSURANCEThe goods to be supplied under the scope of the work shall be insured for all risks by the contractor till it is delivered installed amp commissioned at NJHPS SJVN Ltd Jhakri

50 GUARANTEWARRANTY

The material under the scope of this contract will be warranted against any manufacturing defects poor workmanship and the consumablematerial used for maximum of 12 months from the date of successful installation amp commissioning In case of any problem within the warranty period due to manufacturing defects their performance poor workmanship and the consumablematerial used arises the same will be rectifiedreplaced free of cost at site by the supplier within fortnight of such notification by the EIC as necessary

60 FORCE MEAJEURE

61 The firm shall not be liable for loss or damage to SJVN resulting from any delays or failure to make shipment to Nathpa site within schedule time for all or any part of the item due to the act of God war declared or undeclared acts of public enemy riots civil commotion invasion insurrection sabotage acts of restraint of Government federal state or municipal action or regulation fire flood hurricanes accidents epidemic quarantine restrictions or any failure on the part of the Owner or his representative to approve or comments on drawings or other causes contingencies or circumstances not subject to their control whether of a similar or dissimilar nature which prevents the Contractor from completion of work Any such cause or delays even though not existing on the date of the contract on or the date of start of reclaiming shall extend the time of performance automatically by length of delays occasioned thereby including delay reasonably incidental to the resumption of normal reclamation work even though such case may occur after performance of firmrsquos obligation has been delayed for the other causes

62 If a Force Majeure situation arises the Contractor shall promptly notify the Owner in writing of such condition and the cause thereof Unless otherwise directed by the Owner in writing the Contractor shall continue to perform its obligations under the Contract as far as is reasonably practical and shall seek

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 3 of 7

all reasonable alternative means for performance not prevented by the Force Majeure event

70 PAYMENT TERMS The payment to the bidder will be made as under after submission of all the required documents acceptable to SJVN Ltd-

A The Seventy percent (70) payment (including 100 taxes amp duties) shall bemade within 30 days after receipt of the material at NJHPS SJVN Ltd Jhakriand on submission of followings documents to consignee

(i) Bills in triplicate(ii) Photocopy of unconditional acceptance of Letter of Award(iii) Inspection Report issued by the EIC or his representative (The

inspection of supplied material shall be carried out at store NJHPS Jhakri

(iv) Copy of CPG as per clause no 20(v) Copy of TIN No

B Balance thirty percent (30) payment shall be made within 30 days after completion of work and on submission of followings documents in bound folder to the consignee-

(i) Bills in triplicate(ii) GuaranteeWarranty Certificate(iii) Completion certificate issued by EIC that the material has been

successfully installed amp commissioned(iv) Documents asked as per clause 12 of General Technical Terms ans

ConditionsC The payment shall be released through electronic fund transfer and hence you

are requested to give your bank account detail along with IFSCRTGS code of your bank branch The required detail is to be filled in ldquoSchedule-3-Bank Account Detailrdquo Bank charges if any shall be borne by you The details to be submitted in the schedule as enclosed

DAs per SJVN Ltd policy no advance payment can be given

E The service tax shall be paid by the SJVN bidder as per service tax notification no 302012 dated 20062012 The service tax is to mentioned separately in price schedules amp same shall be reimbursed on submission of following information along with the bills-

(I) Name Address amp Contact Details (Tel no etc) of the Service Provider (II) Service Tax Number of the Service Provider(III) PAN of the Service Provider(IV) Service Tax Invoice Number(V) Gross amount of services(VI) Service Tax amount

80 WORK COMPLETION SCHEDULEThe basic consideration and the essence of the Contract shall be the strict adherence to the Work Completion Schedule Entire scope of work should be completed within 90 days from the issue of Supply Order

90 LIQUIDATED DAMAGES

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 4 of 7

91 If the Supplier fails to complete the work within the period(s) specified in the Contract the Owner shall without prejudice to its other remedies under the Contract deduct from the Contract Price as Liquidated Damages as specified here in below

92 The Liquidated Damage for delay in completion of work(Supply Installation amp Commissioning) beyond the maximum completion schedule as stipulated at clause 80 above shall be frac12 (Half percent) per week or part thereof of the total contract value The total amount of Liquidated Damages for delay under the Contract will be subject to a maximum of five percent (5) of the total Contract price

93 Amount of Liquidated Damage shall be payable by the Supplier whenever demanded by the Owner and or Owner can recover the amount of liquidated Damages (to the extent leviable at any time) from the amount payable to the Supplier available with Owner under this Contract

94 Supplierrsquos obligations and the Ownerrsquos remedies in respect of delay are solely and exclusively as stated in this Liquidated Damages clause subject to provisions of Clause 120 and consequence thereof

100 TERMINATION OF CONTRACT ON CONTRACTORS DEFAULTThe Owner without prejudice to any other remedy for breach of Contract by written notice of default sent to the Contractor may terminate this Contract in whole or in part

a) if the Contractor fails to complete any part of all the work or all of the Goods within the period(s) specified in the Contract or within any extension thereof granted by the Owner

b) if the Contractor fails to perform any other obligation(s) under the Contract

c) If the Contractor in the judgment of the Owner has engaged in corrupt or fraudulent practices in competing for or in executing the Contract

101 In the event the Owner terminates the Contract in whole or in part the Owner may procure get repaired upon such terms and in such manner as it deems appropriate Goods or Services similar to those undelivered un-repaired and the Contractor shall be liable to the Owner for any excess costs for such similar Goods or Services However the Contractor shall continue performance of the Contract to the extent not terminated

110 TERMINATION FOR INSOLVENCYThe Owner may at any time terminate the Contract by giving written notice to the Contractor if the Contractor becomes bankrupt or otherwise insolvent In this event termination will be without compensation to the Contractor provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the Owner

120 TERMINATION OF CONTRACT ON OWNERS INITIATIVE

121 The Owner reserves the right to terminate the Contract either in part or in full due to reasons other than those mentioned under clause entitled Contractors

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 5 of 7

Default and Outbreak of War The Owner shall in such an event give seven (7) days notice in writing to the Contractor of his decision to do so

122 The Contractor upon receipt of such notice shall discontinue the work on the date and to the extent specified in the notice make all reasonable efforts to obtain cancellation of all orders and contracts to the Owner stop all further sub-contracting or purchasing activity related to the work terminated and assist the Owner in storage maintenance protection and disposition of the works acquired under the contract by the Owner

123 In the event of such a termination the Contractor shall be paid equitable and reasonable compensation as dictated by the circumstances prevalent at the time of termination

130 SETTLEMENT OF DISPUTES131 Any dispute(s) or difference(s) arising out of or in connection with the Contract

shall to the extent possible in the first instance be resolved amicably between the Contractor and the Ownerrsquos Engineer

132 If any dispute or difference of any kind whatsoever shall arise between the Owner and the Contractor arising out of the Contract for the performance of the Works whether during the progress of the Works or after its completion or whether before or after the termination abandonment or breach of the Contract it shall in the first place be referred to and settled by the Engineer who within a period of ten (10 ) days after being requested by either party to do so shall give written notice of his decision to the Owner and the Contractor

133 Save as hereinafter provided such decision in respect of every matter so referred shall be final and binding upon the parties until the completion of the entire work under the Contract and shall forthwith be given effect to by the Contractor who shall comply with all such decisions with all due diligence whether he or the Owner requires arbitration as hereinafter provided or not

134 If after the Engineer has given written notice of his decision to the parties no claim to arbitration has been communicated to him by either party within ten (10) days from the receipt of such notice the said decision shall become final and binding on the parties

135 In the event of the Engineer failing to notify his decision within ten (10) days after being requested as aforesaid or in the event of either the Owner or the Contractor being dissatisfied with any such decision or within ten (10) days after the expiry of the first mentioned period of ten (10) days as the case may be either party may require by written notice to the other party that the matters in dispute be referred to arbitration as hereinafter provided

140 ARBITRATION

141 All disputes or differences in respect of which the decision if any of the Engineer has not become final or binding as aforesaid shall be settled by arbitration in the manner hereinafter provided

142 In the event of the Contractor that is to say a citizen andor a permanent resident of India a firm or a company duly registered or incorporated in India the arbitration shall be conducted by three arbitrators one each to be nominated

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 6 of 7

by the contractor and the Owner and the third to be named by the President of Institution of Engineers India If either of the parties fails to appoint its arbitrator within thirty (30) days after receipt of a notice from the other party invoking the arbitration clause the President of the Institution of Engineers India shall have the power at the request of either of the parties to appoint the arbitrators A certified copy of the said President making such an appointment shall be furnished to both the parties

143 The arbitration shall be conducted in accordance with the provisions of the Arbitration amp Conciliation Act 1996 or any statutory modification thereof

144 Arbitration(s) shall give reasoned award

145 The decision of the majority of the arbitrators shall be final and binding upon the parties The expenses of the arbitration shall be paid as may be determined by the arbitrators The arbitrators may from time to time with the consent of all the parties enlarge the time for making the award In the event of any of the aforesaid arbitrators dying neglecting resigning of being unable to act for any reason it will be lawful for the party concerned to nominate another arbitrator in place of the outgoing arbitrator

146 The arbitrator shall have full powers to review andor revise any decision opinion directions certification or valuation of the Engineer in consonance with the contract

150 APPLICABLE LAW

151 The Contract shall be governed by and interpreted in accordance with the laws in force in India The courts of Rampur BushahrShimla shall have exclusive jurisdiction in all matters arising under the Contract

160 NOTICES

Any notice given by one party to the other pursuant to this Contract shall be sent to the other party in writing or by cable telex or facsimile and confirmed in writing to the other partys address specified in NITNIQ

A notice shall be effective when delivered or on the notices effective date whichever is later

17 CORRESPONDENCE(i) All correspondence related to this contract before award of the contract shall

be addressed to DGM Procurement amp Contract Deptt NJHPS SJVN Ltd Jhakri Distt Shimla (HP) PIN- 172201 PH No 0091-1782-275794 Fax No 0091-1782-234049

(ii) All the correspondences after award of the contract shall be addressed to DGM(ITampCPSSM) NJHPS SJVN Ltd Jhakri

18 Engineer in Charge (EIC)DGM (ITampCPSSM) NJHPS SJVN Ltd Jhakri shall be the EIC of this work The material shall be drawn by EIC from store for the installation

19 CONSIGNEEThe Goods under this Contract shall be dispatched to the Consignee at the following address-

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 7 of 7

Manager (OampM Stores)Nathpa Jhakri Hydro Power Station SJVN Ltd Jhakri Distt Shimla (HP)Pin-172201 (INDIA)Phone No 0091-1782-275041 Fax No 0091-1782-234049

20 The material is to transported through ldquoRegistered Common Carrierrdquo only (Registered Common Carrier mean the carrier registered with a State Transport Authority or a Regional Transport Authority)

21 TESTING amp INSPECTIONInspection of material supplied against this supply order shall be carried out by EIC or his authorized representative at project stores Jhakri on receipt of material amp subsequently after successful installation testing amp commissioning at site

THE SECOND SCHEDULE TO THE RESERVE BANK OF INDIA ACT 1934

[Sections 2(e) and 42]

SCHEDULED BANKS

STATE CO-OPERATIVE BANKS Andhra Pradesh State Co-operative Bank Ltd Hyderabad Bihar State Co-operative Bank Ltd Bihar Goa State Co-operative Bank Ltd Panaji Gujarat State Co-operative Bank Ltd Ahmedabad Haryana State Co-operative Apex Bank Ltd Chandigarh Karnataka State Co-operative Apex Bank Ltd Bangalore Kerala State Co-operative Bank Ltd Thiruvananthapuram Madhya Pradesh Rajya Sahakari Bank Maryadit Bhopal Maharashtra State Co-operative Bank Ltd Mumbai Orissa State Co-operative Bank Ltd Bhubaneswar Pondicherry State Co-operative Bank Ltd Pondicherry Punjab State Co-operative Bank Ltd Chandigarh Rajasthan State Co-operative Bank Ltd Jaipur Tamil Nadu State Apex Co-operative Bank Ltd Chennai Uttar Pradesh Co-operative Bank Ltd Lucknow West Bengal State Co-operative Bank Ltd Kolkata

Urban Co-operative Banks

A P Mahesh Co-operative Urban Bank Ltd Hyderabad Abhyudaya Co-operative Bank Ltd Mumbai Ahmedabad Mercantile Co-operative Bank Ltd Ahmedabad Akola Janata Commercial Co-operative Bank Ltd Akola Amanath Co-operative Bank Ltd Bangalore Bassein Catholic Co-operative Bank Limited Vasai Bharat Co-operative Bank (Mumbai) Ltd Mumbai Bharati Sahakari Bank Ltd Pune Bombay Mercantile Co-operative Bank Limited Mumbai Charminar Co-operative Urban Bank Ltd Hyderabad Citizen Credit Co-operative Bank Ltd Mumbai Dombivli Nagari Sahakari Bank Ltd Dombivli Greater Bombay Co-operative Bank Limited Mumbai Indian Mercantile Co-operative Bank Ltd Lucknow Jalgaon Janata Sahakari Bank Ltd Jalgaon Janakalyan Sahakari Bank Ltd Mumbai Janalaxmi Cooperative Bank Ltd Nashik Janata Sahakari Bank Ltd Pune Kallappanna Awade Ichalkaranji Janata Sahakari Bank Ltd Ichalkaranji Kalupur Commercial Co-operative Bank Ltd Ahmedabad Kalyan Janata Sahakari Bank Ltd Kalyan Kapol Cooperative Bank Ltd Mumbai Karad Urban Co-operative Bank Ltd Karad Madhavapura Mercantile Co-operative Bank Ltd Ahmedabad Mahanagar Co-operative Bank Ltd Mumbai Mapusa Urban Co-operative Bank of Goa Ltd Mapusa Mehsana Urban Co-operative Bank Ltd Mehsana N K G S B Co-operative Bank Ltd Mumbai Nagar Urban Co-operative Bank Ltd Ahmednagar Nagpur Nagrik Sahakari Bank Ltd Nagpur New India Co-operative Bank Ltd Mumbai Nutan Nagrik Sahakari Bank Ltd Ahmedabad Parsik Janata Sahakari Bank Ltd Thane Pravara Sahakari Bank Ltd Loni Punjab amp Maharashtra Co-operative Bank Ltd Mumbai Rajkot Nagrik Sahakari Bank Ltd Rajkot Rupee Co-operative Bank Ltd Pune Sangli Urban Co-operative Bank Ltd Sangli Saraswat Co-operative Bank Ltd Mumbai Sardar Bhiladwala Pardi Peoples Co-operative Bank Ltd Killa Pardi Shikshak Sahakari Bank Ltd Nagpur Solapur Janata Sahakari Bank Ltd Solapur Surat Peoples Co-operative Bank Ltd Surat Thane Bharat Sahakari Bank Ltd Thane Thane Janata Sahakari Bank Ltd Thane The Akola Urban Co-operative Bank Ltd Akola The Cosmos Co-operative Bank Ltd Pune The Goa Urban Co-operative Bank Ltd Panaji The Khamgaon Urban Co-operative Bank Ltd Khamgaon The Nasik Merchants Co-operative Bank Ltd Nasik The Shamrao Vithal Co-operative Bank Ltd Mumbai The Zoroastrian Co-operative Bank Ltd Mumbai Vasavi Co-operative Urban Bank Limited Hyderabad

SBI AND ASSOCIATES State Bank of India State Bank of Bikaner amp Jaipur State Bank of Hyderabad State Bank of Indore State Bank of Mysore State Bank of Patiala State Bank of Saurashtra State Bank of Travancore

NATIONALISED BANKS

Allahabad Bank Andhra Bank Bank of Baroda Bank of India Bank of Maharashtra Canara Bank Central Bank of India Corporation Bank Dena Bank Indian Bank Indian Overseas Bank Oriental Bank of Commerce Punjab National Bank Punjab and Sind Bank Syndicate Bank UCO Bank Union Bank of India United Bank of India Vijaya Bank

OTHER PUBLIC SECTOR BANKS

Industrial Development Bank of India Ltd

PRIVATE SECTOR BANKS Bank of Rajasthan Ltd Catholic Syrian Bank Ltd City Union Bank Ltd Development Credit Bank Ltd Dhanalakshmi Bank Ltd Federal Bank Ltd HDFC Bank Ltd ICICI Bank Ltd IndusInd Bank Ltd ING Vysya Bank Ltd Jammu and Kashmir Bank Ltd Karnataka Bank Ltd Karur Vysya Bank Ltd Kotak Mahindra Bank Ltd Lakshmi Vilas Bank Ltd Nainital Bank Ltd Ratnakar Bank Ltd SBI Commercial International Bank Ltd South Indian Bank Ltd Tamilnad Mercantile Bank Ltd Axis Bank Ltd Yes Bank Ltd

FOREIGN BANKS ABN Amro Bank NV Abu Dhabi Commercial Bank Ltd American Express Banking Corporation Antwerp Diamond Bank NV Arab Bangladesh Bank Bank International Indonesia Bank of America Bank of Bahrain and Kuwait BSC Bank of Ceylon Bank of Nova Scotia Bank of Tokyo ndash Mitsubishi Ltd Barclays Bank Plc BNP Paribas China Trust Commercial Bank Shinhan Bank Citi Bank NA Calyon Bank Deutsche Bank DBS Bank Ltd The Hongkong and Shanghai Banking Corporation Ltd JP Morgan Chase Bank NA Krung Thai Bank Public Company Ltd Mashreq Bank psc Mizuho Corporate Bank Ltd Oman International Bank SAOG Societe Generale Sonali Bank Standard Chartered Bank State Bank of Mauritius Ltd

GRAMIN BANKS Andhra Pradesh Grameen Vikas Bank Warangal (Andhra Pradesh) Andhra Pragathi Grameena Bank Kadapa (Andhra Pradesh) Aryavart Gramin Bank Lucknow (Uttar Pradesh) Arunachal Pradesh Rural Bank Naharlagun (Arunachal Pradesh) Assam Gramin Vikas Bank Guwahati (Assam) Baitarani Gramya Bank Baripada (Orissa) Ballia Kshetriya Gramin Bank Ballia (Uttar Pradesh) Bangiya Gramin Vikash Bank Berhampore (West Bengal) Baroda Gujarat Gramin Bank Bharuch (Gujarat) Baroda Rajasthan Gramin Bank Ajmer (Rajasthan) Baroda Uttar Pradesh Gramin Bank Rae Bareli (Uttar Pradesh) Bihar Kshetriya Gramin Bank Monghyr (Bihar) Cauvery Kalpatharu Grameena Bank Mysore (Karnataka) Chaitanya Godavari Grameena Bank (Andhra Pradesh) Chhattisgarh Gramin Bank Raipur (Chhattisgarh) Chikmagalur-Kodaga Grameena Bank Chikmagalur (Karnataka) Deccan Grameena Bank Dilsukhnagar (Hyderabad) Dena Gujarat Gramin Bank Gandhinagar (Gujarat) Durg-Rajnandgaon Gramin Bank Rajnandgaon (Chhattisgarh) Ellaquai Dehati Bank Srinagar (Jammu and Kashmir) Etawah Kshetriya Gramin Bank Etawah (Uttar Pradesh) Faridkot Bhatinda Kshetriya Gramin Bank Bhatinda (Punjab) Gurgaon Gramin Bank Gurgaon (Haryana) Hadoti Kshetriya Gramin Bank Kota (Rajasthan) Haryana Gramin Bank Rohtak (Haryana) Himachal Gramin Bank Mandi (Himachal Pradesh) Jaipur Thar Gramin Bank Jaipur (Rajasthan) Jammu Rural Bank Jammu Jhabua-Dhar Kshetriya Gramin Bank Jhabua (Madhya Pradesh) Jharkhand Gramin Bank Ranchi (Jharkhand) Kalinga Gramya Bank Cuttack (Orissa) Kamraz Rural Bank Sopore (Jammu and Kashmir) Karnatka Vikas Gramin Bank Dharwad (Karnataka) Kashi Gomti Samyut Gramin Bank Varanasi (Uttar Pradesh) Khasi J Bank Shillong (Meghalaya) Krishna Grameena Bank Gulbarga (Karnataka) Kshetriya Kisan Gramin Bank Mainpuri (Uttar Pradesh) Langpi Dehangi Rural Bank Dhiphu (Assam) Lucknow Kshetriya Gramin Bank Sitapur (Uttar Pradesh) Madhya Bharath Gramin Bank Sagar (Madhya Pradesh) Madhya Bihar Gramin Bank Patna (Bihar) Mahakaushal Kshetriya Gramin Bank Jabalpur (Madhya Pradesh) Maharashtra Godavari Gramin Bank (Maharashtra) Malwa Gramin Bank Sangrur (Punjab) Marwar Ganganagar Bikaner Gramin Bank Pali (Rajasthan) Manipur Rural Bank Imphal (Manipur) Marathwada Gramin Bank Nanded (Maharashtra) Mewar Aanchalik Gramin Bank Udaipur (Rajasthan) Mizoram Rural Bank Aizawl (Mizoram) Nagaland Rural Bank Kohima (Nagaland) Nainital Almora Kshetriya Gramin Bank Nainital (Uttaranchal) Narmada Malwa Gramin Bank Indore (Madhya Pradesh) Neelachal Gramya Bank (Orissa) North Malabar Gramin Bank Kannur (Kerala) Pallavan Grama Bank Salem (Tamil Nadu)

Pandyan Grama Bank Virudhunagar (Tamil Nadu) Paschim Banga Gramin Bank Howrah (West Bengal) Parvatiya Gramin Bank Chamba (Himachal Pradesh) Pragathi Gramin Bank Bellary (Karnataka) Prathama Bank Moradabad (Uttar Pradesh) Puduvai Bharthiar Grama Bank (Pondicherry) Punjab Gramin Bank Kapurthala (Punjab) Purvanchal Gramin Bank Gorakhpur (Uttar Pradesh) Rajasthan Gramin Bank Alwar (Rajasthan) Ratnagiri Sindhudurg Gramin Bank Ratnagiri (Maharashtra) Rewa-Sidhi Gramin Bank Rewa (Madhya Pradesh) Rushikulya Gramya Bank Berhampur (Orissa) Samastipur Kshetriya Gramin Bank Samastipur (Bihar) Saptagiri Grameena Bank Chitoor (Andhra Pradesh) Sarva UP Gramin Bank (Uttar Pradesh) Satpura Narmada Kshetriya Gramin Bank Chhindwara (Madhya Pradesh) Saurashtra Gramin Bank Rajkot (Gujarat) Sharda Gramin Bank Satna (MP) Shreyas Gramin Bank Aligarh (Uttar Pradesh) Solapur Gramin Bank Solapur (Maharashtra) South Malabar Gramin Bank (Kerala) Surguja Kshetriya Gramin Bank Ambikapur (Chhattisgarh) Tripura Gramin Bank Agartala (Tripura) Triveni Kshetriya Gramin Bank Orai (Uttar Pradesh) Utkal Gramya Bank Bolangir (Orissa) Uttaranchal Gramin Bank Dehradun (Uttaranchal) Uttar Banga Kshetriya Gramin Bank Cooch-Behar (West Bengal) Uttar Bihar Kshetriya Gramin Bank Muzaffarpur (Bihar) Vananchal Gramin Bank Dhumka (Jharkhand) Vidharbha Kshetriya Gramin Bank Akola (Maharashtra) Vidisha-Bhopal Kshetriya Gramin Bank Vidisha (Masdhya Pradesh) Visveshwaraya Grameen Bank Mandya (Karnataka) Wainganga Kshetriya Gramin Bank Chandrapur (Maharashtra)

  • 101910JPG
  • 101934JPG
  • 101945JPG
  • 101956JPG
  • 102006JPG
  • NIQpdf
  • PQR2pdf
  • BOQ Audio-Videopdf
  • Technical Specificationspdf
  • ITB3pdf
  • GCC6pdf
  • Listofscheduledbankpdf
    • PRE QUALIFICATION CRITERIA

      PPR-NJHPS-1163 (OampM)2014

      Qualifying requirement for ldquoSupply Installation amp Testing of AudioVideo Equipments for Conference Room of New Office Building of NJHPS SJVN Ltd Jhakrirdquo

      (A) Proven Experience

      10 The bidder should be a regular contractor for ldquoSupply Installation amp Testing of AudioVideo Equipmentsrdquo The bidder must submit the supporting documents (LOAs work orders agreements for the similar work along with the satisfactory completion certificate) to this effect from their clients In the case LOAs work orders agreements are from the private company (ies) firm (s) then copy (ies) of TDS for the same are also need to be submitted along with the satisfactory completion certificate

      20 The bidder should have completed such type of job in the past

      (B) Financial Requirement

      10 Financial Requirement The Bidder must have an average annual financial turn over of ` 1097615 (Rupees Ten Lacs Ninety Seven Thousand Six Hundred Fifteen only) during last three years ending 31st March of previous financial year

      20 The Bidder should have successfully completed the similar work as per any of the following criteria during last 7 years ending last day of month previous to one in which applications are invited

      (a) The Bidder should have carried out the 3 similar works valuing not less than ` 14 63487- (Rupees Fourteen Lacs Sixty Three Thousand Four Hundred Eighty Seven only) each

      Or

      (b) 2 similar completed works valuing not less than ` 18 29359- (Rupees Eighteen Lacs Twenty Nine Thousand Three Hundred Fifty Nine only) each

      Or

      (c) 1 similar completed work valuing not less than ` 29 26974- (Rupees Twenty Nine Lacs Twenty Six Thousand Nine Hundred Seventy Four only)

      Note Similar work means work related to Supply Installation amp Testing of AudioVideo Equipments

      The bidder must submit the supporting documents (LOAs work orders agreements for the similar work along with the satisfactory completion certificate) to this effect from their clients In the case LOAs work orders agreements are from the private company (ies) firm (s) then copy (ies) of TDS for the same are also need to be submitted along with the satisfactory completion certificate

      (C) General Conditions of Prequalification

      1 Bidder must furnish Code number photocopies for PAN Sales tax VATTIN amp Service Tax (If applicable) etc

      2 SJVN Ltd reserves the right to cancel withdraw the invitation for bid without assigning any reason and shall bear no liability whatsoever consequent upon such a decision

      3 Notwithstanding anything stated above SJVN Ltd reserves the right to assess the Bidderrsquos capability and capacity to perform the contract satisfactorily should the circumstances warrant such assessment in the overall interest of SJVN Ltd

      4 Price bid of only those bidders shall be opened who qualify based on the specified qualifying requirements after Scrutiny of details documents furnished by them and found to be techno- commercial responsive

      SJVN Ltd

      Annexure-I

      Under Taking From Bidder

      Bidderrsquos Name amp Address

      11 We are qualified under clause (A) amp (C) of the qualifying requirements (any qualifying requirements which bidder does not meet shall be mentioned in the separate sheet)

      12 We are regular contractor for Supply Installation amp Testing of AudioVideo Equipments

      13 We confirm having carried out following contracts for similar nature of job related to Supply Installation amp Testing of AudioVideo Equipments

      Name and Address of Client

      Details of work executed

      Order No amp Date

      Date of Completion

      Order Value

      Copy of order Enclosed

      These details are to be furnished in Schedule-5 of Techno commercial part of the bid

Page 9: PPR-NJHPS-1163 NOTICE INVITING TENDER (Domestic ...sjvn.nic.in/writereaddata/Portal/Tender/179_1/1_Tender_Doc1163.pdf · certificate) to this effect from their clients. In the case

Page 4 of 11 ITB- PPR-1163- AudioVideo System)

b) EMD of the bidder shall be forfeited if the bidder withdraws or amends its bids or impairs or derogates form the bid in any respect with in the period of validity of the bid The EMD of the successful bidder shall be retained as contract security until such period the contractor furnishes the required CPG or until supply the complete material If the contractor fails to fulfill his obligations the EMD retained as contract security shall be forfeited

c) Micro or Small Enterprises (MSE)NSIC registered firms are exempted from submission of EMD and must enclose (Upload scanned copy of the MSENSIC certificate) for the same products as in NIQ above If the MSENSIC certificate does not contain the same products and services as listed in our NIQ and no EMD is found enclosed the owner may ask the bidder to submit the EMD as above The copy of MSE NSIC certificate is to be sent by e-mailfaxpost with reference to the present tender

d) UPLOADING OF EMD The scanned copy of the EMD is to be uploaded on the website The bid is to be submitted through e-tendering and hence the EMD is to be sent to the undersigned by post after submitting the bid along with required details through e-procurement on the web The EMD in physical form should reach before the last date and time of submission of bid If EMD does not reach in physical form within the period of techno commercial evaluation the bid shall be considered as non responsive and price bid of such firms shall not be opened

120 Deviations

Deviations if any from the terms and conditions of Bidding Documents or Technical Specifications including drawings shall be listed only in Deviation Schedule of the bid ieSchedule-2 ldquoSchedule of Deviationsrdquo The Bidder shall also provide the additional price if any for withdrawal of the deviations

Bidder may further note that except for deviations listed in Deviation Schedule the bid shall be deemed to comply with all the requirement in the bidding documents and the bidders shall be required to comply with all such requirements of bidding documents and technical specifications and drawings without any extra cost to the Owner irrespective of any mention to the contrary anywhere else in the bid failing which the bid security of the Bidder may be forfeitedThe owner has complete right to evaluate the deviations without prejudice After evaluation the deviations may or may not be agreed by the owner The bidder shall be intimated in writing accordingly

130 Work Completion Schedule

The basic consideration and the essence of the Contract shall be the strict adherence to the Work Completion Schedule Entire scope of work should be completed within 90 days from the issue of Supply Order

140 Price Adjustment Data

Not applicable being FIRM Price Contract

150 Bid Prices Unless otherwise specified in the Technical Specifications Bidders shall quote

for the entire supply on a single responsibility basis such that the total bidprice covers all the suppliers obligations mentioned in or to be reasonably inferred from the bidding documents

Page 5 of 11 ITB- PPR-1163- AudioVideo System)

Bidders are required to quote the price for the commercial contractual and technical obligations outlined in the bidding documents

Bidders shall give the required details and breakup of their prices as per Schedules specified

The Prices quoted by the Bidder shall be FIRM during the performance of the contract and not subject to variation on any account A bid submitted with an adjustable price quotation will be treated as non-responsive and rejected

160 Bid Currencies

Bidders shall quote all prices in Indian Rupees only

170 Period of Validity of Bid

Bids shall remain valid for a period of 120 days after the closing date prescribed by the Owner for the receipt of bids A bid valid for a shorter period shall be rejected by the Owner as being non-responsive

In exceptional circumstances the Owner may solicit the Bidderrsquos consent to an extension of the bid validity period The request and responses thereto shall be made in writing or by cablefax If a Bidder accepts to prolong the period of validity the bid security shall also be suitably extended A Bidder may refuse the request without forfeiting its bid security A Bidder granting the request will not be required nor permitted to modify its bid

180 BID PROPOSAL SHEETS (BPS)

The Bidder shall furnish complete all the appropriate Schedules data required as per the bidding documents at httpssjvnabcprocurecom

190 FORMAT AND SIGNING OF BID

The Bid must contain the name residence and place of business of the person or persons making the Bid and must be digitally signed The name of all persons signing should also be mentioned at appropriate place

Bid by Corporation Company must be digitally signed with the legal name of the Corporation Company by the President Managing Director or by the Secretary or other person or persons authorized to bid on behalf of such Corporation Company in the matter

Bidders name stated on the proposal shall be the exact legal name of the firm

All the requisite documents shall be scanned amp uploaded along with bid The hard copy of the documents shall also be posted as per details given in clause 320 so as to reach on or before the last date and time of submission of bid

If situation so warrants SJVN LTD NJHPS may ask the bidders to produce original documents which were submitted as scanned copies along with bid for verification

Page 6 of 11 ITB- PPR-1163- AudioVideo System)

200 Submission of Bids

The bids will be submitted electronically at designated places in various schedules The complete bid document along with the schedules can be downloaded by the bidder through httpssjvnabcprocurecom only after registration as explained in ldquoVendor Registration Procedure amp Submission amp Filling of Bidsrdquo The bid is to be filled only in the in the schedules available on the web The price schedules cannot be downloaded as they are to be filled online however techno-commercial schedules and Bid Proposal Sheet etc are to be downloaded first and are to be uploaded again after filling the same The bid is called under 02 parts as under-

A Bid Proposal Sheet (BPS) Price Bid Part which consists of the followings schedules-

(i) Schedule-1 Page 1 of 2 ldquoSchedule of Pricesrdquo(ii) Schedule-1 Page 2 of 2 ldquoSchedule of Taxes amp Dutiesrdquo

Remarks-All above schedule are available in single excel sheet ldquoBPS Price Schedulesrdquo The bidders have to fill the required information in the colored boxes only

The prevailing rate of taxes amp duties is to be clearly mentioned in the ldquoSchedule of Taxes amp Dutiesrdquo In case nothing is mentioned or mentioned ldquoNILrdquo then it shall be presumed that the rates quoted are inclusive of taxes and duties or as else the taxes amp duties are not applicable The taxes amp duties shall be paid as per applicable rate at the time of execution of work Any increase in taxes amp duties new introduction of new taxes amp duties levy by the Govt shall be paid by SJVN Ltd provided that such increase in taxes amp duties new introduction of new taxes amp duties levy by the Govt is made with in schedule work completion period as per LOA otherwise same shall be paid by the bidders The following may be considering by the bidders-

a The entry tax for the entry of goods in Himachal Pradesh shall be paid by SJVN directly to concerned authorities During bid evaluation the bid of the bidders quoting outside from HP shall be loaded at the applicable rate of the Entry Tax

b CSTVAT No ldquoCrdquo Form will be issued by SJVN Ltd for this tender thus Sale tax has to be quoted for accordingly by the bidder

c Any other deduction like TDS ldquoWCTrdquo (As per applicable rate in HP) if applicable as per the Govt laws shall be made from your payment and statement for the same shall be provided by SJVN for the same

d The successful bidder in his own interest shall have to register himselffirmcompany under the HP VAT Act-2005 with the Excise amp taxation Deptt Himachal Pradesh WCT on the material portion of the contract shall be deducted as applicable

BBid Proposal Sheet Techno-commercial Bid Part which consists of the followings-

All documents as required CSTVATTIN No PAN etc and any other documents as required asked in the tender are to be uploaded submitted along with the bid These documents are to be uploaded along with the General Documents

Page 7 of 11 ITB- PPR-1163- AudioVideo System)

Bid Security Earnest Money deposit (EMD)Copy of NSICSSI certificate as per sr no 110 above

Cost of Tender Document (If any)copy of NSICSSI certificate as per sr no 210 above

Undertaking as per sr no 330 below

The Bid Proposal Sheet (BPS) techno-commercial schedules to be filled are as under-

(i) Schedule-2 Page 1 of 1 ldquoSchedule of Deviationsrdquo(ii) Schedule-3 Page 1 of 1 ldquoSchedule for Contact Details amp Bank

Account Detailsrdquo(iii) Schedule-4 Page 1 of 1 ldquoSchedule of make offeredrdquo(iv) Schedule-5 Page 1 of 1 ldquoSchedule for Minimum Qualifying

Requirementsrdquo

Remarks-All above schedule are available in single excel sheet ldquoBPS Techno commercial Schedulesrdquo The bidders have to fill the required information in the colored boxes only

The Techno-Commercial Bid part will be opened electronically as per schedule time and date as indicated in the bid documents in the Oo Dy General Manager (PampC) NJHPS SJVN Ltd Jhakri Distt Shimla (HP) ndash 172 201

The Price Part will be opened electronically at same place only for those bidders whose techno-commercial part is found to be techno-commercially acceptable and only such bidders will be intimated subsequently either telephonically or through Fax Courier about the time and date of price bid opening

The Owner further reserves the right to reject any Bid which is not submitted according to the instructions stipulated above

After submission of the bid through e-tendering an acknowledgment slip is automatically generated and same is to be send by fax poste-mail as per clause 320 as a proof for bid submission through e-tendering

210 Cost of Tender Documents The cost of tender document is Rs 1000- (One Thousand Only) in the shape of Demand Draft in favour of owner (NJHPS SJVN Ltd Jhakri) payable banks as mentioned at sr no 112 above and the bidder must submit the same in envelope which should be reached preferably before last date and time of submission of bid ie 1230 Hrs of 03092014 The scanned copy of the cost of bid document (DD) shall be uploaded in the designated place The NSICMSE registered firms are exempted from the submission of the cost of tender documents

220 Late BidsNo bid shall be received after last date and time of bid submission

Page 8 of 11 ITB- PPR-1163- AudioVideo System)

230 Withdrawal of Bids

No bid may be withdrawn in the interval between the bid submission deadline and the expiration of the bid validity period specified in Bid documents Withdrawal of a bid during this interval may result in the Bidders forfeiture of its bid security EMD

240 Bid Opening and Evaluation

The Owner will open all bids electronically in the presence of bidders representatives who choose to attend the opening at the time on the date and at the place specified in the NIT NIQ Bidders representatives shall sign a register as proof of their attendance In the event of the specified date for the opening of bids being declared a holidaynetwork problem for the Owner the bids will be opened at the appointed time on the next working day

Bids will be evaluated for the complete scope of the supply on single responsibility basis and FOR Jhakri basis During bid evaluation the bid of the bidders quoting outside from HP shall be loaded at the applicable rate of the Entry Tax

No price preference shall be given to any bidder during the bid evaluation

No Mobile Phone will be permitted inside the bid opening room Therefore bidders should deposit Mobile Phones with Security gate at Reception

SJVN liability towards service tax shall also be considered as per service tax notification No 302012 dated 20062012 during bid evaluation

Cost loading will be carried out for the deviations taken by the bidder to determine the lowest evaluated Bid which will be considered for acceptance

The items for which bidder does not quote his price ie leaves the rate amount column blank or simply puts a (-) mark or () mark or indicates lsquoNILrsquo lsquoNArsquo or as applicable no cost shall be considered for bid evaluation for these items and for the purpose of award the value of such item shall be deemed to have been included in other quoted items If the bidder does not agree to this consideration his bid will be rejected and the bid guarantee may be forfeited

250 Clarification of Bids

During bid evaluation the Owner may at its discretion ask the Bidder for a clarification of its bid The request for clarification and the response shall be in writing and no change in the price or substance of the bid shall be sought offered or permitted

260 Correction of Errors (Applicable to extent possible)

A The errors discrepancies in respect of the specified amount in Bid Proposal Sheets for an individual item andor sub-item andor in the sub-total of a schedule andor in the Grand total of a schedule andor in the lump sum price of the package either due to discrepancy between figures and words andor simple arithmetical error while adding andor multiplying and or due to wrong extension of unit rates etc the error will be rectified and computed by SJVN as per the following method

Page 9 of 11 ITB- PPR-1163- AudioVideo System)

(i) In case of discrepancy between figure and words the value specified in the words will be considered for computation

(ii) Firstly the unit rates in words will be considered for computation

(iii) In case unit rates are not indicated in words then unit rates indicated in figure will be considered and will be used for deriving the amount from the quantities specified in the bid documents

(iv) In case error is due to wrong extension of quantities the quantities as specified in the bid documents will be considered and multiplied by the quoted unit rates to obtain the amount The amounts will be computed as per the extension of amount on the basis of unit rates of individual item sub-item sub-total of a schedule grand total of a schedule and lump sum price of the package based on the above consideration

B After computation of the amounts as above the values as computed shall be considered for evaluation as well as for award If the bidder does not accept the above consideration his bid will be rejected and the Bid Security EMD may be forfeited

C The Owners determination of a bids responsiveness is to be based on the contents of the bid itself 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 non-conformity

270 Influencing the Owner

No Bidder shall contact the Owner on any matter relating to its bid from the time of the opening of bids to the time the contract is awarded

Any effort by a Bidder to influence the Owner in the Ownerrsquos bid evaluation bid comparison or contract award decisions may result in rejection of the Bidderrsquos bid

280 Award of Contract

The Owner will award the contract to the successful Bidder whose bid has been determined to be substantially responsive and to be the lowest evaluated bid further provided that the bidder is determined to be qualified to perform the contract satisfactorily

The owner may request the Bidder to withdraw any of the deviations listed in Deviation Schedule of the winning bid at the price shown for the deviation in Deviation schedule In case the Bidder does not withdraw the deviations proposed by him if any at the cost of withdrawal stated in the bid his bid will be rejected and bid security forfeited

Bidders would be required to comply with all other requirement of the Bidding Documents except for those deviations in Deviation Schedule which are accepted by the Owner failing which the bid security of the Bidder may be forfeited

Award will be placed for total quantity on L1 basis for substantially responsive bid on single responsibility basis for entire scope of supply

Page 10 of 11 ITB- PPR-1163- AudioVideo System)

290 Owners Right to Accept Any Bid and to Reject Any Bids

The Owner reserves the right to accept or reject any bid and to annul the bidding process and reject all bids at any time prior to award of contract without thereby incurring any liability to the affected Bidder or bidders or any obligation to inform the affected Bidder or bidders of the grounds for the Owners action

300 Notification of Award

Prior to the expiration of the period of bid validity the Owner will notify the successful Bidder in writing by registered letter or by cable to be confirmed in writing by registered letter that its bid has been accepted The notification of award will constitute the formation of the contract

Upon the successful Bidders furnishing of the performance security the Owner will promptly notify each unsuccessful Bidder and will discharge its bid security

310 Corrupt or Fraudulent Practices

A The Owner requires that Bidders to observe the highest standard of ethics during the procurement and execution of the Contract In pursuance of this policy the Owner

(a) defines for the purposes of this provision the terms set forth below as follows

(i) corrupt practice means the offering giving receiving or soliciting of any thing of value to influence the action of a public official in the procurement process or in contract execution and

(ii) fraudulent practice means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Owner and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Owner of the benefits of free and open competition

(b) will reject a proposal for award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question

(c) will declare a firm ineligible either indefinitely or for a stated period of time to be awarded a contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for or in executing a contract of the Owner

B Furthermore Bidders shall be aware of the provision stated in the General Conditions of Contract

320 Submission of documents by post

The following documents in hard copyoriginal form sealed in envelop super scribed as ldquoSupply Installation amp Testing of AudioVideo Equipments for

Page 11 of 11 ITB- PPR-1163- AudioVideo System)

Conference Room Of New Office Building Of NJHPS SJVN Ltd Jhakri -(PPR-1163 (OampM)2014)rdquoare to be sent through post-

(i) Earnest Money Deposit (In original)copy of MSE certificate as per clause no 110

(ii) Cost of tender document (In Original) copy of MSE certificate as per clause no 210

(iii) Undertaking form duly signed by the bidder shall be uploaded along with the bid the details of which are as per clause 330

(iv) Copy of TIN No

The scanned copies of above documents are to be uploaded on the web and must reach preferably 03092014 1230 HRS

Any documents as asked or required are to be sent to the following address-Dy General Manager (GM) Procurement and Contract DepartmentNJHPS SJVN LTD JhakriDistt Shimla (HP)-172201

Phone No 01782-275236Fax No 01782-234049 275106E-mail sksood_2000yahoocoin

Any documents as asked or required like scanned copies of EMD amp Cost of tender document (if any) copy of previous orders dealership certificate etc are to be uploaded at the link ldquoGeneral Documentsrdquo at httpssjvnabcprocurecom

330 Undertaking

331 I have read carefully all the bidding documents and agreed to the conditions exceptfor deviation taken clause wise in deviation schedule

332 I have not changed the contents of the bidding documents

333 Scanned copy of documents uploaded along with the bid is true to the best of my knowledge

334 We have quoted for all the items If after opening of price bid it is found that wehave not quoted for all items then our bid shall not be considered for price bid evaluation

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 1 of 7

GENERAL CONDITIONS OF CONTRACT (GCC)

10 Definitions

In this Contract the following terms shall be interpreted as indicated

(a) The Contract means the Contract Agreement entered between the Owner and the Contractor as recorded in the Contract Form signed by the parties including all attachments and appendices thereto and all documents incorporated by reference therein

(b) The Contract Price means the price payable to the Contractor under the Contract for the full and proper performance of its contractualobligations

(c) The Services means all those services necessary for the Supply Installation amp Testing of AudioVideo Equipments under this contractand any other incidental services etc and other such obligations of the Contractor covered under the Contract

(d) The Owner means the SJVN Limited

(e) The Contractor means the individual or firm The Contractor means the individual or firm carrying out the work under this Contract

(f) Corrupt Practice means the offering giving receiving or soliciting ofany thing of value to influence the action of a public official in the procurement process or in contract execution

(g) Fraudulent Practice means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Owner and includes collusive practice among Bidders (prior to or after Bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Owner of the benefits of free and open competition

20 CONTRACT PERFORMANCE SECURITY (CPS)

21 Within thirty (30) days of receipt of the notification of Contract award you shall furnish to the Owner an unconditional performance security for ten percent (10) of the Contract Price with validity up to sixty (60) days after warrantee period (Refer Clause 50 below)

22 The proceeds of the performance security shall be payable to the Owner as compensation for any loss resulting from the Contractors failure to complete its obligations under the Warranty and ContractSupport period

23 The performance security shall be denominated in the currency of the Contract and shall be in the form of Bank Guarantee (As per format enclosed) preferably issued by a nationalized Bank scheduled bank (As per the list enclosed) acceptable to the Owner or in the form of FDR or TDR (pledged in the favour of the owner)

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 2 of 7

24 The performance security will be discharged by the Owner and returned to the Contractor not later than sixty (60) days after expiry of Warranty and ContractSupport period

25 NSIC MSE registered firms are not exempted from the submission of the CPG

26 The interest 155 shall be charged on delay period for breach in timely submission of CPGInitial Security Deposit without prejudice to right of SJVN to other remedies available under the contract

30 PACKING AND FORWARDING 31 The bidder shall provide such packing to the goods as is required to prevent

damage or deterioration during transit to their final destination at Jhakri

40 INSURANCEThe goods to be supplied under the scope of the work shall be insured for all risks by the contractor till it is delivered installed amp commissioned at NJHPS SJVN Ltd Jhakri

50 GUARANTEWARRANTY

The material under the scope of this contract will be warranted against any manufacturing defects poor workmanship and the consumablematerial used for maximum of 12 months from the date of successful installation amp commissioning In case of any problem within the warranty period due to manufacturing defects their performance poor workmanship and the consumablematerial used arises the same will be rectifiedreplaced free of cost at site by the supplier within fortnight of such notification by the EIC as necessary

60 FORCE MEAJEURE

61 The firm shall not be liable for loss or damage to SJVN resulting from any delays or failure to make shipment to Nathpa site within schedule time for all or any part of the item due to the act of God war declared or undeclared acts of public enemy riots civil commotion invasion insurrection sabotage acts of restraint of Government federal state or municipal action or regulation fire flood hurricanes accidents epidemic quarantine restrictions or any failure on the part of the Owner or his representative to approve or comments on drawings or other causes contingencies or circumstances not subject to their control whether of a similar or dissimilar nature which prevents the Contractor from completion of work Any such cause or delays even though not existing on the date of the contract on or the date of start of reclaiming shall extend the time of performance automatically by length of delays occasioned thereby including delay reasonably incidental to the resumption of normal reclamation work even though such case may occur after performance of firmrsquos obligation has been delayed for the other causes

62 If a Force Majeure situation arises the Contractor shall promptly notify the Owner in writing of such condition and the cause thereof Unless otherwise directed by the Owner in writing the Contractor shall continue to perform its obligations under the Contract as far as is reasonably practical and shall seek

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 3 of 7

all reasonable alternative means for performance not prevented by the Force Majeure event

70 PAYMENT TERMS The payment to the bidder will be made as under after submission of all the required documents acceptable to SJVN Ltd-

A The Seventy percent (70) payment (including 100 taxes amp duties) shall bemade within 30 days after receipt of the material at NJHPS SJVN Ltd Jhakriand on submission of followings documents to consignee

(i) Bills in triplicate(ii) Photocopy of unconditional acceptance of Letter of Award(iii) Inspection Report issued by the EIC or his representative (The

inspection of supplied material shall be carried out at store NJHPS Jhakri

(iv) Copy of CPG as per clause no 20(v) Copy of TIN No

B Balance thirty percent (30) payment shall be made within 30 days after completion of work and on submission of followings documents in bound folder to the consignee-

(i) Bills in triplicate(ii) GuaranteeWarranty Certificate(iii) Completion certificate issued by EIC that the material has been

successfully installed amp commissioned(iv) Documents asked as per clause 12 of General Technical Terms ans

ConditionsC The payment shall be released through electronic fund transfer and hence you

are requested to give your bank account detail along with IFSCRTGS code of your bank branch The required detail is to be filled in ldquoSchedule-3-Bank Account Detailrdquo Bank charges if any shall be borne by you The details to be submitted in the schedule as enclosed

DAs per SJVN Ltd policy no advance payment can be given

E The service tax shall be paid by the SJVN bidder as per service tax notification no 302012 dated 20062012 The service tax is to mentioned separately in price schedules amp same shall be reimbursed on submission of following information along with the bills-

(I) Name Address amp Contact Details (Tel no etc) of the Service Provider (II) Service Tax Number of the Service Provider(III) PAN of the Service Provider(IV) Service Tax Invoice Number(V) Gross amount of services(VI) Service Tax amount

80 WORK COMPLETION SCHEDULEThe basic consideration and the essence of the Contract shall be the strict adherence to the Work Completion Schedule Entire scope of work should be completed within 90 days from the issue of Supply Order

90 LIQUIDATED DAMAGES

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 4 of 7

91 If the Supplier fails to complete the work within the period(s) specified in the Contract the Owner shall without prejudice to its other remedies under the Contract deduct from the Contract Price as Liquidated Damages as specified here in below

92 The Liquidated Damage for delay in completion of work(Supply Installation amp Commissioning) beyond the maximum completion schedule as stipulated at clause 80 above shall be frac12 (Half percent) per week or part thereof of the total contract value The total amount of Liquidated Damages for delay under the Contract will be subject to a maximum of five percent (5) of the total Contract price

93 Amount of Liquidated Damage shall be payable by the Supplier whenever demanded by the Owner and or Owner can recover the amount of liquidated Damages (to the extent leviable at any time) from the amount payable to the Supplier available with Owner under this Contract

94 Supplierrsquos obligations and the Ownerrsquos remedies in respect of delay are solely and exclusively as stated in this Liquidated Damages clause subject to provisions of Clause 120 and consequence thereof

100 TERMINATION OF CONTRACT ON CONTRACTORS DEFAULTThe Owner without prejudice to any other remedy for breach of Contract by written notice of default sent to the Contractor may terminate this Contract in whole or in part

a) if the Contractor fails to complete any part of all the work or all of the Goods within the period(s) specified in the Contract or within any extension thereof granted by the Owner

b) if the Contractor fails to perform any other obligation(s) under the Contract

c) If the Contractor in the judgment of the Owner has engaged in corrupt or fraudulent practices in competing for or in executing the Contract

101 In the event the Owner terminates the Contract in whole or in part the Owner may procure get repaired upon such terms and in such manner as it deems appropriate Goods or Services similar to those undelivered un-repaired and the Contractor shall be liable to the Owner for any excess costs for such similar Goods or Services However the Contractor shall continue performance of the Contract to the extent not terminated

110 TERMINATION FOR INSOLVENCYThe Owner may at any time terminate the Contract by giving written notice to the Contractor if the Contractor becomes bankrupt or otherwise insolvent In this event termination will be without compensation to the Contractor provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the Owner

120 TERMINATION OF CONTRACT ON OWNERS INITIATIVE

121 The Owner reserves the right to terminate the Contract either in part or in full due to reasons other than those mentioned under clause entitled Contractors

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 5 of 7

Default and Outbreak of War The Owner shall in such an event give seven (7) days notice in writing to the Contractor of his decision to do so

122 The Contractor upon receipt of such notice shall discontinue the work on the date and to the extent specified in the notice make all reasonable efforts to obtain cancellation of all orders and contracts to the Owner stop all further sub-contracting or purchasing activity related to the work terminated and assist the Owner in storage maintenance protection and disposition of the works acquired under the contract by the Owner

123 In the event of such a termination the Contractor shall be paid equitable and reasonable compensation as dictated by the circumstances prevalent at the time of termination

130 SETTLEMENT OF DISPUTES131 Any dispute(s) or difference(s) arising out of or in connection with the Contract

shall to the extent possible in the first instance be resolved amicably between the Contractor and the Ownerrsquos Engineer

132 If any dispute or difference of any kind whatsoever shall arise between the Owner and the Contractor arising out of the Contract for the performance of the Works whether during the progress of the Works or after its completion or whether before or after the termination abandonment or breach of the Contract it shall in the first place be referred to and settled by the Engineer who within a period of ten (10 ) days after being requested by either party to do so shall give written notice of his decision to the Owner and the Contractor

133 Save as hereinafter provided such decision in respect of every matter so referred shall be final and binding upon the parties until the completion of the entire work under the Contract and shall forthwith be given effect to by the Contractor who shall comply with all such decisions with all due diligence whether he or the Owner requires arbitration as hereinafter provided or not

134 If after the Engineer has given written notice of his decision to the parties no claim to arbitration has been communicated to him by either party within ten (10) days from the receipt of such notice the said decision shall become final and binding on the parties

135 In the event of the Engineer failing to notify his decision within ten (10) days after being requested as aforesaid or in the event of either the Owner or the Contractor being dissatisfied with any such decision or within ten (10) days after the expiry of the first mentioned period of ten (10) days as the case may be either party may require by written notice to the other party that the matters in dispute be referred to arbitration as hereinafter provided

140 ARBITRATION

141 All disputes or differences in respect of which the decision if any of the Engineer has not become final or binding as aforesaid shall be settled by arbitration in the manner hereinafter provided

142 In the event of the Contractor that is to say a citizen andor a permanent resident of India a firm or a company duly registered or incorporated in India the arbitration shall be conducted by three arbitrators one each to be nominated

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 6 of 7

by the contractor and the Owner and the third to be named by the President of Institution of Engineers India If either of the parties fails to appoint its arbitrator within thirty (30) days after receipt of a notice from the other party invoking the arbitration clause the President of the Institution of Engineers India shall have the power at the request of either of the parties to appoint the arbitrators A certified copy of the said President making such an appointment shall be furnished to both the parties

143 The arbitration shall be conducted in accordance with the provisions of the Arbitration amp Conciliation Act 1996 or any statutory modification thereof

144 Arbitration(s) shall give reasoned award

145 The decision of the majority of the arbitrators shall be final and binding upon the parties The expenses of the arbitration shall be paid as may be determined by the arbitrators The arbitrators may from time to time with the consent of all the parties enlarge the time for making the award In the event of any of the aforesaid arbitrators dying neglecting resigning of being unable to act for any reason it will be lawful for the party concerned to nominate another arbitrator in place of the outgoing arbitrator

146 The arbitrator shall have full powers to review andor revise any decision opinion directions certification or valuation of the Engineer in consonance with the contract

150 APPLICABLE LAW

151 The Contract shall be governed by and interpreted in accordance with the laws in force in India The courts of Rampur BushahrShimla shall have exclusive jurisdiction in all matters arising under the Contract

160 NOTICES

Any notice given by one party to the other pursuant to this Contract shall be sent to the other party in writing or by cable telex or facsimile and confirmed in writing to the other partys address specified in NITNIQ

A notice shall be effective when delivered or on the notices effective date whichever is later

17 CORRESPONDENCE(i) All correspondence related to this contract before award of the contract shall

be addressed to DGM Procurement amp Contract Deptt NJHPS SJVN Ltd Jhakri Distt Shimla (HP) PIN- 172201 PH No 0091-1782-275794 Fax No 0091-1782-234049

(ii) All the correspondences after award of the contract shall be addressed to DGM(ITampCPSSM) NJHPS SJVN Ltd Jhakri

18 Engineer in Charge (EIC)DGM (ITampCPSSM) NJHPS SJVN Ltd Jhakri shall be the EIC of this work The material shall be drawn by EIC from store for the installation

19 CONSIGNEEThe Goods under this Contract shall be dispatched to the Consignee at the following address-

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 7 of 7

Manager (OampM Stores)Nathpa Jhakri Hydro Power Station SJVN Ltd Jhakri Distt Shimla (HP)Pin-172201 (INDIA)Phone No 0091-1782-275041 Fax No 0091-1782-234049

20 The material is to transported through ldquoRegistered Common Carrierrdquo only (Registered Common Carrier mean the carrier registered with a State Transport Authority or a Regional Transport Authority)

21 TESTING amp INSPECTIONInspection of material supplied against this supply order shall be carried out by EIC or his authorized representative at project stores Jhakri on receipt of material amp subsequently after successful installation testing amp commissioning at site

THE SECOND SCHEDULE TO THE RESERVE BANK OF INDIA ACT 1934

[Sections 2(e) and 42]

SCHEDULED BANKS

STATE CO-OPERATIVE BANKS Andhra Pradesh State Co-operative Bank Ltd Hyderabad Bihar State Co-operative Bank Ltd Bihar Goa State Co-operative Bank Ltd Panaji Gujarat State Co-operative Bank Ltd Ahmedabad Haryana State Co-operative Apex Bank Ltd Chandigarh Karnataka State Co-operative Apex Bank Ltd Bangalore Kerala State Co-operative Bank Ltd Thiruvananthapuram Madhya Pradesh Rajya Sahakari Bank Maryadit Bhopal Maharashtra State Co-operative Bank Ltd Mumbai Orissa State Co-operative Bank Ltd Bhubaneswar Pondicherry State Co-operative Bank Ltd Pondicherry Punjab State Co-operative Bank Ltd Chandigarh Rajasthan State Co-operative Bank Ltd Jaipur Tamil Nadu State Apex Co-operative Bank Ltd Chennai Uttar Pradesh Co-operative Bank Ltd Lucknow West Bengal State Co-operative Bank Ltd Kolkata

Urban Co-operative Banks

A P Mahesh Co-operative Urban Bank Ltd Hyderabad Abhyudaya Co-operative Bank Ltd Mumbai Ahmedabad Mercantile Co-operative Bank Ltd Ahmedabad Akola Janata Commercial Co-operative Bank Ltd Akola Amanath Co-operative Bank Ltd Bangalore Bassein Catholic Co-operative Bank Limited Vasai Bharat Co-operative Bank (Mumbai) Ltd Mumbai Bharati Sahakari Bank Ltd Pune Bombay Mercantile Co-operative Bank Limited Mumbai Charminar Co-operative Urban Bank Ltd Hyderabad Citizen Credit Co-operative Bank Ltd Mumbai Dombivli Nagari Sahakari Bank Ltd Dombivli Greater Bombay Co-operative Bank Limited Mumbai Indian Mercantile Co-operative Bank Ltd Lucknow Jalgaon Janata Sahakari Bank Ltd Jalgaon Janakalyan Sahakari Bank Ltd Mumbai Janalaxmi Cooperative Bank Ltd Nashik Janata Sahakari Bank Ltd Pune Kallappanna Awade Ichalkaranji Janata Sahakari Bank Ltd Ichalkaranji Kalupur Commercial Co-operative Bank Ltd Ahmedabad Kalyan Janata Sahakari Bank Ltd Kalyan Kapol Cooperative Bank Ltd Mumbai Karad Urban Co-operative Bank Ltd Karad Madhavapura Mercantile Co-operative Bank Ltd Ahmedabad Mahanagar Co-operative Bank Ltd Mumbai Mapusa Urban Co-operative Bank of Goa Ltd Mapusa Mehsana Urban Co-operative Bank Ltd Mehsana N K G S B Co-operative Bank Ltd Mumbai Nagar Urban Co-operative Bank Ltd Ahmednagar Nagpur Nagrik Sahakari Bank Ltd Nagpur New India Co-operative Bank Ltd Mumbai Nutan Nagrik Sahakari Bank Ltd Ahmedabad Parsik Janata Sahakari Bank Ltd Thane Pravara Sahakari Bank Ltd Loni Punjab amp Maharashtra Co-operative Bank Ltd Mumbai Rajkot Nagrik Sahakari Bank Ltd Rajkot Rupee Co-operative Bank Ltd Pune Sangli Urban Co-operative Bank Ltd Sangli Saraswat Co-operative Bank Ltd Mumbai Sardar Bhiladwala Pardi Peoples Co-operative Bank Ltd Killa Pardi Shikshak Sahakari Bank Ltd Nagpur Solapur Janata Sahakari Bank Ltd Solapur Surat Peoples Co-operative Bank Ltd Surat Thane Bharat Sahakari Bank Ltd Thane Thane Janata Sahakari Bank Ltd Thane The Akola Urban Co-operative Bank Ltd Akola The Cosmos Co-operative Bank Ltd Pune The Goa Urban Co-operative Bank Ltd Panaji The Khamgaon Urban Co-operative Bank Ltd Khamgaon The Nasik Merchants Co-operative Bank Ltd Nasik The Shamrao Vithal Co-operative Bank Ltd Mumbai The Zoroastrian Co-operative Bank Ltd Mumbai Vasavi Co-operative Urban Bank Limited Hyderabad

SBI AND ASSOCIATES State Bank of India State Bank of Bikaner amp Jaipur State Bank of Hyderabad State Bank of Indore State Bank of Mysore State Bank of Patiala State Bank of Saurashtra State Bank of Travancore

NATIONALISED BANKS

Allahabad Bank Andhra Bank Bank of Baroda Bank of India Bank of Maharashtra Canara Bank Central Bank of India Corporation Bank Dena Bank Indian Bank Indian Overseas Bank Oriental Bank of Commerce Punjab National Bank Punjab and Sind Bank Syndicate Bank UCO Bank Union Bank of India United Bank of India Vijaya Bank

OTHER PUBLIC SECTOR BANKS

Industrial Development Bank of India Ltd

PRIVATE SECTOR BANKS Bank of Rajasthan Ltd Catholic Syrian Bank Ltd City Union Bank Ltd Development Credit Bank Ltd Dhanalakshmi Bank Ltd Federal Bank Ltd HDFC Bank Ltd ICICI Bank Ltd IndusInd Bank Ltd ING Vysya Bank Ltd Jammu and Kashmir Bank Ltd Karnataka Bank Ltd Karur Vysya Bank Ltd Kotak Mahindra Bank Ltd Lakshmi Vilas Bank Ltd Nainital Bank Ltd Ratnakar Bank Ltd SBI Commercial International Bank Ltd South Indian Bank Ltd Tamilnad Mercantile Bank Ltd Axis Bank Ltd Yes Bank Ltd

FOREIGN BANKS ABN Amro Bank NV Abu Dhabi Commercial Bank Ltd American Express Banking Corporation Antwerp Diamond Bank NV Arab Bangladesh Bank Bank International Indonesia Bank of America Bank of Bahrain and Kuwait BSC Bank of Ceylon Bank of Nova Scotia Bank of Tokyo ndash Mitsubishi Ltd Barclays Bank Plc BNP Paribas China Trust Commercial Bank Shinhan Bank Citi Bank NA Calyon Bank Deutsche Bank DBS Bank Ltd The Hongkong and Shanghai Banking Corporation Ltd JP Morgan Chase Bank NA Krung Thai Bank Public Company Ltd Mashreq Bank psc Mizuho Corporate Bank Ltd Oman International Bank SAOG Societe Generale Sonali Bank Standard Chartered Bank State Bank of Mauritius Ltd

GRAMIN BANKS Andhra Pradesh Grameen Vikas Bank Warangal (Andhra Pradesh) Andhra Pragathi Grameena Bank Kadapa (Andhra Pradesh) Aryavart Gramin Bank Lucknow (Uttar Pradesh) Arunachal Pradesh Rural Bank Naharlagun (Arunachal Pradesh) Assam Gramin Vikas Bank Guwahati (Assam) Baitarani Gramya Bank Baripada (Orissa) Ballia Kshetriya Gramin Bank Ballia (Uttar Pradesh) Bangiya Gramin Vikash Bank Berhampore (West Bengal) Baroda Gujarat Gramin Bank Bharuch (Gujarat) Baroda Rajasthan Gramin Bank Ajmer (Rajasthan) Baroda Uttar Pradesh Gramin Bank Rae Bareli (Uttar Pradesh) Bihar Kshetriya Gramin Bank Monghyr (Bihar) Cauvery Kalpatharu Grameena Bank Mysore (Karnataka) Chaitanya Godavari Grameena Bank (Andhra Pradesh) Chhattisgarh Gramin Bank Raipur (Chhattisgarh) Chikmagalur-Kodaga Grameena Bank Chikmagalur (Karnataka) Deccan Grameena Bank Dilsukhnagar (Hyderabad) Dena Gujarat Gramin Bank Gandhinagar (Gujarat) Durg-Rajnandgaon Gramin Bank Rajnandgaon (Chhattisgarh) Ellaquai Dehati Bank Srinagar (Jammu and Kashmir) Etawah Kshetriya Gramin Bank Etawah (Uttar Pradesh) Faridkot Bhatinda Kshetriya Gramin Bank Bhatinda (Punjab) Gurgaon Gramin Bank Gurgaon (Haryana) Hadoti Kshetriya Gramin Bank Kota (Rajasthan) Haryana Gramin Bank Rohtak (Haryana) Himachal Gramin Bank Mandi (Himachal Pradesh) Jaipur Thar Gramin Bank Jaipur (Rajasthan) Jammu Rural Bank Jammu Jhabua-Dhar Kshetriya Gramin Bank Jhabua (Madhya Pradesh) Jharkhand Gramin Bank Ranchi (Jharkhand) Kalinga Gramya Bank Cuttack (Orissa) Kamraz Rural Bank Sopore (Jammu and Kashmir) Karnatka Vikas Gramin Bank Dharwad (Karnataka) Kashi Gomti Samyut Gramin Bank Varanasi (Uttar Pradesh) Khasi J Bank Shillong (Meghalaya) Krishna Grameena Bank Gulbarga (Karnataka) Kshetriya Kisan Gramin Bank Mainpuri (Uttar Pradesh) Langpi Dehangi Rural Bank Dhiphu (Assam) Lucknow Kshetriya Gramin Bank Sitapur (Uttar Pradesh) Madhya Bharath Gramin Bank Sagar (Madhya Pradesh) Madhya Bihar Gramin Bank Patna (Bihar) Mahakaushal Kshetriya Gramin Bank Jabalpur (Madhya Pradesh) Maharashtra Godavari Gramin Bank (Maharashtra) Malwa Gramin Bank Sangrur (Punjab) Marwar Ganganagar Bikaner Gramin Bank Pali (Rajasthan) Manipur Rural Bank Imphal (Manipur) Marathwada Gramin Bank Nanded (Maharashtra) Mewar Aanchalik Gramin Bank Udaipur (Rajasthan) Mizoram Rural Bank Aizawl (Mizoram) Nagaland Rural Bank Kohima (Nagaland) Nainital Almora Kshetriya Gramin Bank Nainital (Uttaranchal) Narmada Malwa Gramin Bank Indore (Madhya Pradesh) Neelachal Gramya Bank (Orissa) North Malabar Gramin Bank Kannur (Kerala) Pallavan Grama Bank Salem (Tamil Nadu)

Pandyan Grama Bank Virudhunagar (Tamil Nadu) Paschim Banga Gramin Bank Howrah (West Bengal) Parvatiya Gramin Bank Chamba (Himachal Pradesh) Pragathi Gramin Bank Bellary (Karnataka) Prathama Bank Moradabad (Uttar Pradesh) Puduvai Bharthiar Grama Bank (Pondicherry) Punjab Gramin Bank Kapurthala (Punjab) Purvanchal Gramin Bank Gorakhpur (Uttar Pradesh) Rajasthan Gramin Bank Alwar (Rajasthan) Ratnagiri Sindhudurg Gramin Bank Ratnagiri (Maharashtra) Rewa-Sidhi Gramin Bank Rewa (Madhya Pradesh) Rushikulya Gramya Bank Berhampur (Orissa) Samastipur Kshetriya Gramin Bank Samastipur (Bihar) Saptagiri Grameena Bank Chitoor (Andhra Pradesh) Sarva UP Gramin Bank (Uttar Pradesh) Satpura Narmada Kshetriya Gramin Bank Chhindwara (Madhya Pradesh) Saurashtra Gramin Bank Rajkot (Gujarat) Sharda Gramin Bank Satna (MP) Shreyas Gramin Bank Aligarh (Uttar Pradesh) Solapur Gramin Bank Solapur (Maharashtra) South Malabar Gramin Bank (Kerala) Surguja Kshetriya Gramin Bank Ambikapur (Chhattisgarh) Tripura Gramin Bank Agartala (Tripura) Triveni Kshetriya Gramin Bank Orai (Uttar Pradesh) Utkal Gramya Bank Bolangir (Orissa) Uttaranchal Gramin Bank Dehradun (Uttaranchal) Uttar Banga Kshetriya Gramin Bank Cooch-Behar (West Bengal) Uttar Bihar Kshetriya Gramin Bank Muzaffarpur (Bihar) Vananchal Gramin Bank Dhumka (Jharkhand) Vidharbha Kshetriya Gramin Bank Akola (Maharashtra) Vidisha-Bhopal Kshetriya Gramin Bank Vidisha (Masdhya Pradesh) Visveshwaraya Grameen Bank Mandya (Karnataka) Wainganga Kshetriya Gramin Bank Chandrapur (Maharashtra)

  • 101910JPG
  • 101934JPG
  • 101945JPG
  • 101956JPG
  • 102006JPG
  • NIQpdf
  • PQR2pdf
  • BOQ Audio-Videopdf
  • Technical Specificationspdf
  • ITB3pdf
  • GCC6pdf
  • Listofscheduledbankpdf
    • PRE QUALIFICATION CRITERIA

      PPR-NJHPS-1163 (OampM)2014

      Qualifying requirement for ldquoSupply Installation amp Testing of AudioVideo Equipments for Conference Room of New Office Building of NJHPS SJVN Ltd Jhakrirdquo

      (A) Proven Experience

      10 The bidder should be a regular contractor for ldquoSupply Installation amp Testing of AudioVideo Equipmentsrdquo The bidder must submit the supporting documents (LOAs work orders agreements for the similar work along with the satisfactory completion certificate) to this effect from their clients In the case LOAs work orders agreements are from the private company (ies) firm (s) then copy (ies) of TDS for the same are also need to be submitted along with the satisfactory completion certificate

      20 The bidder should have completed such type of job in the past

      (B) Financial Requirement

      10 Financial Requirement The Bidder must have an average annual financial turn over of ` 1097615 (Rupees Ten Lacs Ninety Seven Thousand Six Hundred Fifteen only) during last three years ending 31st March of previous financial year

      20 The Bidder should have successfully completed the similar work as per any of the following criteria during last 7 years ending last day of month previous to one in which applications are invited

      (a) The Bidder should have carried out the 3 similar works valuing not less than ` 14 63487- (Rupees Fourteen Lacs Sixty Three Thousand Four Hundred Eighty Seven only) each

      Or

      (b) 2 similar completed works valuing not less than ` 18 29359- (Rupees Eighteen Lacs Twenty Nine Thousand Three Hundred Fifty Nine only) each

      Or

      (c) 1 similar completed work valuing not less than ` 29 26974- (Rupees Twenty Nine Lacs Twenty Six Thousand Nine Hundred Seventy Four only)

      Note Similar work means work related to Supply Installation amp Testing of AudioVideo Equipments

      The bidder must submit the supporting documents (LOAs work orders agreements for the similar work along with the satisfactory completion certificate) to this effect from their clients In the case LOAs work orders agreements are from the private company (ies) firm (s) then copy (ies) of TDS for the same are also need to be submitted along with the satisfactory completion certificate

      (C) General Conditions of Prequalification

      1 Bidder must furnish Code number photocopies for PAN Sales tax VATTIN amp Service Tax (If applicable) etc

      2 SJVN Ltd reserves the right to cancel withdraw the invitation for bid without assigning any reason and shall bear no liability whatsoever consequent upon such a decision

      3 Notwithstanding anything stated above SJVN Ltd reserves the right to assess the Bidderrsquos capability and capacity to perform the contract satisfactorily should the circumstances warrant such assessment in the overall interest of SJVN Ltd

      4 Price bid of only those bidders shall be opened who qualify based on the specified qualifying requirements after Scrutiny of details documents furnished by them and found to be techno- commercial responsive

      SJVN Ltd

      Annexure-I

      Under Taking From Bidder

      Bidderrsquos Name amp Address

      11 We are qualified under clause (A) amp (C) of the qualifying requirements (any qualifying requirements which bidder does not meet shall be mentioned in the separate sheet)

      12 We are regular contractor for Supply Installation amp Testing of AudioVideo Equipments

      13 We confirm having carried out following contracts for similar nature of job related to Supply Installation amp Testing of AudioVideo Equipments

      Name and Address of Client

      Details of work executed

      Order No amp Date

      Date of Completion

      Order Value

      Copy of order Enclosed

      These details are to be furnished in Schedule-5 of Techno commercial part of the bid

Page 10: PPR-NJHPS-1163 NOTICE INVITING TENDER (Domestic ...sjvn.nic.in/writereaddata/Portal/Tender/179_1/1_Tender_Doc1163.pdf · certificate) to this effect from their clients. In the case

Page 5 of 11 ITB- PPR-1163- AudioVideo System)

Bidders are required to quote the price for the commercial contractual and technical obligations outlined in the bidding documents

Bidders shall give the required details and breakup of their prices as per Schedules specified

The Prices quoted by the Bidder shall be FIRM during the performance of the contract and not subject to variation on any account A bid submitted with an adjustable price quotation will be treated as non-responsive and rejected

160 Bid Currencies

Bidders shall quote all prices in Indian Rupees only

170 Period of Validity of Bid

Bids shall remain valid for a period of 120 days after the closing date prescribed by the Owner for the receipt of bids A bid valid for a shorter period shall be rejected by the Owner as being non-responsive

In exceptional circumstances the Owner may solicit the Bidderrsquos consent to an extension of the bid validity period The request and responses thereto shall be made in writing or by cablefax If a Bidder accepts to prolong the period of validity the bid security shall also be suitably extended A Bidder may refuse the request without forfeiting its bid security A Bidder granting the request will not be required nor permitted to modify its bid

180 BID PROPOSAL SHEETS (BPS)

The Bidder shall furnish complete all the appropriate Schedules data required as per the bidding documents at httpssjvnabcprocurecom

190 FORMAT AND SIGNING OF BID

The Bid must contain the name residence and place of business of the person or persons making the Bid and must be digitally signed The name of all persons signing should also be mentioned at appropriate place

Bid by Corporation Company must be digitally signed with the legal name of the Corporation Company by the President Managing Director or by the Secretary or other person or persons authorized to bid on behalf of such Corporation Company in the matter

Bidders name stated on the proposal shall be the exact legal name of the firm

All the requisite documents shall be scanned amp uploaded along with bid The hard copy of the documents shall also be posted as per details given in clause 320 so as to reach on or before the last date and time of submission of bid

If situation so warrants SJVN LTD NJHPS may ask the bidders to produce original documents which were submitted as scanned copies along with bid for verification

Page 6 of 11 ITB- PPR-1163- AudioVideo System)

200 Submission of Bids

The bids will be submitted electronically at designated places in various schedules The complete bid document along with the schedules can be downloaded by the bidder through httpssjvnabcprocurecom only after registration as explained in ldquoVendor Registration Procedure amp Submission amp Filling of Bidsrdquo The bid is to be filled only in the in the schedules available on the web The price schedules cannot be downloaded as they are to be filled online however techno-commercial schedules and Bid Proposal Sheet etc are to be downloaded first and are to be uploaded again after filling the same The bid is called under 02 parts as under-

A Bid Proposal Sheet (BPS) Price Bid Part which consists of the followings schedules-

(i) Schedule-1 Page 1 of 2 ldquoSchedule of Pricesrdquo(ii) Schedule-1 Page 2 of 2 ldquoSchedule of Taxes amp Dutiesrdquo

Remarks-All above schedule are available in single excel sheet ldquoBPS Price Schedulesrdquo The bidders have to fill the required information in the colored boxes only

The prevailing rate of taxes amp duties is to be clearly mentioned in the ldquoSchedule of Taxes amp Dutiesrdquo In case nothing is mentioned or mentioned ldquoNILrdquo then it shall be presumed that the rates quoted are inclusive of taxes and duties or as else the taxes amp duties are not applicable The taxes amp duties shall be paid as per applicable rate at the time of execution of work Any increase in taxes amp duties new introduction of new taxes amp duties levy by the Govt shall be paid by SJVN Ltd provided that such increase in taxes amp duties new introduction of new taxes amp duties levy by the Govt is made with in schedule work completion period as per LOA otherwise same shall be paid by the bidders The following may be considering by the bidders-

a The entry tax for the entry of goods in Himachal Pradesh shall be paid by SJVN directly to concerned authorities During bid evaluation the bid of the bidders quoting outside from HP shall be loaded at the applicable rate of the Entry Tax

b CSTVAT No ldquoCrdquo Form will be issued by SJVN Ltd for this tender thus Sale tax has to be quoted for accordingly by the bidder

c Any other deduction like TDS ldquoWCTrdquo (As per applicable rate in HP) if applicable as per the Govt laws shall be made from your payment and statement for the same shall be provided by SJVN for the same

d The successful bidder in his own interest shall have to register himselffirmcompany under the HP VAT Act-2005 with the Excise amp taxation Deptt Himachal Pradesh WCT on the material portion of the contract shall be deducted as applicable

BBid Proposal Sheet Techno-commercial Bid Part which consists of the followings-

All documents as required CSTVATTIN No PAN etc and any other documents as required asked in the tender are to be uploaded submitted along with the bid These documents are to be uploaded along with the General Documents

Page 7 of 11 ITB- PPR-1163- AudioVideo System)

Bid Security Earnest Money deposit (EMD)Copy of NSICSSI certificate as per sr no 110 above

Cost of Tender Document (If any)copy of NSICSSI certificate as per sr no 210 above

Undertaking as per sr no 330 below

The Bid Proposal Sheet (BPS) techno-commercial schedules to be filled are as under-

(i) Schedule-2 Page 1 of 1 ldquoSchedule of Deviationsrdquo(ii) Schedule-3 Page 1 of 1 ldquoSchedule for Contact Details amp Bank

Account Detailsrdquo(iii) Schedule-4 Page 1 of 1 ldquoSchedule of make offeredrdquo(iv) Schedule-5 Page 1 of 1 ldquoSchedule for Minimum Qualifying

Requirementsrdquo

Remarks-All above schedule are available in single excel sheet ldquoBPS Techno commercial Schedulesrdquo The bidders have to fill the required information in the colored boxes only

The Techno-Commercial Bid part will be opened electronically as per schedule time and date as indicated in the bid documents in the Oo Dy General Manager (PampC) NJHPS SJVN Ltd Jhakri Distt Shimla (HP) ndash 172 201

The Price Part will be opened electronically at same place only for those bidders whose techno-commercial part is found to be techno-commercially acceptable and only such bidders will be intimated subsequently either telephonically or through Fax Courier about the time and date of price bid opening

The Owner further reserves the right to reject any Bid which is not submitted according to the instructions stipulated above

After submission of the bid through e-tendering an acknowledgment slip is automatically generated and same is to be send by fax poste-mail as per clause 320 as a proof for bid submission through e-tendering

210 Cost of Tender Documents The cost of tender document is Rs 1000- (One Thousand Only) in the shape of Demand Draft in favour of owner (NJHPS SJVN Ltd Jhakri) payable banks as mentioned at sr no 112 above and the bidder must submit the same in envelope which should be reached preferably before last date and time of submission of bid ie 1230 Hrs of 03092014 The scanned copy of the cost of bid document (DD) shall be uploaded in the designated place The NSICMSE registered firms are exempted from the submission of the cost of tender documents

220 Late BidsNo bid shall be received after last date and time of bid submission

Page 8 of 11 ITB- PPR-1163- AudioVideo System)

230 Withdrawal of Bids

No bid may be withdrawn in the interval between the bid submission deadline and the expiration of the bid validity period specified in Bid documents Withdrawal of a bid during this interval may result in the Bidders forfeiture of its bid security EMD

240 Bid Opening and Evaluation

The Owner will open all bids electronically in the presence of bidders representatives who choose to attend the opening at the time on the date and at the place specified in the NIT NIQ Bidders representatives shall sign a register as proof of their attendance In the event of the specified date for the opening of bids being declared a holidaynetwork problem for the Owner the bids will be opened at the appointed time on the next working day

Bids will be evaluated for the complete scope of the supply on single responsibility basis and FOR Jhakri basis During bid evaluation the bid of the bidders quoting outside from HP shall be loaded at the applicable rate of the Entry Tax

No price preference shall be given to any bidder during the bid evaluation

No Mobile Phone will be permitted inside the bid opening room Therefore bidders should deposit Mobile Phones with Security gate at Reception

SJVN liability towards service tax shall also be considered as per service tax notification No 302012 dated 20062012 during bid evaluation

Cost loading will be carried out for the deviations taken by the bidder to determine the lowest evaluated Bid which will be considered for acceptance

The items for which bidder does not quote his price ie leaves the rate amount column blank or simply puts a (-) mark or () mark or indicates lsquoNILrsquo lsquoNArsquo or as applicable no cost shall be considered for bid evaluation for these items and for the purpose of award the value of such item shall be deemed to have been included in other quoted items If the bidder does not agree to this consideration his bid will be rejected and the bid guarantee may be forfeited

250 Clarification of Bids

During bid evaluation the Owner may at its discretion ask the Bidder for a clarification of its bid The request for clarification and the response shall be in writing and no change in the price or substance of the bid shall be sought offered or permitted

260 Correction of Errors (Applicable to extent possible)

A The errors discrepancies in respect of the specified amount in Bid Proposal Sheets for an individual item andor sub-item andor in the sub-total of a schedule andor in the Grand total of a schedule andor in the lump sum price of the package either due to discrepancy between figures and words andor simple arithmetical error while adding andor multiplying and or due to wrong extension of unit rates etc the error will be rectified and computed by SJVN as per the following method

Page 9 of 11 ITB- PPR-1163- AudioVideo System)

(i) In case of discrepancy between figure and words the value specified in the words will be considered for computation

(ii) Firstly the unit rates in words will be considered for computation

(iii) In case unit rates are not indicated in words then unit rates indicated in figure will be considered and will be used for deriving the amount from the quantities specified in the bid documents

(iv) In case error is due to wrong extension of quantities the quantities as specified in the bid documents will be considered and multiplied by the quoted unit rates to obtain the amount The amounts will be computed as per the extension of amount on the basis of unit rates of individual item sub-item sub-total of a schedule grand total of a schedule and lump sum price of the package based on the above consideration

B After computation of the amounts as above the values as computed shall be considered for evaluation as well as for award If the bidder does not accept the above consideration his bid will be rejected and the Bid Security EMD may be forfeited

C The Owners determination of a bids responsiveness is to be based on the contents of the bid itself 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 non-conformity

270 Influencing the Owner

No Bidder shall contact the Owner on any matter relating to its bid from the time of the opening of bids to the time the contract is awarded

Any effort by a Bidder to influence the Owner in the Ownerrsquos bid evaluation bid comparison or contract award decisions may result in rejection of the Bidderrsquos bid

280 Award of Contract

The Owner will award the contract to the successful Bidder whose bid has been determined to be substantially responsive and to be the lowest evaluated bid further provided that the bidder is determined to be qualified to perform the contract satisfactorily

The owner may request the Bidder to withdraw any of the deviations listed in Deviation Schedule of the winning bid at the price shown for the deviation in Deviation schedule In case the Bidder does not withdraw the deviations proposed by him if any at the cost of withdrawal stated in the bid his bid will be rejected and bid security forfeited

Bidders would be required to comply with all other requirement of the Bidding Documents except for those deviations in Deviation Schedule which are accepted by the Owner failing which the bid security of the Bidder may be forfeited

Award will be placed for total quantity on L1 basis for substantially responsive bid on single responsibility basis for entire scope of supply

Page 10 of 11 ITB- PPR-1163- AudioVideo System)

290 Owners Right to Accept Any Bid and to Reject Any Bids

The Owner reserves the right to accept or reject any bid and to annul the bidding process and reject all bids at any time prior to award of contract without thereby incurring any liability to the affected Bidder or bidders or any obligation to inform the affected Bidder or bidders of the grounds for the Owners action

300 Notification of Award

Prior to the expiration of the period of bid validity the Owner will notify the successful Bidder in writing by registered letter or by cable to be confirmed in writing by registered letter that its bid has been accepted The notification of award will constitute the formation of the contract

Upon the successful Bidders furnishing of the performance security the Owner will promptly notify each unsuccessful Bidder and will discharge its bid security

310 Corrupt or Fraudulent Practices

A The Owner requires that Bidders to observe the highest standard of ethics during the procurement and execution of the Contract In pursuance of this policy the Owner

(a) defines for the purposes of this provision the terms set forth below as follows

(i) corrupt practice means the offering giving receiving or soliciting of any thing of value to influence the action of a public official in the procurement process or in contract execution and

(ii) fraudulent practice means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Owner and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Owner of the benefits of free and open competition

(b) will reject a proposal for award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question

(c) will declare a firm ineligible either indefinitely or for a stated period of time to be awarded a contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for or in executing a contract of the Owner

B Furthermore Bidders shall be aware of the provision stated in the General Conditions of Contract

320 Submission of documents by post

The following documents in hard copyoriginal form sealed in envelop super scribed as ldquoSupply Installation amp Testing of AudioVideo Equipments for

Page 11 of 11 ITB- PPR-1163- AudioVideo System)

Conference Room Of New Office Building Of NJHPS SJVN Ltd Jhakri -(PPR-1163 (OampM)2014)rdquoare to be sent through post-

(i) Earnest Money Deposit (In original)copy of MSE certificate as per clause no 110

(ii) Cost of tender document (In Original) copy of MSE certificate as per clause no 210

(iii) Undertaking form duly signed by the bidder shall be uploaded along with the bid the details of which are as per clause 330

(iv) Copy of TIN No

The scanned copies of above documents are to be uploaded on the web and must reach preferably 03092014 1230 HRS

Any documents as asked or required are to be sent to the following address-Dy General Manager (GM) Procurement and Contract DepartmentNJHPS SJVN LTD JhakriDistt Shimla (HP)-172201

Phone No 01782-275236Fax No 01782-234049 275106E-mail sksood_2000yahoocoin

Any documents as asked or required like scanned copies of EMD amp Cost of tender document (if any) copy of previous orders dealership certificate etc are to be uploaded at the link ldquoGeneral Documentsrdquo at httpssjvnabcprocurecom

330 Undertaking

331 I have read carefully all the bidding documents and agreed to the conditions exceptfor deviation taken clause wise in deviation schedule

332 I have not changed the contents of the bidding documents

333 Scanned copy of documents uploaded along with the bid is true to the best of my knowledge

334 We have quoted for all the items If after opening of price bid it is found that wehave not quoted for all items then our bid shall not be considered for price bid evaluation

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 1 of 7

GENERAL CONDITIONS OF CONTRACT (GCC)

10 Definitions

In this Contract the following terms shall be interpreted as indicated

(a) The Contract means the Contract Agreement entered between the Owner and the Contractor as recorded in the Contract Form signed by the parties including all attachments and appendices thereto and all documents incorporated by reference therein

(b) The Contract Price means the price payable to the Contractor under the Contract for the full and proper performance of its contractualobligations

(c) The Services means all those services necessary for the Supply Installation amp Testing of AudioVideo Equipments under this contractand any other incidental services etc and other such obligations of the Contractor covered under the Contract

(d) The Owner means the SJVN Limited

(e) The Contractor means the individual or firm The Contractor means the individual or firm carrying out the work under this Contract

(f) Corrupt Practice means the offering giving receiving or soliciting ofany thing of value to influence the action of a public official in the procurement process or in contract execution

(g) Fraudulent Practice means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Owner and includes collusive practice among Bidders (prior to or after Bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Owner of the benefits of free and open competition

20 CONTRACT PERFORMANCE SECURITY (CPS)

21 Within thirty (30) days of receipt of the notification of Contract award you shall furnish to the Owner an unconditional performance security for ten percent (10) of the Contract Price with validity up to sixty (60) days after warrantee period (Refer Clause 50 below)

22 The proceeds of the performance security shall be payable to the Owner as compensation for any loss resulting from the Contractors failure to complete its obligations under the Warranty and ContractSupport period

23 The performance security shall be denominated in the currency of the Contract and shall be in the form of Bank Guarantee (As per format enclosed) preferably issued by a nationalized Bank scheduled bank (As per the list enclosed) acceptable to the Owner or in the form of FDR or TDR (pledged in the favour of the owner)

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 2 of 7

24 The performance security will be discharged by the Owner and returned to the Contractor not later than sixty (60) days after expiry of Warranty and ContractSupport period

25 NSIC MSE registered firms are not exempted from the submission of the CPG

26 The interest 155 shall be charged on delay period for breach in timely submission of CPGInitial Security Deposit without prejudice to right of SJVN to other remedies available under the contract

30 PACKING AND FORWARDING 31 The bidder shall provide such packing to the goods as is required to prevent

damage or deterioration during transit to their final destination at Jhakri

40 INSURANCEThe goods to be supplied under the scope of the work shall be insured for all risks by the contractor till it is delivered installed amp commissioned at NJHPS SJVN Ltd Jhakri

50 GUARANTEWARRANTY

The material under the scope of this contract will be warranted against any manufacturing defects poor workmanship and the consumablematerial used for maximum of 12 months from the date of successful installation amp commissioning In case of any problem within the warranty period due to manufacturing defects their performance poor workmanship and the consumablematerial used arises the same will be rectifiedreplaced free of cost at site by the supplier within fortnight of such notification by the EIC as necessary

60 FORCE MEAJEURE

61 The firm shall not be liable for loss or damage to SJVN resulting from any delays or failure to make shipment to Nathpa site within schedule time for all or any part of the item due to the act of God war declared or undeclared acts of public enemy riots civil commotion invasion insurrection sabotage acts of restraint of Government federal state or municipal action or regulation fire flood hurricanes accidents epidemic quarantine restrictions or any failure on the part of the Owner or his representative to approve or comments on drawings or other causes contingencies or circumstances not subject to their control whether of a similar or dissimilar nature which prevents the Contractor from completion of work Any such cause or delays even though not existing on the date of the contract on or the date of start of reclaiming shall extend the time of performance automatically by length of delays occasioned thereby including delay reasonably incidental to the resumption of normal reclamation work even though such case may occur after performance of firmrsquos obligation has been delayed for the other causes

62 If a Force Majeure situation arises the Contractor shall promptly notify the Owner in writing of such condition and the cause thereof Unless otherwise directed by the Owner in writing the Contractor shall continue to perform its obligations under the Contract as far as is reasonably practical and shall seek

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 3 of 7

all reasonable alternative means for performance not prevented by the Force Majeure event

70 PAYMENT TERMS The payment to the bidder will be made as under after submission of all the required documents acceptable to SJVN Ltd-

A The Seventy percent (70) payment (including 100 taxes amp duties) shall bemade within 30 days after receipt of the material at NJHPS SJVN Ltd Jhakriand on submission of followings documents to consignee

(i) Bills in triplicate(ii) Photocopy of unconditional acceptance of Letter of Award(iii) Inspection Report issued by the EIC or his representative (The

inspection of supplied material shall be carried out at store NJHPS Jhakri

(iv) Copy of CPG as per clause no 20(v) Copy of TIN No

B Balance thirty percent (30) payment shall be made within 30 days after completion of work and on submission of followings documents in bound folder to the consignee-

(i) Bills in triplicate(ii) GuaranteeWarranty Certificate(iii) Completion certificate issued by EIC that the material has been

successfully installed amp commissioned(iv) Documents asked as per clause 12 of General Technical Terms ans

ConditionsC The payment shall be released through electronic fund transfer and hence you

are requested to give your bank account detail along with IFSCRTGS code of your bank branch The required detail is to be filled in ldquoSchedule-3-Bank Account Detailrdquo Bank charges if any shall be borne by you The details to be submitted in the schedule as enclosed

DAs per SJVN Ltd policy no advance payment can be given

E The service tax shall be paid by the SJVN bidder as per service tax notification no 302012 dated 20062012 The service tax is to mentioned separately in price schedules amp same shall be reimbursed on submission of following information along with the bills-

(I) Name Address amp Contact Details (Tel no etc) of the Service Provider (II) Service Tax Number of the Service Provider(III) PAN of the Service Provider(IV) Service Tax Invoice Number(V) Gross amount of services(VI) Service Tax amount

80 WORK COMPLETION SCHEDULEThe basic consideration and the essence of the Contract shall be the strict adherence to the Work Completion Schedule Entire scope of work should be completed within 90 days from the issue of Supply Order

90 LIQUIDATED DAMAGES

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 4 of 7

91 If the Supplier fails to complete the work within the period(s) specified in the Contract the Owner shall without prejudice to its other remedies under the Contract deduct from the Contract Price as Liquidated Damages as specified here in below

92 The Liquidated Damage for delay in completion of work(Supply Installation amp Commissioning) beyond the maximum completion schedule as stipulated at clause 80 above shall be frac12 (Half percent) per week or part thereof of the total contract value The total amount of Liquidated Damages for delay under the Contract will be subject to a maximum of five percent (5) of the total Contract price

93 Amount of Liquidated Damage shall be payable by the Supplier whenever demanded by the Owner and or Owner can recover the amount of liquidated Damages (to the extent leviable at any time) from the amount payable to the Supplier available with Owner under this Contract

94 Supplierrsquos obligations and the Ownerrsquos remedies in respect of delay are solely and exclusively as stated in this Liquidated Damages clause subject to provisions of Clause 120 and consequence thereof

100 TERMINATION OF CONTRACT ON CONTRACTORS DEFAULTThe Owner without prejudice to any other remedy for breach of Contract by written notice of default sent to the Contractor may terminate this Contract in whole or in part

a) if the Contractor fails to complete any part of all the work or all of the Goods within the period(s) specified in the Contract or within any extension thereof granted by the Owner

b) if the Contractor fails to perform any other obligation(s) under the Contract

c) If the Contractor in the judgment of the Owner has engaged in corrupt or fraudulent practices in competing for or in executing the Contract

101 In the event the Owner terminates the Contract in whole or in part the Owner may procure get repaired upon such terms and in such manner as it deems appropriate Goods or Services similar to those undelivered un-repaired and the Contractor shall be liable to the Owner for any excess costs for such similar Goods or Services However the Contractor shall continue performance of the Contract to the extent not terminated

110 TERMINATION FOR INSOLVENCYThe Owner may at any time terminate the Contract by giving written notice to the Contractor if the Contractor becomes bankrupt or otherwise insolvent In this event termination will be without compensation to the Contractor provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the Owner

120 TERMINATION OF CONTRACT ON OWNERS INITIATIVE

121 The Owner reserves the right to terminate the Contract either in part or in full due to reasons other than those mentioned under clause entitled Contractors

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 5 of 7

Default and Outbreak of War The Owner shall in such an event give seven (7) days notice in writing to the Contractor of his decision to do so

122 The Contractor upon receipt of such notice shall discontinue the work on the date and to the extent specified in the notice make all reasonable efforts to obtain cancellation of all orders and contracts to the Owner stop all further sub-contracting or purchasing activity related to the work terminated and assist the Owner in storage maintenance protection and disposition of the works acquired under the contract by the Owner

123 In the event of such a termination the Contractor shall be paid equitable and reasonable compensation as dictated by the circumstances prevalent at the time of termination

130 SETTLEMENT OF DISPUTES131 Any dispute(s) or difference(s) arising out of or in connection with the Contract

shall to the extent possible in the first instance be resolved amicably between the Contractor and the Ownerrsquos Engineer

132 If any dispute or difference of any kind whatsoever shall arise between the Owner and the Contractor arising out of the Contract for the performance of the Works whether during the progress of the Works or after its completion or whether before or after the termination abandonment or breach of the Contract it shall in the first place be referred to and settled by the Engineer who within a period of ten (10 ) days after being requested by either party to do so shall give written notice of his decision to the Owner and the Contractor

133 Save as hereinafter provided such decision in respect of every matter so referred shall be final and binding upon the parties until the completion of the entire work under the Contract and shall forthwith be given effect to by the Contractor who shall comply with all such decisions with all due diligence whether he or the Owner requires arbitration as hereinafter provided or not

134 If after the Engineer has given written notice of his decision to the parties no claim to arbitration has been communicated to him by either party within ten (10) days from the receipt of such notice the said decision shall become final and binding on the parties

135 In the event of the Engineer failing to notify his decision within ten (10) days after being requested as aforesaid or in the event of either the Owner or the Contractor being dissatisfied with any such decision or within ten (10) days after the expiry of the first mentioned period of ten (10) days as the case may be either party may require by written notice to the other party that the matters in dispute be referred to arbitration as hereinafter provided

140 ARBITRATION

141 All disputes or differences in respect of which the decision if any of the Engineer has not become final or binding as aforesaid shall be settled by arbitration in the manner hereinafter provided

142 In the event of the Contractor that is to say a citizen andor a permanent resident of India a firm or a company duly registered or incorporated in India the arbitration shall be conducted by three arbitrators one each to be nominated

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 6 of 7

by the contractor and the Owner and the third to be named by the President of Institution of Engineers India If either of the parties fails to appoint its arbitrator within thirty (30) days after receipt of a notice from the other party invoking the arbitration clause the President of the Institution of Engineers India shall have the power at the request of either of the parties to appoint the arbitrators A certified copy of the said President making such an appointment shall be furnished to both the parties

143 The arbitration shall be conducted in accordance with the provisions of the Arbitration amp Conciliation Act 1996 or any statutory modification thereof

144 Arbitration(s) shall give reasoned award

145 The decision of the majority of the arbitrators shall be final and binding upon the parties The expenses of the arbitration shall be paid as may be determined by the arbitrators The arbitrators may from time to time with the consent of all the parties enlarge the time for making the award In the event of any of the aforesaid arbitrators dying neglecting resigning of being unable to act for any reason it will be lawful for the party concerned to nominate another arbitrator in place of the outgoing arbitrator

146 The arbitrator shall have full powers to review andor revise any decision opinion directions certification or valuation of the Engineer in consonance with the contract

150 APPLICABLE LAW

151 The Contract shall be governed by and interpreted in accordance with the laws in force in India The courts of Rampur BushahrShimla shall have exclusive jurisdiction in all matters arising under the Contract

160 NOTICES

Any notice given by one party to the other pursuant to this Contract shall be sent to the other party in writing or by cable telex or facsimile and confirmed in writing to the other partys address specified in NITNIQ

A notice shall be effective when delivered or on the notices effective date whichever is later

17 CORRESPONDENCE(i) All correspondence related to this contract before award of the contract shall

be addressed to DGM Procurement amp Contract Deptt NJHPS SJVN Ltd Jhakri Distt Shimla (HP) PIN- 172201 PH No 0091-1782-275794 Fax No 0091-1782-234049

(ii) All the correspondences after award of the contract shall be addressed to DGM(ITampCPSSM) NJHPS SJVN Ltd Jhakri

18 Engineer in Charge (EIC)DGM (ITampCPSSM) NJHPS SJVN Ltd Jhakri shall be the EIC of this work The material shall be drawn by EIC from store for the installation

19 CONSIGNEEThe Goods under this Contract shall be dispatched to the Consignee at the following address-

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 7 of 7

Manager (OampM Stores)Nathpa Jhakri Hydro Power Station SJVN Ltd Jhakri Distt Shimla (HP)Pin-172201 (INDIA)Phone No 0091-1782-275041 Fax No 0091-1782-234049

20 The material is to transported through ldquoRegistered Common Carrierrdquo only (Registered Common Carrier mean the carrier registered with a State Transport Authority or a Regional Transport Authority)

21 TESTING amp INSPECTIONInspection of material supplied against this supply order shall be carried out by EIC or his authorized representative at project stores Jhakri on receipt of material amp subsequently after successful installation testing amp commissioning at site

THE SECOND SCHEDULE TO THE RESERVE BANK OF INDIA ACT 1934

[Sections 2(e) and 42]

SCHEDULED BANKS

STATE CO-OPERATIVE BANKS Andhra Pradesh State Co-operative Bank Ltd Hyderabad Bihar State Co-operative Bank Ltd Bihar Goa State Co-operative Bank Ltd Panaji Gujarat State Co-operative Bank Ltd Ahmedabad Haryana State Co-operative Apex Bank Ltd Chandigarh Karnataka State Co-operative Apex Bank Ltd Bangalore Kerala State Co-operative Bank Ltd Thiruvananthapuram Madhya Pradesh Rajya Sahakari Bank Maryadit Bhopal Maharashtra State Co-operative Bank Ltd Mumbai Orissa State Co-operative Bank Ltd Bhubaneswar Pondicherry State Co-operative Bank Ltd Pondicherry Punjab State Co-operative Bank Ltd Chandigarh Rajasthan State Co-operative Bank Ltd Jaipur Tamil Nadu State Apex Co-operative Bank Ltd Chennai Uttar Pradesh Co-operative Bank Ltd Lucknow West Bengal State Co-operative Bank Ltd Kolkata

Urban Co-operative Banks

A P Mahesh Co-operative Urban Bank Ltd Hyderabad Abhyudaya Co-operative Bank Ltd Mumbai Ahmedabad Mercantile Co-operative Bank Ltd Ahmedabad Akola Janata Commercial Co-operative Bank Ltd Akola Amanath Co-operative Bank Ltd Bangalore Bassein Catholic Co-operative Bank Limited Vasai Bharat Co-operative Bank (Mumbai) Ltd Mumbai Bharati Sahakari Bank Ltd Pune Bombay Mercantile Co-operative Bank Limited Mumbai Charminar Co-operative Urban Bank Ltd Hyderabad Citizen Credit Co-operative Bank Ltd Mumbai Dombivli Nagari Sahakari Bank Ltd Dombivli Greater Bombay Co-operative Bank Limited Mumbai Indian Mercantile Co-operative Bank Ltd Lucknow Jalgaon Janata Sahakari Bank Ltd Jalgaon Janakalyan Sahakari Bank Ltd Mumbai Janalaxmi Cooperative Bank Ltd Nashik Janata Sahakari Bank Ltd Pune Kallappanna Awade Ichalkaranji Janata Sahakari Bank Ltd Ichalkaranji Kalupur Commercial Co-operative Bank Ltd Ahmedabad Kalyan Janata Sahakari Bank Ltd Kalyan Kapol Cooperative Bank Ltd Mumbai Karad Urban Co-operative Bank Ltd Karad Madhavapura Mercantile Co-operative Bank Ltd Ahmedabad Mahanagar Co-operative Bank Ltd Mumbai Mapusa Urban Co-operative Bank of Goa Ltd Mapusa Mehsana Urban Co-operative Bank Ltd Mehsana N K G S B Co-operative Bank Ltd Mumbai Nagar Urban Co-operative Bank Ltd Ahmednagar Nagpur Nagrik Sahakari Bank Ltd Nagpur New India Co-operative Bank Ltd Mumbai Nutan Nagrik Sahakari Bank Ltd Ahmedabad Parsik Janata Sahakari Bank Ltd Thane Pravara Sahakari Bank Ltd Loni Punjab amp Maharashtra Co-operative Bank Ltd Mumbai Rajkot Nagrik Sahakari Bank Ltd Rajkot Rupee Co-operative Bank Ltd Pune Sangli Urban Co-operative Bank Ltd Sangli Saraswat Co-operative Bank Ltd Mumbai Sardar Bhiladwala Pardi Peoples Co-operative Bank Ltd Killa Pardi Shikshak Sahakari Bank Ltd Nagpur Solapur Janata Sahakari Bank Ltd Solapur Surat Peoples Co-operative Bank Ltd Surat Thane Bharat Sahakari Bank Ltd Thane Thane Janata Sahakari Bank Ltd Thane The Akola Urban Co-operative Bank Ltd Akola The Cosmos Co-operative Bank Ltd Pune The Goa Urban Co-operative Bank Ltd Panaji The Khamgaon Urban Co-operative Bank Ltd Khamgaon The Nasik Merchants Co-operative Bank Ltd Nasik The Shamrao Vithal Co-operative Bank Ltd Mumbai The Zoroastrian Co-operative Bank Ltd Mumbai Vasavi Co-operative Urban Bank Limited Hyderabad

SBI AND ASSOCIATES State Bank of India State Bank of Bikaner amp Jaipur State Bank of Hyderabad State Bank of Indore State Bank of Mysore State Bank of Patiala State Bank of Saurashtra State Bank of Travancore

NATIONALISED BANKS

Allahabad Bank Andhra Bank Bank of Baroda Bank of India Bank of Maharashtra Canara Bank Central Bank of India Corporation Bank Dena Bank Indian Bank Indian Overseas Bank Oriental Bank of Commerce Punjab National Bank Punjab and Sind Bank Syndicate Bank UCO Bank Union Bank of India United Bank of India Vijaya Bank

OTHER PUBLIC SECTOR BANKS

Industrial Development Bank of India Ltd

PRIVATE SECTOR BANKS Bank of Rajasthan Ltd Catholic Syrian Bank Ltd City Union Bank Ltd Development Credit Bank Ltd Dhanalakshmi Bank Ltd Federal Bank Ltd HDFC Bank Ltd ICICI Bank Ltd IndusInd Bank Ltd ING Vysya Bank Ltd Jammu and Kashmir Bank Ltd Karnataka Bank Ltd Karur Vysya Bank Ltd Kotak Mahindra Bank Ltd Lakshmi Vilas Bank Ltd Nainital Bank Ltd Ratnakar Bank Ltd SBI Commercial International Bank Ltd South Indian Bank Ltd Tamilnad Mercantile Bank Ltd Axis Bank Ltd Yes Bank Ltd

FOREIGN BANKS ABN Amro Bank NV Abu Dhabi Commercial Bank Ltd American Express Banking Corporation Antwerp Diamond Bank NV Arab Bangladesh Bank Bank International Indonesia Bank of America Bank of Bahrain and Kuwait BSC Bank of Ceylon Bank of Nova Scotia Bank of Tokyo ndash Mitsubishi Ltd Barclays Bank Plc BNP Paribas China Trust Commercial Bank Shinhan Bank Citi Bank NA Calyon Bank Deutsche Bank DBS Bank Ltd The Hongkong and Shanghai Banking Corporation Ltd JP Morgan Chase Bank NA Krung Thai Bank Public Company Ltd Mashreq Bank psc Mizuho Corporate Bank Ltd Oman International Bank SAOG Societe Generale Sonali Bank Standard Chartered Bank State Bank of Mauritius Ltd

GRAMIN BANKS Andhra Pradesh Grameen Vikas Bank Warangal (Andhra Pradesh) Andhra Pragathi Grameena Bank Kadapa (Andhra Pradesh) Aryavart Gramin Bank Lucknow (Uttar Pradesh) Arunachal Pradesh Rural Bank Naharlagun (Arunachal Pradesh) Assam Gramin Vikas Bank Guwahati (Assam) Baitarani Gramya Bank Baripada (Orissa) Ballia Kshetriya Gramin Bank Ballia (Uttar Pradesh) Bangiya Gramin Vikash Bank Berhampore (West Bengal) Baroda Gujarat Gramin Bank Bharuch (Gujarat) Baroda Rajasthan Gramin Bank Ajmer (Rajasthan) Baroda Uttar Pradesh Gramin Bank Rae Bareli (Uttar Pradesh) Bihar Kshetriya Gramin Bank Monghyr (Bihar) Cauvery Kalpatharu Grameena Bank Mysore (Karnataka) Chaitanya Godavari Grameena Bank (Andhra Pradesh) Chhattisgarh Gramin Bank Raipur (Chhattisgarh) Chikmagalur-Kodaga Grameena Bank Chikmagalur (Karnataka) Deccan Grameena Bank Dilsukhnagar (Hyderabad) Dena Gujarat Gramin Bank Gandhinagar (Gujarat) Durg-Rajnandgaon Gramin Bank Rajnandgaon (Chhattisgarh) Ellaquai Dehati Bank Srinagar (Jammu and Kashmir) Etawah Kshetriya Gramin Bank Etawah (Uttar Pradesh) Faridkot Bhatinda Kshetriya Gramin Bank Bhatinda (Punjab) Gurgaon Gramin Bank Gurgaon (Haryana) Hadoti Kshetriya Gramin Bank Kota (Rajasthan) Haryana Gramin Bank Rohtak (Haryana) Himachal Gramin Bank Mandi (Himachal Pradesh) Jaipur Thar Gramin Bank Jaipur (Rajasthan) Jammu Rural Bank Jammu Jhabua-Dhar Kshetriya Gramin Bank Jhabua (Madhya Pradesh) Jharkhand Gramin Bank Ranchi (Jharkhand) Kalinga Gramya Bank Cuttack (Orissa) Kamraz Rural Bank Sopore (Jammu and Kashmir) Karnatka Vikas Gramin Bank Dharwad (Karnataka) Kashi Gomti Samyut Gramin Bank Varanasi (Uttar Pradesh) Khasi J Bank Shillong (Meghalaya) Krishna Grameena Bank Gulbarga (Karnataka) Kshetriya Kisan Gramin Bank Mainpuri (Uttar Pradesh) Langpi Dehangi Rural Bank Dhiphu (Assam) Lucknow Kshetriya Gramin Bank Sitapur (Uttar Pradesh) Madhya Bharath Gramin Bank Sagar (Madhya Pradesh) Madhya Bihar Gramin Bank Patna (Bihar) Mahakaushal Kshetriya Gramin Bank Jabalpur (Madhya Pradesh) Maharashtra Godavari Gramin Bank (Maharashtra) Malwa Gramin Bank Sangrur (Punjab) Marwar Ganganagar Bikaner Gramin Bank Pali (Rajasthan) Manipur Rural Bank Imphal (Manipur) Marathwada Gramin Bank Nanded (Maharashtra) Mewar Aanchalik Gramin Bank Udaipur (Rajasthan) Mizoram Rural Bank Aizawl (Mizoram) Nagaland Rural Bank Kohima (Nagaland) Nainital Almora Kshetriya Gramin Bank Nainital (Uttaranchal) Narmada Malwa Gramin Bank Indore (Madhya Pradesh) Neelachal Gramya Bank (Orissa) North Malabar Gramin Bank Kannur (Kerala) Pallavan Grama Bank Salem (Tamil Nadu)

Pandyan Grama Bank Virudhunagar (Tamil Nadu) Paschim Banga Gramin Bank Howrah (West Bengal) Parvatiya Gramin Bank Chamba (Himachal Pradesh) Pragathi Gramin Bank Bellary (Karnataka) Prathama Bank Moradabad (Uttar Pradesh) Puduvai Bharthiar Grama Bank (Pondicherry) Punjab Gramin Bank Kapurthala (Punjab) Purvanchal Gramin Bank Gorakhpur (Uttar Pradesh) Rajasthan Gramin Bank Alwar (Rajasthan) Ratnagiri Sindhudurg Gramin Bank Ratnagiri (Maharashtra) Rewa-Sidhi Gramin Bank Rewa (Madhya Pradesh) Rushikulya Gramya Bank Berhampur (Orissa) Samastipur Kshetriya Gramin Bank Samastipur (Bihar) Saptagiri Grameena Bank Chitoor (Andhra Pradesh) Sarva UP Gramin Bank (Uttar Pradesh) Satpura Narmada Kshetriya Gramin Bank Chhindwara (Madhya Pradesh) Saurashtra Gramin Bank Rajkot (Gujarat) Sharda Gramin Bank Satna (MP) Shreyas Gramin Bank Aligarh (Uttar Pradesh) Solapur Gramin Bank Solapur (Maharashtra) South Malabar Gramin Bank (Kerala) Surguja Kshetriya Gramin Bank Ambikapur (Chhattisgarh) Tripura Gramin Bank Agartala (Tripura) Triveni Kshetriya Gramin Bank Orai (Uttar Pradesh) Utkal Gramya Bank Bolangir (Orissa) Uttaranchal Gramin Bank Dehradun (Uttaranchal) Uttar Banga Kshetriya Gramin Bank Cooch-Behar (West Bengal) Uttar Bihar Kshetriya Gramin Bank Muzaffarpur (Bihar) Vananchal Gramin Bank Dhumka (Jharkhand) Vidharbha Kshetriya Gramin Bank Akola (Maharashtra) Vidisha-Bhopal Kshetriya Gramin Bank Vidisha (Masdhya Pradesh) Visveshwaraya Grameen Bank Mandya (Karnataka) Wainganga Kshetriya Gramin Bank Chandrapur (Maharashtra)

  • 101910JPG
  • 101934JPG
  • 101945JPG
  • 101956JPG
  • 102006JPG
  • NIQpdf
  • PQR2pdf
  • BOQ Audio-Videopdf
  • Technical Specificationspdf
  • ITB3pdf
  • GCC6pdf
  • Listofscheduledbankpdf
    • PRE QUALIFICATION CRITERIA

      PPR-NJHPS-1163 (OampM)2014

      Qualifying requirement for ldquoSupply Installation amp Testing of AudioVideo Equipments for Conference Room of New Office Building of NJHPS SJVN Ltd Jhakrirdquo

      (A) Proven Experience

      10 The bidder should be a regular contractor for ldquoSupply Installation amp Testing of AudioVideo Equipmentsrdquo The bidder must submit the supporting documents (LOAs work orders agreements for the similar work along with the satisfactory completion certificate) to this effect from their clients In the case LOAs work orders agreements are from the private company (ies) firm (s) then copy (ies) of TDS for the same are also need to be submitted along with the satisfactory completion certificate

      20 The bidder should have completed such type of job in the past

      (B) Financial Requirement

      10 Financial Requirement The Bidder must have an average annual financial turn over of ` 1097615 (Rupees Ten Lacs Ninety Seven Thousand Six Hundred Fifteen only) during last three years ending 31st March of previous financial year

      20 The Bidder should have successfully completed the similar work as per any of the following criteria during last 7 years ending last day of month previous to one in which applications are invited

      (a) The Bidder should have carried out the 3 similar works valuing not less than ` 14 63487- (Rupees Fourteen Lacs Sixty Three Thousand Four Hundred Eighty Seven only) each

      Or

      (b) 2 similar completed works valuing not less than ` 18 29359- (Rupees Eighteen Lacs Twenty Nine Thousand Three Hundred Fifty Nine only) each

      Or

      (c) 1 similar completed work valuing not less than ` 29 26974- (Rupees Twenty Nine Lacs Twenty Six Thousand Nine Hundred Seventy Four only)

      Note Similar work means work related to Supply Installation amp Testing of AudioVideo Equipments

      The bidder must submit the supporting documents (LOAs work orders agreements for the similar work along with the satisfactory completion certificate) to this effect from their clients In the case LOAs work orders agreements are from the private company (ies) firm (s) then copy (ies) of TDS for the same are also need to be submitted along with the satisfactory completion certificate

      (C) General Conditions of Prequalification

      1 Bidder must furnish Code number photocopies for PAN Sales tax VATTIN amp Service Tax (If applicable) etc

      2 SJVN Ltd reserves the right to cancel withdraw the invitation for bid without assigning any reason and shall bear no liability whatsoever consequent upon such a decision

      3 Notwithstanding anything stated above SJVN Ltd reserves the right to assess the Bidderrsquos capability and capacity to perform the contract satisfactorily should the circumstances warrant such assessment in the overall interest of SJVN Ltd

      4 Price bid of only those bidders shall be opened who qualify based on the specified qualifying requirements after Scrutiny of details documents furnished by them and found to be techno- commercial responsive

      SJVN Ltd

      Annexure-I

      Under Taking From Bidder

      Bidderrsquos Name amp Address

      11 We are qualified under clause (A) amp (C) of the qualifying requirements (any qualifying requirements which bidder does not meet shall be mentioned in the separate sheet)

      12 We are regular contractor for Supply Installation amp Testing of AudioVideo Equipments

      13 We confirm having carried out following contracts for similar nature of job related to Supply Installation amp Testing of AudioVideo Equipments

      Name and Address of Client

      Details of work executed

      Order No amp Date

      Date of Completion

      Order Value

      Copy of order Enclosed

      These details are to be furnished in Schedule-5 of Techno commercial part of the bid

Page 11: PPR-NJHPS-1163 NOTICE INVITING TENDER (Domestic ...sjvn.nic.in/writereaddata/Portal/Tender/179_1/1_Tender_Doc1163.pdf · certificate) to this effect from their clients. In the case

Page 6 of 11 ITB- PPR-1163- AudioVideo System)

200 Submission of Bids

The bids will be submitted electronically at designated places in various schedules The complete bid document along with the schedules can be downloaded by the bidder through httpssjvnabcprocurecom only after registration as explained in ldquoVendor Registration Procedure amp Submission amp Filling of Bidsrdquo The bid is to be filled only in the in the schedules available on the web The price schedules cannot be downloaded as they are to be filled online however techno-commercial schedules and Bid Proposal Sheet etc are to be downloaded first and are to be uploaded again after filling the same The bid is called under 02 parts as under-

A Bid Proposal Sheet (BPS) Price Bid Part which consists of the followings schedules-

(i) Schedule-1 Page 1 of 2 ldquoSchedule of Pricesrdquo(ii) Schedule-1 Page 2 of 2 ldquoSchedule of Taxes amp Dutiesrdquo

Remarks-All above schedule are available in single excel sheet ldquoBPS Price Schedulesrdquo The bidders have to fill the required information in the colored boxes only

The prevailing rate of taxes amp duties is to be clearly mentioned in the ldquoSchedule of Taxes amp Dutiesrdquo In case nothing is mentioned or mentioned ldquoNILrdquo then it shall be presumed that the rates quoted are inclusive of taxes and duties or as else the taxes amp duties are not applicable The taxes amp duties shall be paid as per applicable rate at the time of execution of work Any increase in taxes amp duties new introduction of new taxes amp duties levy by the Govt shall be paid by SJVN Ltd provided that such increase in taxes amp duties new introduction of new taxes amp duties levy by the Govt is made with in schedule work completion period as per LOA otherwise same shall be paid by the bidders The following may be considering by the bidders-

a The entry tax for the entry of goods in Himachal Pradesh shall be paid by SJVN directly to concerned authorities During bid evaluation the bid of the bidders quoting outside from HP shall be loaded at the applicable rate of the Entry Tax

b CSTVAT No ldquoCrdquo Form will be issued by SJVN Ltd for this tender thus Sale tax has to be quoted for accordingly by the bidder

c Any other deduction like TDS ldquoWCTrdquo (As per applicable rate in HP) if applicable as per the Govt laws shall be made from your payment and statement for the same shall be provided by SJVN for the same

d The successful bidder in his own interest shall have to register himselffirmcompany under the HP VAT Act-2005 with the Excise amp taxation Deptt Himachal Pradesh WCT on the material portion of the contract shall be deducted as applicable

BBid Proposal Sheet Techno-commercial Bid Part which consists of the followings-

All documents as required CSTVATTIN No PAN etc and any other documents as required asked in the tender are to be uploaded submitted along with the bid These documents are to be uploaded along with the General Documents

Page 7 of 11 ITB- PPR-1163- AudioVideo System)

Bid Security Earnest Money deposit (EMD)Copy of NSICSSI certificate as per sr no 110 above

Cost of Tender Document (If any)copy of NSICSSI certificate as per sr no 210 above

Undertaking as per sr no 330 below

The Bid Proposal Sheet (BPS) techno-commercial schedules to be filled are as under-

(i) Schedule-2 Page 1 of 1 ldquoSchedule of Deviationsrdquo(ii) Schedule-3 Page 1 of 1 ldquoSchedule for Contact Details amp Bank

Account Detailsrdquo(iii) Schedule-4 Page 1 of 1 ldquoSchedule of make offeredrdquo(iv) Schedule-5 Page 1 of 1 ldquoSchedule for Minimum Qualifying

Requirementsrdquo

Remarks-All above schedule are available in single excel sheet ldquoBPS Techno commercial Schedulesrdquo The bidders have to fill the required information in the colored boxes only

The Techno-Commercial Bid part will be opened electronically as per schedule time and date as indicated in the bid documents in the Oo Dy General Manager (PampC) NJHPS SJVN Ltd Jhakri Distt Shimla (HP) ndash 172 201

The Price Part will be opened electronically at same place only for those bidders whose techno-commercial part is found to be techno-commercially acceptable and only such bidders will be intimated subsequently either telephonically or through Fax Courier about the time and date of price bid opening

The Owner further reserves the right to reject any Bid which is not submitted according to the instructions stipulated above

After submission of the bid through e-tendering an acknowledgment slip is automatically generated and same is to be send by fax poste-mail as per clause 320 as a proof for bid submission through e-tendering

210 Cost of Tender Documents The cost of tender document is Rs 1000- (One Thousand Only) in the shape of Demand Draft in favour of owner (NJHPS SJVN Ltd Jhakri) payable banks as mentioned at sr no 112 above and the bidder must submit the same in envelope which should be reached preferably before last date and time of submission of bid ie 1230 Hrs of 03092014 The scanned copy of the cost of bid document (DD) shall be uploaded in the designated place The NSICMSE registered firms are exempted from the submission of the cost of tender documents

220 Late BidsNo bid shall be received after last date and time of bid submission

Page 8 of 11 ITB- PPR-1163- AudioVideo System)

230 Withdrawal of Bids

No bid may be withdrawn in the interval between the bid submission deadline and the expiration of the bid validity period specified in Bid documents Withdrawal of a bid during this interval may result in the Bidders forfeiture of its bid security EMD

240 Bid Opening and Evaluation

The Owner will open all bids electronically in the presence of bidders representatives who choose to attend the opening at the time on the date and at the place specified in the NIT NIQ Bidders representatives shall sign a register as proof of their attendance In the event of the specified date for the opening of bids being declared a holidaynetwork problem for the Owner the bids will be opened at the appointed time on the next working day

Bids will be evaluated for the complete scope of the supply on single responsibility basis and FOR Jhakri basis During bid evaluation the bid of the bidders quoting outside from HP shall be loaded at the applicable rate of the Entry Tax

No price preference shall be given to any bidder during the bid evaluation

No Mobile Phone will be permitted inside the bid opening room Therefore bidders should deposit Mobile Phones with Security gate at Reception

SJVN liability towards service tax shall also be considered as per service tax notification No 302012 dated 20062012 during bid evaluation

Cost loading will be carried out for the deviations taken by the bidder to determine the lowest evaluated Bid which will be considered for acceptance

The items for which bidder does not quote his price ie leaves the rate amount column blank or simply puts a (-) mark or () mark or indicates lsquoNILrsquo lsquoNArsquo or as applicable no cost shall be considered for bid evaluation for these items and for the purpose of award the value of such item shall be deemed to have been included in other quoted items If the bidder does not agree to this consideration his bid will be rejected and the bid guarantee may be forfeited

250 Clarification of Bids

During bid evaluation the Owner may at its discretion ask the Bidder for a clarification of its bid The request for clarification and the response shall be in writing and no change in the price or substance of the bid shall be sought offered or permitted

260 Correction of Errors (Applicable to extent possible)

A The errors discrepancies in respect of the specified amount in Bid Proposal Sheets for an individual item andor sub-item andor in the sub-total of a schedule andor in the Grand total of a schedule andor in the lump sum price of the package either due to discrepancy between figures and words andor simple arithmetical error while adding andor multiplying and or due to wrong extension of unit rates etc the error will be rectified and computed by SJVN as per the following method

Page 9 of 11 ITB- PPR-1163- AudioVideo System)

(i) In case of discrepancy between figure and words the value specified in the words will be considered for computation

(ii) Firstly the unit rates in words will be considered for computation

(iii) In case unit rates are not indicated in words then unit rates indicated in figure will be considered and will be used for deriving the amount from the quantities specified in the bid documents

(iv) In case error is due to wrong extension of quantities the quantities as specified in the bid documents will be considered and multiplied by the quoted unit rates to obtain the amount The amounts will be computed as per the extension of amount on the basis of unit rates of individual item sub-item sub-total of a schedule grand total of a schedule and lump sum price of the package based on the above consideration

B After computation of the amounts as above the values as computed shall be considered for evaluation as well as for award If the bidder does not accept the above consideration his bid will be rejected and the Bid Security EMD may be forfeited

C The Owners determination of a bids responsiveness is to be based on the contents of the bid itself 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 non-conformity

270 Influencing the Owner

No Bidder shall contact the Owner on any matter relating to its bid from the time of the opening of bids to the time the contract is awarded

Any effort by a Bidder to influence the Owner in the Ownerrsquos bid evaluation bid comparison or contract award decisions may result in rejection of the Bidderrsquos bid

280 Award of Contract

The Owner will award the contract to the successful Bidder whose bid has been determined to be substantially responsive and to be the lowest evaluated bid further provided that the bidder is determined to be qualified to perform the contract satisfactorily

The owner may request the Bidder to withdraw any of the deviations listed in Deviation Schedule of the winning bid at the price shown for the deviation in Deviation schedule In case the Bidder does not withdraw the deviations proposed by him if any at the cost of withdrawal stated in the bid his bid will be rejected and bid security forfeited

Bidders would be required to comply with all other requirement of the Bidding Documents except for those deviations in Deviation Schedule which are accepted by the Owner failing which the bid security of the Bidder may be forfeited

Award will be placed for total quantity on L1 basis for substantially responsive bid on single responsibility basis for entire scope of supply

Page 10 of 11 ITB- PPR-1163- AudioVideo System)

290 Owners Right to Accept Any Bid and to Reject Any Bids

The Owner reserves the right to accept or reject any bid and to annul the bidding process and reject all bids at any time prior to award of contract without thereby incurring any liability to the affected Bidder or bidders or any obligation to inform the affected Bidder or bidders of the grounds for the Owners action

300 Notification of Award

Prior to the expiration of the period of bid validity the Owner will notify the successful Bidder in writing by registered letter or by cable to be confirmed in writing by registered letter that its bid has been accepted The notification of award will constitute the formation of the contract

Upon the successful Bidders furnishing of the performance security the Owner will promptly notify each unsuccessful Bidder and will discharge its bid security

310 Corrupt or Fraudulent Practices

A The Owner requires that Bidders to observe the highest standard of ethics during the procurement and execution of the Contract In pursuance of this policy the Owner

(a) defines for the purposes of this provision the terms set forth below as follows

(i) corrupt practice means the offering giving receiving or soliciting of any thing of value to influence the action of a public official in the procurement process or in contract execution and

(ii) fraudulent practice means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Owner and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Owner of the benefits of free and open competition

(b) will reject a proposal for award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question

(c) will declare a firm ineligible either indefinitely or for a stated period of time to be awarded a contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for or in executing a contract of the Owner

B Furthermore Bidders shall be aware of the provision stated in the General Conditions of Contract

320 Submission of documents by post

The following documents in hard copyoriginal form sealed in envelop super scribed as ldquoSupply Installation amp Testing of AudioVideo Equipments for

Page 11 of 11 ITB- PPR-1163- AudioVideo System)

Conference Room Of New Office Building Of NJHPS SJVN Ltd Jhakri -(PPR-1163 (OampM)2014)rdquoare to be sent through post-

(i) Earnest Money Deposit (In original)copy of MSE certificate as per clause no 110

(ii) Cost of tender document (In Original) copy of MSE certificate as per clause no 210

(iii) Undertaking form duly signed by the bidder shall be uploaded along with the bid the details of which are as per clause 330

(iv) Copy of TIN No

The scanned copies of above documents are to be uploaded on the web and must reach preferably 03092014 1230 HRS

Any documents as asked or required are to be sent to the following address-Dy General Manager (GM) Procurement and Contract DepartmentNJHPS SJVN LTD JhakriDistt Shimla (HP)-172201

Phone No 01782-275236Fax No 01782-234049 275106E-mail sksood_2000yahoocoin

Any documents as asked or required like scanned copies of EMD amp Cost of tender document (if any) copy of previous orders dealership certificate etc are to be uploaded at the link ldquoGeneral Documentsrdquo at httpssjvnabcprocurecom

330 Undertaking

331 I have read carefully all the bidding documents and agreed to the conditions exceptfor deviation taken clause wise in deviation schedule

332 I have not changed the contents of the bidding documents

333 Scanned copy of documents uploaded along with the bid is true to the best of my knowledge

334 We have quoted for all the items If after opening of price bid it is found that wehave not quoted for all items then our bid shall not be considered for price bid evaluation

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 1 of 7

GENERAL CONDITIONS OF CONTRACT (GCC)

10 Definitions

In this Contract the following terms shall be interpreted as indicated

(a) The Contract means the Contract Agreement entered between the Owner and the Contractor as recorded in the Contract Form signed by the parties including all attachments and appendices thereto and all documents incorporated by reference therein

(b) The Contract Price means the price payable to the Contractor under the Contract for the full and proper performance of its contractualobligations

(c) The Services means all those services necessary for the Supply Installation amp Testing of AudioVideo Equipments under this contractand any other incidental services etc and other such obligations of the Contractor covered under the Contract

(d) The Owner means the SJVN Limited

(e) The Contractor means the individual or firm The Contractor means the individual or firm carrying out the work under this Contract

(f) Corrupt Practice means the offering giving receiving or soliciting ofany thing of value to influence the action of a public official in the procurement process or in contract execution

(g) Fraudulent Practice means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Owner and includes collusive practice among Bidders (prior to or after Bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Owner of the benefits of free and open competition

20 CONTRACT PERFORMANCE SECURITY (CPS)

21 Within thirty (30) days of receipt of the notification of Contract award you shall furnish to the Owner an unconditional performance security for ten percent (10) of the Contract Price with validity up to sixty (60) days after warrantee period (Refer Clause 50 below)

22 The proceeds of the performance security shall be payable to the Owner as compensation for any loss resulting from the Contractors failure to complete its obligations under the Warranty and ContractSupport period

23 The performance security shall be denominated in the currency of the Contract and shall be in the form of Bank Guarantee (As per format enclosed) preferably issued by a nationalized Bank scheduled bank (As per the list enclosed) acceptable to the Owner or in the form of FDR or TDR (pledged in the favour of the owner)

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 2 of 7

24 The performance security will be discharged by the Owner and returned to the Contractor not later than sixty (60) days after expiry of Warranty and ContractSupport period

25 NSIC MSE registered firms are not exempted from the submission of the CPG

26 The interest 155 shall be charged on delay period for breach in timely submission of CPGInitial Security Deposit without prejudice to right of SJVN to other remedies available under the contract

30 PACKING AND FORWARDING 31 The bidder shall provide such packing to the goods as is required to prevent

damage or deterioration during transit to their final destination at Jhakri

40 INSURANCEThe goods to be supplied under the scope of the work shall be insured for all risks by the contractor till it is delivered installed amp commissioned at NJHPS SJVN Ltd Jhakri

50 GUARANTEWARRANTY

The material under the scope of this contract will be warranted against any manufacturing defects poor workmanship and the consumablematerial used for maximum of 12 months from the date of successful installation amp commissioning In case of any problem within the warranty period due to manufacturing defects their performance poor workmanship and the consumablematerial used arises the same will be rectifiedreplaced free of cost at site by the supplier within fortnight of such notification by the EIC as necessary

60 FORCE MEAJEURE

61 The firm shall not be liable for loss or damage to SJVN resulting from any delays or failure to make shipment to Nathpa site within schedule time for all or any part of the item due to the act of God war declared or undeclared acts of public enemy riots civil commotion invasion insurrection sabotage acts of restraint of Government federal state or municipal action or regulation fire flood hurricanes accidents epidemic quarantine restrictions or any failure on the part of the Owner or his representative to approve or comments on drawings or other causes contingencies or circumstances not subject to their control whether of a similar or dissimilar nature which prevents the Contractor from completion of work Any such cause or delays even though not existing on the date of the contract on or the date of start of reclaiming shall extend the time of performance automatically by length of delays occasioned thereby including delay reasonably incidental to the resumption of normal reclamation work even though such case may occur after performance of firmrsquos obligation has been delayed for the other causes

62 If a Force Majeure situation arises the Contractor shall promptly notify the Owner in writing of such condition and the cause thereof Unless otherwise directed by the Owner in writing the Contractor shall continue to perform its obligations under the Contract as far as is reasonably practical and shall seek

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 3 of 7

all reasonable alternative means for performance not prevented by the Force Majeure event

70 PAYMENT TERMS The payment to the bidder will be made as under after submission of all the required documents acceptable to SJVN Ltd-

A The Seventy percent (70) payment (including 100 taxes amp duties) shall bemade within 30 days after receipt of the material at NJHPS SJVN Ltd Jhakriand on submission of followings documents to consignee

(i) Bills in triplicate(ii) Photocopy of unconditional acceptance of Letter of Award(iii) Inspection Report issued by the EIC or his representative (The

inspection of supplied material shall be carried out at store NJHPS Jhakri

(iv) Copy of CPG as per clause no 20(v) Copy of TIN No

B Balance thirty percent (30) payment shall be made within 30 days after completion of work and on submission of followings documents in bound folder to the consignee-

(i) Bills in triplicate(ii) GuaranteeWarranty Certificate(iii) Completion certificate issued by EIC that the material has been

successfully installed amp commissioned(iv) Documents asked as per clause 12 of General Technical Terms ans

ConditionsC The payment shall be released through electronic fund transfer and hence you

are requested to give your bank account detail along with IFSCRTGS code of your bank branch The required detail is to be filled in ldquoSchedule-3-Bank Account Detailrdquo Bank charges if any shall be borne by you The details to be submitted in the schedule as enclosed

DAs per SJVN Ltd policy no advance payment can be given

E The service tax shall be paid by the SJVN bidder as per service tax notification no 302012 dated 20062012 The service tax is to mentioned separately in price schedules amp same shall be reimbursed on submission of following information along with the bills-

(I) Name Address amp Contact Details (Tel no etc) of the Service Provider (II) Service Tax Number of the Service Provider(III) PAN of the Service Provider(IV) Service Tax Invoice Number(V) Gross amount of services(VI) Service Tax amount

80 WORK COMPLETION SCHEDULEThe basic consideration and the essence of the Contract shall be the strict adherence to the Work Completion Schedule Entire scope of work should be completed within 90 days from the issue of Supply Order

90 LIQUIDATED DAMAGES

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 4 of 7

91 If the Supplier fails to complete the work within the period(s) specified in the Contract the Owner shall without prejudice to its other remedies under the Contract deduct from the Contract Price as Liquidated Damages as specified here in below

92 The Liquidated Damage for delay in completion of work(Supply Installation amp Commissioning) beyond the maximum completion schedule as stipulated at clause 80 above shall be frac12 (Half percent) per week or part thereof of the total contract value The total amount of Liquidated Damages for delay under the Contract will be subject to a maximum of five percent (5) of the total Contract price

93 Amount of Liquidated Damage shall be payable by the Supplier whenever demanded by the Owner and or Owner can recover the amount of liquidated Damages (to the extent leviable at any time) from the amount payable to the Supplier available with Owner under this Contract

94 Supplierrsquos obligations and the Ownerrsquos remedies in respect of delay are solely and exclusively as stated in this Liquidated Damages clause subject to provisions of Clause 120 and consequence thereof

100 TERMINATION OF CONTRACT ON CONTRACTORS DEFAULTThe Owner without prejudice to any other remedy for breach of Contract by written notice of default sent to the Contractor may terminate this Contract in whole or in part

a) if the Contractor fails to complete any part of all the work or all of the Goods within the period(s) specified in the Contract or within any extension thereof granted by the Owner

b) if the Contractor fails to perform any other obligation(s) under the Contract

c) If the Contractor in the judgment of the Owner has engaged in corrupt or fraudulent practices in competing for or in executing the Contract

101 In the event the Owner terminates the Contract in whole or in part the Owner may procure get repaired upon such terms and in such manner as it deems appropriate Goods or Services similar to those undelivered un-repaired and the Contractor shall be liable to the Owner for any excess costs for such similar Goods or Services However the Contractor shall continue performance of the Contract to the extent not terminated

110 TERMINATION FOR INSOLVENCYThe Owner may at any time terminate the Contract by giving written notice to the Contractor if the Contractor becomes bankrupt or otherwise insolvent In this event termination will be without compensation to the Contractor provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the Owner

120 TERMINATION OF CONTRACT ON OWNERS INITIATIVE

121 The Owner reserves the right to terminate the Contract either in part or in full due to reasons other than those mentioned under clause entitled Contractors

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 5 of 7

Default and Outbreak of War The Owner shall in such an event give seven (7) days notice in writing to the Contractor of his decision to do so

122 The Contractor upon receipt of such notice shall discontinue the work on the date and to the extent specified in the notice make all reasonable efforts to obtain cancellation of all orders and contracts to the Owner stop all further sub-contracting or purchasing activity related to the work terminated and assist the Owner in storage maintenance protection and disposition of the works acquired under the contract by the Owner

123 In the event of such a termination the Contractor shall be paid equitable and reasonable compensation as dictated by the circumstances prevalent at the time of termination

130 SETTLEMENT OF DISPUTES131 Any dispute(s) or difference(s) arising out of or in connection with the Contract

shall to the extent possible in the first instance be resolved amicably between the Contractor and the Ownerrsquos Engineer

132 If any dispute or difference of any kind whatsoever shall arise between the Owner and the Contractor arising out of the Contract for the performance of the Works whether during the progress of the Works or after its completion or whether before or after the termination abandonment or breach of the Contract it shall in the first place be referred to and settled by the Engineer who within a period of ten (10 ) days after being requested by either party to do so shall give written notice of his decision to the Owner and the Contractor

133 Save as hereinafter provided such decision in respect of every matter so referred shall be final and binding upon the parties until the completion of the entire work under the Contract and shall forthwith be given effect to by the Contractor who shall comply with all such decisions with all due diligence whether he or the Owner requires arbitration as hereinafter provided or not

134 If after the Engineer has given written notice of his decision to the parties no claim to arbitration has been communicated to him by either party within ten (10) days from the receipt of such notice the said decision shall become final and binding on the parties

135 In the event of the Engineer failing to notify his decision within ten (10) days after being requested as aforesaid or in the event of either the Owner or the Contractor being dissatisfied with any such decision or within ten (10) days after the expiry of the first mentioned period of ten (10) days as the case may be either party may require by written notice to the other party that the matters in dispute be referred to arbitration as hereinafter provided

140 ARBITRATION

141 All disputes or differences in respect of which the decision if any of the Engineer has not become final or binding as aforesaid shall be settled by arbitration in the manner hereinafter provided

142 In the event of the Contractor that is to say a citizen andor a permanent resident of India a firm or a company duly registered or incorporated in India the arbitration shall be conducted by three arbitrators one each to be nominated

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 6 of 7

by the contractor and the Owner and the third to be named by the President of Institution of Engineers India If either of the parties fails to appoint its arbitrator within thirty (30) days after receipt of a notice from the other party invoking the arbitration clause the President of the Institution of Engineers India shall have the power at the request of either of the parties to appoint the arbitrators A certified copy of the said President making such an appointment shall be furnished to both the parties

143 The arbitration shall be conducted in accordance with the provisions of the Arbitration amp Conciliation Act 1996 or any statutory modification thereof

144 Arbitration(s) shall give reasoned award

145 The decision of the majority of the arbitrators shall be final and binding upon the parties The expenses of the arbitration shall be paid as may be determined by the arbitrators The arbitrators may from time to time with the consent of all the parties enlarge the time for making the award In the event of any of the aforesaid arbitrators dying neglecting resigning of being unable to act for any reason it will be lawful for the party concerned to nominate another arbitrator in place of the outgoing arbitrator

146 The arbitrator shall have full powers to review andor revise any decision opinion directions certification or valuation of the Engineer in consonance with the contract

150 APPLICABLE LAW

151 The Contract shall be governed by and interpreted in accordance with the laws in force in India The courts of Rampur BushahrShimla shall have exclusive jurisdiction in all matters arising under the Contract

160 NOTICES

Any notice given by one party to the other pursuant to this Contract shall be sent to the other party in writing or by cable telex or facsimile and confirmed in writing to the other partys address specified in NITNIQ

A notice shall be effective when delivered or on the notices effective date whichever is later

17 CORRESPONDENCE(i) All correspondence related to this contract before award of the contract shall

be addressed to DGM Procurement amp Contract Deptt NJHPS SJVN Ltd Jhakri Distt Shimla (HP) PIN- 172201 PH No 0091-1782-275794 Fax No 0091-1782-234049

(ii) All the correspondences after award of the contract shall be addressed to DGM(ITampCPSSM) NJHPS SJVN Ltd Jhakri

18 Engineer in Charge (EIC)DGM (ITampCPSSM) NJHPS SJVN Ltd Jhakri shall be the EIC of this work The material shall be drawn by EIC from store for the installation

19 CONSIGNEEThe Goods under this Contract shall be dispatched to the Consignee at the following address-

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 7 of 7

Manager (OampM Stores)Nathpa Jhakri Hydro Power Station SJVN Ltd Jhakri Distt Shimla (HP)Pin-172201 (INDIA)Phone No 0091-1782-275041 Fax No 0091-1782-234049

20 The material is to transported through ldquoRegistered Common Carrierrdquo only (Registered Common Carrier mean the carrier registered with a State Transport Authority or a Regional Transport Authority)

21 TESTING amp INSPECTIONInspection of material supplied against this supply order shall be carried out by EIC or his authorized representative at project stores Jhakri on receipt of material amp subsequently after successful installation testing amp commissioning at site

THE SECOND SCHEDULE TO THE RESERVE BANK OF INDIA ACT 1934

[Sections 2(e) and 42]

SCHEDULED BANKS

STATE CO-OPERATIVE BANKS Andhra Pradesh State Co-operative Bank Ltd Hyderabad Bihar State Co-operative Bank Ltd Bihar Goa State Co-operative Bank Ltd Panaji Gujarat State Co-operative Bank Ltd Ahmedabad Haryana State Co-operative Apex Bank Ltd Chandigarh Karnataka State Co-operative Apex Bank Ltd Bangalore Kerala State Co-operative Bank Ltd Thiruvananthapuram Madhya Pradesh Rajya Sahakari Bank Maryadit Bhopal Maharashtra State Co-operative Bank Ltd Mumbai Orissa State Co-operative Bank Ltd Bhubaneswar Pondicherry State Co-operative Bank Ltd Pondicherry Punjab State Co-operative Bank Ltd Chandigarh Rajasthan State Co-operative Bank Ltd Jaipur Tamil Nadu State Apex Co-operative Bank Ltd Chennai Uttar Pradesh Co-operative Bank Ltd Lucknow West Bengal State Co-operative Bank Ltd Kolkata

Urban Co-operative Banks

A P Mahesh Co-operative Urban Bank Ltd Hyderabad Abhyudaya Co-operative Bank Ltd Mumbai Ahmedabad Mercantile Co-operative Bank Ltd Ahmedabad Akola Janata Commercial Co-operative Bank Ltd Akola Amanath Co-operative Bank Ltd Bangalore Bassein Catholic Co-operative Bank Limited Vasai Bharat Co-operative Bank (Mumbai) Ltd Mumbai Bharati Sahakari Bank Ltd Pune Bombay Mercantile Co-operative Bank Limited Mumbai Charminar Co-operative Urban Bank Ltd Hyderabad Citizen Credit Co-operative Bank Ltd Mumbai Dombivli Nagari Sahakari Bank Ltd Dombivli Greater Bombay Co-operative Bank Limited Mumbai Indian Mercantile Co-operative Bank Ltd Lucknow Jalgaon Janata Sahakari Bank Ltd Jalgaon Janakalyan Sahakari Bank Ltd Mumbai Janalaxmi Cooperative Bank Ltd Nashik Janata Sahakari Bank Ltd Pune Kallappanna Awade Ichalkaranji Janata Sahakari Bank Ltd Ichalkaranji Kalupur Commercial Co-operative Bank Ltd Ahmedabad Kalyan Janata Sahakari Bank Ltd Kalyan Kapol Cooperative Bank Ltd Mumbai Karad Urban Co-operative Bank Ltd Karad Madhavapura Mercantile Co-operative Bank Ltd Ahmedabad Mahanagar Co-operative Bank Ltd Mumbai Mapusa Urban Co-operative Bank of Goa Ltd Mapusa Mehsana Urban Co-operative Bank Ltd Mehsana N K G S B Co-operative Bank Ltd Mumbai Nagar Urban Co-operative Bank Ltd Ahmednagar Nagpur Nagrik Sahakari Bank Ltd Nagpur New India Co-operative Bank Ltd Mumbai Nutan Nagrik Sahakari Bank Ltd Ahmedabad Parsik Janata Sahakari Bank Ltd Thane Pravara Sahakari Bank Ltd Loni Punjab amp Maharashtra Co-operative Bank Ltd Mumbai Rajkot Nagrik Sahakari Bank Ltd Rajkot Rupee Co-operative Bank Ltd Pune Sangli Urban Co-operative Bank Ltd Sangli Saraswat Co-operative Bank Ltd Mumbai Sardar Bhiladwala Pardi Peoples Co-operative Bank Ltd Killa Pardi Shikshak Sahakari Bank Ltd Nagpur Solapur Janata Sahakari Bank Ltd Solapur Surat Peoples Co-operative Bank Ltd Surat Thane Bharat Sahakari Bank Ltd Thane Thane Janata Sahakari Bank Ltd Thane The Akola Urban Co-operative Bank Ltd Akola The Cosmos Co-operative Bank Ltd Pune The Goa Urban Co-operative Bank Ltd Panaji The Khamgaon Urban Co-operative Bank Ltd Khamgaon The Nasik Merchants Co-operative Bank Ltd Nasik The Shamrao Vithal Co-operative Bank Ltd Mumbai The Zoroastrian Co-operative Bank Ltd Mumbai Vasavi Co-operative Urban Bank Limited Hyderabad

SBI AND ASSOCIATES State Bank of India State Bank of Bikaner amp Jaipur State Bank of Hyderabad State Bank of Indore State Bank of Mysore State Bank of Patiala State Bank of Saurashtra State Bank of Travancore

NATIONALISED BANKS

Allahabad Bank Andhra Bank Bank of Baroda Bank of India Bank of Maharashtra Canara Bank Central Bank of India Corporation Bank Dena Bank Indian Bank Indian Overseas Bank Oriental Bank of Commerce Punjab National Bank Punjab and Sind Bank Syndicate Bank UCO Bank Union Bank of India United Bank of India Vijaya Bank

OTHER PUBLIC SECTOR BANKS

Industrial Development Bank of India Ltd

PRIVATE SECTOR BANKS Bank of Rajasthan Ltd Catholic Syrian Bank Ltd City Union Bank Ltd Development Credit Bank Ltd Dhanalakshmi Bank Ltd Federal Bank Ltd HDFC Bank Ltd ICICI Bank Ltd IndusInd Bank Ltd ING Vysya Bank Ltd Jammu and Kashmir Bank Ltd Karnataka Bank Ltd Karur Vysya Bank Ltd Kotak Mahindra Bank Ltd Lakshmi Vilas Bank Ltd Nainital Bank Ltd Ratnakar Bank Ltd SBI Commercial International Bank Ltd South Indian Bank Ltd Tamilnad Mercantile Bank Ltd Axis Bank Ltd Yes Bank Ltd

FOREIGN BANKS ABN Amro Bank NV Abu Dhabi Commercial Bank Ltd American Express Banking Corporation Antwerp Diamond Bank NV Arab Bangladesh Bank Bank International Indonesia Bank of America Bank of Bahrain and Kuwait BSC Bank of Ceylon Bank of Nova Scotia Bank of Tokyo ndash Mitsubishi Ltd Barclays Bank Plc BNP Paribas China Trust Commercial Bank Shinhan Bank Citi Bank NA Calyon Bank Deutsche Bank DBS Bank Ltd The Hongkong and Shanghai Banking Corporation Ltd JP Morgan Chase Bank NA Krung Thai Bank Public Company Ltd Mashreq Bank psc Mizuho Corporate Bank Ltd Oman International Bank SAOG Societe Generale Sonali Bank Standard Chartered Bank State Bank of Mauritius Ltd

GRAMIN BANKS Andhra Pradesh Grameen Vikas Bank Warangal (Andhra Pradesh) Andhra Pragathi Grameena Bank Kadapa (Andhra Pradesh) Aryavart Gramin Bank Lucknow (Uttar Pradesh) Arunachal Pradesh Rural Bank Naharlagun (Arunachal Pradesh) Assam Gramin Vikas Bank Guwahati (Assam) Baitarani Gramya Bank Baripada (Orissa) Ballia Kshetriya Gramin Bank Ballia (Uttar Pradesh) Bangiya Gramin Vikash Bank Berhampore (West Bengal) Baroda Gujarat Gramin Bank Bharuch (Gujarat) Baroda Rajasthan Gramin Bank Ajmer (Rajasthan) Baroda Uttar Pradesh Gramin Bank Rae Bareli (Uttar Pradesh) Bihar Kshetriya Gramin Bank Monghyr (Bihar) Cauvery Kalpatharu Grameena Bank Mysore (Karnataka) Chaitanya Godavari Grameena Bank (Andhra Pradesh) Chhattisgarh Gramin Bank Raipur (Chhattisgarh) Chikmagalur-Kodaga Grameena Bank Chikmagalur (Karnataka) Deccan Grameena Bank Dilsukhnagar (Hyderabad) Dena Gujarat Gramin Bank Gandhinagar (Gujarat) Durg-Rajnandgaon Gramin Bank Rajnandgaon (Chhattisgarh) Ellaquai Dehati Bank Srinagar (Jammu and Kashmir) Etawah Kshetriya Gramin Bank Etawah (Uttar Pradesh) Faridkot Bhatinda Kshetriya Gramin Bank Bhatinda (Punjab) Gurgaon Gramin Bank Gurgaon (Haryana) Hadoti Kshetriya Gramin Bank Kota (Rajasthan) Haryana Gramin Bank Rohtak (Haryana) Himachal Gramin Bank Mandi (Himachal Pradesh) Jaipur Thar Gramin Bank Jaipur (Rajasthan) Jammu Rural Bank Jammu Jhabua-Dhar Kshetriya Gramin Bank Jhabua (Madhya Pradesh) Jharkhand Gramin Bank Ranchi (Jharkhand) Kalinga Gramya Bank Cuttack (Orissa) Kamraz Rural Bank Sopore (Jammu and Kashmir) Karnatka Vikas Gramin Bank Dharwad (Karnataka) Kashi Gomti Samyut Gramin Bank Varanasi (Uttar Pradesh) Khasi J Bank Shillong (Meghalaya) Krishna Grameena Bank Gulbarga (Karnataka) Kshetriya Kisan Gramin Bank Mainpuri (Uttar Pradesh) Langpi Dehangi Rural Bank Dhiphu (Assam) Lucknow Kshetriya Gramin Bank Sitapur (Uttar Pradesh) Madhya Bharath Gramin Bank Sagar (Madhya Pradesh) Madhya Bihar Gramin Bank Patna (Bihar) Mahakaushal Kshetriya Gramin Bank Jabalpur (Madhya Pradesh) Maharashtra Godavari Gramin Bank (Maharashtra) Malwa Gramin Bank Sangrur (Punjab) Marwar Ganganagar Bikaner Gramin Bank Pali (Rajasthan) Manipur Rural Bank Imphal (Manipur) Marathwada Gramin Bank Nanded (Maharashtra) Mewar Aanchalik Gramin Bank Udaipur (Rajasthan) Mizoram Rural Bank Aizawl (Mizoram) Nagaland Rural Bank Kohima (Nagaland) Nainital Almora Kshetriya Gramin Bank Nainital (Uttaranchal) Narmada Malwa Gramin Bank Indore (Madhya Pradesh) Neelachal Gramya Bank (Orissa) North Malabar Gramin Bank Kannur (Kerala) Pallavan Grama Bank Salem (Tamil Nadu)

Pandyan Grama Bank Virudhunagar (Tamil Nadu) Paschim Banga Gramin Bank Howrah (West Bengal) Parvatiya Gramin Bank Chamba (Himachal Pradesh) Pragathi Gramin Bank Bellary (Karnataka) Prathama Bank Moradabad (Uttar Pradesh) Puduvai Bharthiar Grama Bank (Pondicherry) Punjab Gramin Bank Kapurthala (Punjab) Purvanchal Gramin Bank Gorakhpur (Uttar Pradesh) Rajasthan Gramin Bank Alwar (Rajasthan) Ratnagiri Sindhudurg Gramin Bank Ratnagiri (Maharashtra) Rewa-Sidhi Gramin Bank Rewa (Madhya Pradesh) Rushikulya Gramya Bank Berhampur (Orissa) Samastipur Kshetriya Gramin Bank Samastipur (Bihar) Saptagiri Grameena Bank Chitoor (Andhra Pradesh) Sarva UP Gramin Bank (Uttar Pradesh) Satpura Narmada Kshetriya Gramin Bank Chhindwara (Madhya Pradesh) Saurashtra Gramin Bank Rajkot (Gujarat) Sharda Gramin Bank Satna (MP) Shreyas Gramin Bank Aligarh (Uttar Pradesh) Solapur Gramin Bank Solapur (Maharashtra) South Malabar Gramin Bank (Kerala) Surguja Kshetriya Gramin Bank Ambikapur (Chhattisgarh) Tripura Gramin Bank Agartala (Tripura) Triveni Kshetriya Gramin Bank Orai (Uttar Pradesh) Utkal Gramya Bank Bolangir (Orissa) Uttaranchal Gramin Bank Dehradun (Uttaranchal) Uttar Banga Kshetriya Gramin Bank Cooch-Behar (West Bengal) Uttar Bihar Kshetriya Gramin Bank Muzaffarpur (Bihar) Vananchal Gramin Bank Dhumka (Jharkhand) Vidharbha Kshetriya Gramin Bank Akola (Maharashtra) Vidisha-Bhopal Kshetriya Gramin Bank Vidisha (Masdhya Pradesh) Visveshwaraya Grameen Bank Mandya (Karnataka) Wainganga Kshetriya Gramin Bank Chandrapur (Maharashtra)

  • 101910JPG
  • 101934JPG
  • 101945JPG
  • 101956JPG
  • 102006JPG
  • NIQpdf
  • PQR2pdf
  • BOQ Audio-Videopdf
  • Technical Specificationspdf
  • ITB3pdf
  • GCC6pdf
  • Listofscheduledbankpdf
    • PRE QUALIFICATION CRITERIA

      PPR-NJHPS-1163 (OampM)2014

      Qualifying requirement for ldquoSupply Installation amp Testing of AudioVideo Equipments for Conference Room of New Office Building of NJHPS SJVN Ltd Jhakrirdquo

      (A) Proven Experience

      10 The bidder should be a regular contractor for ldquoSupply Installation amp Testing of AudioVideo Equipmentsrdquo The bidder must submit the supporting documents (LOAs work orders agreements for the similar work along with the satisfactory completion certificate) to this effect from their clients In the case LOAs work orders agreements are from the private company (ies) firm (s) then copy (ies) of TDS for the same are also need to be submitted along with the satisfactory completion certificate

      20 The bidder should have completed such type of job in the past

      (B) Financial Requirement

      10 Financial Requirement The Bidder must have an average annual financial turn over of ` 1097615 (Rupees Ten Lacs Ninety Seven Thousand Six Hundred Fifteen only) during last three years ending 31st March of previous financial year

      20 The Bidder should have successfully completed the similar work as per any of the following criteria during last 7 years ending last day of month previous to one in which applications are invited

      (a) The Bidder should have carried out the 3 similar works valuing not less than ` 14 63487- (Rupees Fourteen Lacs Sixty Three Thousand Four Hundred Eighty Seven only) each

      Or

      (b) 2 similar completed works valuing not less than ` 18 29359- (Rupees Eighteen Lacs Twenty Nine Thousand Three Hundred Fifty Nine only) each

      Or

      (c) 1 similar completed work valuing not less than ` 29 26974- (Rupees Twenty Nine Lacs Twenty Six Thousand Nine Hundred Seventy Four only)

      Note Similar work means work related to Supply Installation amp Testing of AudioVideo Equipments

      The bidder must submit the supporting documents (LOAs work orders agreements for the similar work along with the satisfactory completion certificate) to this effect from their clients In the case LOAs work orders agreements are from the private company (ies) firm (s) then copy (ies) of TDS for the same are also need to be submitted along with the satisfactory completion certificate

      (C) General Conditions of Prequalification

      1 Bidder must furnish Code number photocopies for PAN Sales tax VATTIN amp Service Tax (If applicable) etc

      2 SJVN Ltd reserves the right to cancel withdraw the invitation for bid without assigning any reason and shall bear no liability whatsoever consequent upon such a decision

      3 Notwithstanding anything stated above SJVN Ltd reserves the right to assess the Bidderrsquos capability and capacity to perform the contract satisfactorily should the circumstances warrant such assessment in the overall interest of SJVN Ltd

      4 Price bid of only those bidders shall be opened who qualify based on the specified qualifying requirements after Scrutiny of details documents furnished by them and found to be techno- commercial responsive

      SJVN Ltd

      Annexure-I

      Under Taking From Bidder

      Bidderrsquos Name amp Address

      11 We are qualified under clause (A) amp (C) of the qualifying requirements (any qualifying requirements which bidder does not meet shall be mentioned in the separate sheet)

      12 We are regular contractor for Supply Installation amp Testing of AudioVideo Equipments

      13 We confirm having carried out following contracts for similar nature of job related to Supply Installation amp Testing of AudioVideo Equipments

      Name and Address of Client

      Details of work executed

      Order No amp Date

      Date of Completion

      Order Value

      Copy of order Enclosed

      These details are to be furnished in Schedule-5 of Techno commercial part of the bid

Page 12: PPR-NJHPS-1163 NOTICE INVITING TENDER (Domestic ...sjvn.nic.in/writereaddata/Portal/Tender/179_1/1_Tender_Doc1163.pdf · certificate) to this effect from their clients. In the case

Page 7 of 11 ITB- PPR-1163- AudioVideo System)

Bid Security Earnest Money deposit (EMD)Copy of NSICSSI certificate as per sr no 110 above

Cost of Tender Document (If any)copy of NSICSSI certificate as per sr no 210 above

Undertaking as per sr no 330 below

The Bid Proposal Sheet (BPS) techno-commercial schedules to be filled are as under-

(i) Schedule-2 Page 1 of 1 ldquoSchedule of Deviationsrdquo(ii) Schedule-3 Page 1 of 1 ldquoSchedule for Contact Details amp Bank

Account Detailsrdquo(iii) Schedule-4 Page 1 of 1 ldquoSchedule of make offeredrdquo(iv) Schedule-5 Page 1 of 1 ldquoSchedule for Minimum Qualifying

Requirementsrdquo

Remarks-All above schedule are available in single excel sheet ldquoBPS Techno commercial Schedulesrdquo The bidders have to fill the required information in the colored boxes only

The Techno-Commercial Bid part will be opened electronically as per schedule time and date as indicated in the bid documents in the Oo Dy General Manager (PampC) NJHPS SJVN Ltd Jhakri Distt Shimla (HP) ndash 172 201

The Price Part will be opened electronically at same place only for those bidders whose techno-commercial part is found to be techno-commercially acceptable and only such bidders will be intimated subsequently either telephonically or through Fax Courier about the time and date of price bid opening

The Owner further reserves the right to reject any Bid which is not submitted according to the instructions stipulated above

After submission of the bid through e-tendering an acknowledgment slip is automatically generated and same is to be send by fax poste-mail as per clause 320 as a proof for bid submission through e-tendering

210 Cost of Tender Documents The cost of tender document is Rs 1000- (One Thousand Only) in the shape of Demand Draft in favour of owner (NJHPS SJVN Ltd Jhakri) payable banks as mentioned at sr no 112 above and the bidder must submit the same in envelope which should be reached preferably before last date and time of submission of bid ie 1230 Hrs of 03092014 The scanned copy of the cost of bid document (DD) shall be uploaded in the designated place The NSICMSE registered firms are exempted from the submission of the cost of tender documents

220 Late BidsNo bid shall be received after last date and time of bid submission

Page 8 of 11 ITB- PPR-1163- AudioVideo System)

230 Withdrawal of Bids

No bid may be withdrawn in the interval between the bid submission deadline and the expiration of the bid validity period specified in Bid documents Withdrawal of a bid during this interval may result in the Bidders forfeiture of its bid security EMD

240 Bid Opening and Evaluation

The Owner will open all bids electronically in the presence of bidders representatives who choose to attend the opening at the time on the date and at the place specified in the NIT NIQ Bidders representatives shall sign a register as proof of their attendance In the event of the specified date for the opening of bids being declared a holidaynetwork problem for the Owner the bids will be opened at the appointed time on the next working day

Bids will be evaluated for the complete scope of the supply on single responsibility basis and FOR Jhakri basis During bid evaluation the bid of the bidders quoting outside from HP shall be loaded at the applicable rate of the Entry Tax

No price preference shall be given to any bidder during the bid evaluation

No Mobile Phone will be permitted inside the bid opening room Therefore bidders should deposit Mobile Phones with Security gate at Reception

SJVN liability towards service tax shall also be considered as per service tax notification No 302012 dated 20062012 during bid evaluation

Cost loading will be carried out for the deviations taken by the bidder to determine the lowest evaluated Bid which will be considered for acceptance

The items for which bidder does not quote his price ie leaves the rate amount column blank or simply puts a (-) mark or () mark or indicates lsquoNILrsquo lsquoNArsquo or as applicable no cost shall be considered for bid evaluation for these items and for the purpose of award the value of such item shall be deemed to have been included in other quoted items If the bidder does not agree to this consideration his bid will be rejected and the bid guarantee may be forfeited

250 Clarification of Bids

During bid evaluation the Owner may at its discretion ask the Bidder for a clarification of its bid The request for clarification and the response shall be in writing and no change in the price or substance of the bid shall be sought offered or permitted

260 Correction of Errors (Applicable to extent possible)

A The errors discrepancies in respect of the specified amount in Bid Proposal Sheets for an individual item andor sub-item andor in the sub-total of a schedule andor in the Grand total of a schedule andor in the lump sum price of the package either due to discrepancy between figures and words andor simple arithmetical error while adding andor multiplying and or due to wrong extension of unit rates etc the error will be rectified and computed by SJVN as per the following method

Page 9 of 11 ITB- PPR-1163- AudioVideo System)

(i) In case of discrepancy between figure and words the value specified in the words will be considered for computation

(ii) Firstly the unit rates in words will be considered for computation

(iii) In case unit rates are not indicated in words then unit rates indicated in figure will be considered and will be used for deriving the amount from the quantities specified in the bid documents

(iv) In case error is due to wrong extension of quantities the quantities as specified in the bid documents will be considered and multiplied by the quoted unit rates to obtain the amount The amounts will be computed as per the extension of amount on the basis of unit rates of individual item sub-item sub-total of a schedule grand total of a schedule and lump sum price of the package based on the above consideration

B After computation of the amounts as above the values as computed shall be considered for evaluation as well as for award If the bidder does not accept the above consideration his bid will be rejected and the Bid Security EMD may be forfeited

C The Owners determination of a bids responsiveness is to be based on the contents of the bid itself 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 non-conformity

270 Influencing the Owner

No Bidder shall contact the Owner on any matter relating to its bid from the time of the opening of bids to the time the contract is awarded

Any effort by a Bidder to influence the Owner in the Ownerrsquos bid evaluation bid comparison or contract award decisions may result in rejection of the Bidderrsquos bid

280 Award of Contract

The Owner will award the contract to the successful Bidder whose bid has been determined to be substantially responsive and to be the lowest evaluated bid further provided that the bidder is determined to be qualified to perform the contract satisfactorily

The owner may request the Bidder to withdraw any of the deviations listed in Deviation Schedule of the winning bid at the price shown for the deviation in Deviation schedule In case the Bidder does not withdraw the deviations proposed by him if any at the cost of withdrawal stated in the bid his bid will be rejected and bid security forfeited

Bidders would be required to comply with all other requirement of the Bidding Documents except for those deviations in Deviation Schedule which are accepted by the Owner failing which the bid security of the Bidder may be forfeited

Award will be placed for total quantity on L1 basis for substantially responsive bid on single responsibility basis for entire scope of supply

Page 10 of 11 ITB- PPR-1163- AudioVideo System)

290 Owners Right to Accept Any Bid and to Reject Any Bids

The Owner reserves the right to accept or reject any bid and to annul the bidding process and reject all bids at any time prior to award of contract without thereby incurring any liability to the affected Bidder or bidders or any obligation to inform the affected Bidder or bidders of the grounds for the Owners action

300 Notification of Award

Prior to the expiration of the period of bid validity the Owner will notify the successful Bidder in writing by registered letter or by cable to be confirmed in writing by registered letter that its bid has been accepted The notification of award will constitute the formation of the contract

Upon the successful Bidders furnishing of the performance security the Owner will promptly notify each unsuccessful Bidder and will discharge its bid security

310 Corrupt or Fraudulent Practices

A The Owner requires that Bidders to observe the highest standard of ethics during the procurement and execution of the Contract In pursuance of this policy the Owner

(a) defines for the purposes of this provision the terms set forth below as follows

(i) corrupt practice means the offering giving receiving or soliciting of any thing of value to influence the action of a public official in the procurement process or in contract execution and

(ii) fraudulent practice means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Owner and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Owner of the benefits of free and open competition

(b) will reject a proposal for award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question

(c) will declare a firm ineligible either indefinitely or for a stated period of time to be awarded a contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for or in executing a contract of the Owner

B Furthermore Bidders shall be aware of the provision stated in the General Conditions of Contract

320 Submission of documents by post

The following documents in hard copyoriginal form sealed in envelop super scribed as ldquoSupply Installation amp Testing of AudioVideo Equipments for

Page 11 of 11 ITB- PPR-1163- AudioVideo System)

Conference Room Of New Office Building Of NJHPS SJVN Ltd Jhakri -(PPR-1163 (OampM)2014)rdquoare to be sent through post-

(i) Earnest Money Deposit (In original)copy of MSE certificate as per clause no 110

(ii) Cost of tender document (In Original) copy of MSE certificate as per clause no 210

(iii) Undertaking form duly signed by the bidder shall be uploaded along with the bid the details of which are as per clause 330

(iv) Copy of TIN No

The scanned copies of above documents are to be uploaded on the web and must reach preferably 03092014 1230 HRS

Any documents as asked or required are to be sent to the following address-Dy General Manager (GM) Procurement and Contract DepartmentNJHPS SJVN LTD JhakriDistt Shimla (HP)-172201

Phone No 01782-275236Fax No 01782-234049 275106E-mail sksood_2000yahoocoin

Any documents as asked or required like scanned copies of EMD amp Cost of tender document (if any) copy of previous orders dealership certificate etc are to be uploaded at the link ldquoGeneral Documentsrdquo at httpssjvnabcprocurecom

330 Undertaking

331 I have read carefully all the bidding documents and agreed to the conditions exceptfor deviation taken clause wise in deviation schedule

332 I have not changed the contents of the bidding documents

333 Scanned copy of documents uploaded along with the bid is true to the best of my knowledge

334 We have quoted for all the items If after opening of price bid it is found that wehave not quoted for all items then our bid shall not be considered for price bid evaluation

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 1 of 7

GENERAL CONDITIONS OF CONTRACT (GCC)

10 Definitions

In this Contract the following terms shall be interpreted as indicated

(a) The Contract means the Contract Agreement entered between the Owner and the Contractor as recorded in the Contract Form signed by the parties including all attachments and appendices thereto and all documents incorporated by reference therein

(b) The Contract Price means the price payable to the Contractor under the Contract for the full and proper performance of its contractualobligations

(c) The Services means all those services necessary for the Supply Installation amp Testing of AudioVideo Equipments under this contractand any other incidental services etc and other such obligations of the Contractor covered under the Contract

(d) The Owner means the SJVN Limited

(e) The Contractor means the individual or firm The Contractor means the individual or firm carrying out the work under this Contract

(f) Corrupt Practice means the offering giving receiving or soliciting ofany thing of value to influence the action of a public official in the procurement process or in contract execution

(g) Fraudulent Practice means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Owner and includes collusive practice among Bidders (prior to or after Bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Owner of the benefits of free and open competition

20 CONTRACT PERFORMANCE SECURITY (CPS)

21 Within thirty (30) days of receipt of the notification of Contract award you shall furnish to the Owner an unconditional performance security for ten percent (10) of the Contract Price with validity up to sixty (60) days after warrantee period (Refer Clause 50 below)

22 The proceeds of the performance security shall be payable to the Owner as compensation for any loss resulting from the Contractors failure to complete its obligations under the Warranty and ContractSupport period

23 The performance security shall be denominated in the currency of the Contract and shall be in the form of Bank Guarantee (As per format enclosed) preferably issued by a nationalized Bank scheduled bank (As per the list enclosed) acceptable to the Owner or in the form of FDR or TDR (pledged in the favour of the owner)

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 2 of 7

24 The performance security will be discharged by the Owner and returned to the Contractor not later than sixty (60) days after expiry of Warranty and ContractSupport period

25 NSIC MSE registered firms are not exempted from the submission of the CPG

26 The interest 155 shall be charged on delay period for breach in timely submission of CPGInitial Security Deposit without prejudice to right of SJVN to other remedies available under the contract

30 PACKING AND FORWARDING 31 The bidder shall provide such packing to the goods as is required to prevent

damage or deterioration during transit to their final destination at Jhakri

40 INSURANCEThe goods to be supplied under the scope of the work shall be insured for all risks by the contractor till it is delivered installed amp commissioned at NJHPS SJVN Ltd Jhakri

50 GUARANTEWARRANTY

The material under the scope of this contract will be warranted against any manufacturing defects poor workmanship and the consumablematerial used for maximum of 12 months from the date of successful installation amp commissioning In case of any problem within the warranty period due to manufacturing defects their performance poor workmanship and the consumablematerial used arises the same will be rectifiedreplaced free of cost at site by the supplier within fortnight of such notification by the EIC as necessary

60 FORCE MEAJEURE

61 The firm shall not be liable for loss or damage to SJVN resulting from any delays or failure to make shipment to Nathpa site within schedule time for all or any part of the item due to the act of God war declared or undeclared acts of public enemy riots civil commotion invasion insurrection sabotage acts of restraint of Government federal state or municipal action or regulation fire flood hurricanes accidents epidemic quarantine restrictions or any failure on the part of the Owner or his representative to approve or comments on drawings or other causes contingencies or circumstances not subject to their control whether of a similar or dissimilar nature which prevents the Contractor from completion of work Any such cause or delays even though not existing on the date of the contract on or the date of start of reclaiming shall extend the time of performance automatically by length of delays occasioned thereby including delay reasonably incidental to the resumption of normal reclamation work even though such case may occur after performance of firmrsquos obligation has been delayed for the other causes

62 If a Force Majeure situation arises the Contractor shall promptly notify the Owner in writing of such condition and the cause thereof Unless otherwise directed by the Owner in writing the Contractor shall continue to perform its obligations under the Contract as far as is reasonably practical and shall seek

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 3 of 7

all reasonable alternative means for performance not prevented by the Force Majeure event

70 PAYMENT TERMS The payment to the bidder will be made as under after submission of all the required documents acceptable to SJVN Ltd-

A The Seventy percent (70) payment (including 100 taxes amp duties) shall bemade within 30 days after receipt of the material at NJHPS SJVN Ltd Jhakriand on submission of followings documents to consignee

(i) Bills in triplicate(ii) Photocopy of unconditional acceptance of Letter of Award(iii) Inspection Report issued by the EIC or his representative (The

inspection of supplied material shall be carried out at store NJHPS Jhakri

(iv) Copy of CPG as per clause no 20(v) Copy of TIN No

B Balance thirty percent (30) payment shall be made within 30 days after completion of work and on submission of followings documents in bound folder to the consignee-

(i) Bills in triplicate(ii) GuaranteeWarranty Certificate(iii) Completion certificate issued by EIC that the material has been

successfully installed amp commissioned(iv) Documents asked as per clause 12 of General Technical Terms ans

ConditionsC The payment shall be released through electronic fund transfer and hence you

are requested to give your bank account detail along with IFSCRTGS code of your bank branch The required detail is to be filled in ldquoSchedule-3-Bank Account Detailrdquo Bank charges if any shall be borne by you The details to be submitted in the schedule as enclosed

DAs per SJVN Ltd policy no advance payment can be given

E The service tax shall be paid by the SJVN bidder as per service tax notification no 302012 dated 20062012 The service tax is to mentioned separately in price schedules amp same shall be reimbursed on submission of following information along with the bills-

(I) Name Address amp Contact Details (Tel no etc) of the Service Provider (II) Service Tax Number of the Service Provider(III) PAN of the Service Provider(IV) Service Tax Invoice Number(V) Gross amount of services(VI) Service Tax amount

80 WORK COMPLETION SCHEDULEThe basic consideration and the essence of the Contract shall be the strict adherence to the Work Completion Schedule Entire scope of work should be completed within 90 days from the issue of Supply Order

90 LIQUIDATED DAMAGES

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 4 of 7

91 If the Supplier fails to complete the work within the period(s) specified in the Contract the Owner shall without prejudice to its other remedies under the Contract deduct from the Contract Price as Liquidated Damages as specified here in below

92 The Liquidated Damage for delay in completion of work(Supply Installation amp Commissioning) beyond the maximum completion schedule as stipulated at clause 80 above shall be frac12 (Half percent) per week or part thereof of the total contract value The total amount of Liquidated Damages for delay under the Contract will be subject to a maximum of five percent (5) of the total Contract price

93 Amount of Liquidated Damage shall be payable by the Supplier whenever demanded by the Owner and or Owner can recover the amount of liquidated Damages (to the extent leviable at any time) from the amount payable to the Supplier available with Owner under this Contract

94 Supplierrsquos obligations and the Ownerrsquos remedies in respect of delay are solely and exclusively as stated in this Liquidated Damages clause subject to provisions of Clause 120 and consequence thereof

100 TERMINATION OF CONTRACT ON CONTRACTORS DEFAULTThe Owner without prejudice to any other remedy for breach of Contract by written notice of default sent to the Contractor may terminate this Contract in whole or in part

a) if the Contractor fails to complete any part of all the work or all of the Goods within the period(s) specified in the Contract or within any extension thereof granted by the Owner

b) if the Contractor fails to perform any other obligation(s) under the Contract

c) If the Contractor in the judgment of the Owner has engaged in corrupt or fraudulent practices in competing for or in executing the Contract

101 In the event the Owner terminates the Contract in whole or in part the Owner may procure get repaired upon such terms and in such manner as it deems appropriate Goods or Services similar to those undelivered un-repaired and the Contractor shall be liable to the Owner for any excess costs for such similar Goods or Services However the Contractor shall continue performance of the Contract to the extent not terminated

110 TERMINATION FOR INSOLVENCYThe Owner may at any time terminate the Contract by giving written notice to the Contractor if the Contractor becomes bankrupt or otherwise insolvent In this event termination will be without compensation to the Contractor provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the Owner

120 TERMINATION OF CONTRACT ON OWNERS INITIATIVE

121 The Owner reserves the right to terminate the Contract either in part or in full due to reasons other than those mentioned under clause entitled Contractors

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 5 of 7

Default and Outbreak of War The Owner shall in such an event give seven (7) days notice in writing to the Contractor of his decision to do so

122 The Contractor upon receipt of such notice shall discontinue the work on the date and to the extent specified in the notice make all reasonable efforts to obtain cancellation of all orders and contracts to the Owner stop all further sub-contracting or purchasing activity related to the work terminated and assist the Owner in storage maintenance protection and disposition of the works acquired under the contract by the Owner

123 In the event of such a termination the Contractor shall be paid equitable and reasonable compensation as dictated by the circumstances prevalent at the time of termination

130 SETTLEMENT OF DISPUTES131 Any dispute(s) or difference(s) arising out of or in connection with the Contract

shall to the extent possible in the first instance be resolved amicably between the Contractor and the Ownerrsquos Engineer

132 If any dispute or difference of any kind whatsoever shall arise between the Owner and the Contractor arising out of the Contract for the performance of the Works whether during the progress of the Works or after its completion or whether before or after the termination abandonment or breach of the Contract it shall in the first place be referred to and settled by the Engineer who within a period of ten (10 ) days after being requested by either party to do so shall give written notice of his decision to the Owner and the Contractor

133 Save as hereinafter provided such decision in respect of every matter so referred shall be final and binding upon the parties until the completion of the entire work under the Contract and shall forthwith be given effect to by the Contractor who shall comply with all such decisions with all due diligence whether he or the Owner requires arbitration as hereinafter provided or not

134 If after the Engineer has given written notice of his decision to the parties no claim to arbitration has been communicated to him by either party within ten (10) days from the receipt of such notice the said decision shall become final and binding on the parties

135 In the event of the Engineer failing to notify his decision within ten (10) days after being requested as aforesaid or in the event of either the Owner or the Contractor being dissatisfied with any such decision or within ten (10) days after the expiry of the first mentioned period of ten (10) days as the case may be either party may require by written notice to the other party that the matters in dispute be referred to arbitration as hereinafter provided

140 ARBITRATION

141 All disputes or differences in respect of which the decision if any of the Engineer has not become final or binding as aforesaid shall be settled by arbitration in the manner hereinafter provided

142 In the event of the Contractor that is to say a citizen andor a permanent resident of India a firm or a company duly registered or incorporated in India the arbitration shall be conducted by three arbitrators one each to be nominated

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 6 of 7

by the contractor and the Owner and the third to be named by the President of Institution of Engineers India If either of the parties fails to appoint its arbitrator within thirty (30) days after receipt of a notice from the other party invoking the arbitration clause the President of the Institution of Engineers India shall have the power at the request of either of the parties to appoint the arbitrators A certified copy of the said President making such an appointment shall be furnished to both the parties

143 The arbitration shall be conducted in accordance with the provisions of the Arbitration amp Conciliation Act 1996 or any statutory modification thereof

144 Arbitration(s) shall give reasoned award

145 The decision of the majority of the arbitrators shall be final and binding upon the parties The expenses of the arbitration shall be paid as may be determined by the arbitrators The arbitrators may from time to time with the consent of all the parties enlarge the time for making the award In the event of any of the aforesaid arbitrators dying neglecting resigning of being unable to act for any reason it will be lawful for the party concerned to nominate another arbitrator in place of the outgoing arbitrator

146 The arbitrator shall have full powers to review andor revise any decision opinion directions certification or valuation of the Engineer in consonance with the contract

150 APPLICABLE LAW

151 The Contract shall be governed by and interpreted in accordance with the laws in force in India The courts of Rampur BushahrShimla shall have exclusive jurisdiction in all matters arising under the Contract

160 NOTICES

Any notice given by one party to the other pursuant to this Contract shall be sent to the other party in writing or by cable telex or facsimile and confirmed in writing to the other partys address specified in NITNIQ

A notice shall be effective when delivered or on the notices effective date whichever is later

17 CORRESPONDENCE(i) All correspondence related to this contract before award of the contract shall

be addressed to DGM Procurement amp Contract Deptt NJHPS SJVN Ltd Jhakri Distt Shimla (HP) PIN- 172201 PH No 0091-1782-275794 Fax No 0091-1782-234049

(ii) All the correspondences after award of the contract shall be addressed to DGM(ITampCPSSM) NJHPS SJVN Ltd Jhakri

18 Engineer in Charge (EIC)DGM (ITampCPSSM) NJHPS SJVN Ltd Jhakri shall be the EIC of this work The material shall be drawn by EIC from store for the installation

19 CONSIGNEEThe Goods under this Contract shall be dispatched to the Consignee at the following address-

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 7 of 7

Manager (OampM Stores)Nathpa Jhakri Hydro Power Station SJVN Ltd Jhakri Distt Shimla (HP)Pin-172201 (INDIA)Phone No 0091-1782-275041 Fax No 0091-1782-234049

20 The material is to transported through ldquoRegistered Common Carrierrdquo only (Registered Common Carrier mean the carrier registered with a State Transport Authority or a Regional Transport Authority)

21 TESTING amp INSPECTIONInspection of material supplied against this supply order shall be carried out by EIC or his authorized representative at project stores Jhakri on receipt of material amp subsequently after successful installation testing amp commissioning at site

THE SECOND SCHEDULE TO THE RESERVE BANK OF INDIA ACT 1934

[Sections 2(e) and 42]

SCHEDULED BANKS

STATE CO-OPERATIVE BANKS Andhra Pradesh State Co-operative Bank Ltd Hyderabad Bihar State Co-operative Bank Ltd Bihar Goa State Co-operative Bank Ltd Panaji Gujarat State Co-operative Bank Ltd Ahmedabad Haryana State Co-operative Apex Bank Ltd Chandigarh Karnataka State Co-operative Apex Bank Ltd Bangalore Kerala State Co-operative Bank Ltd Thiruvananthapuram Madhya Pradesh Rajya Sahakari Bank Maryadit Bhopal Maharashtra State Co-operative Bank Ltd Mumbai Orissa State Co-operative Bank Ltd Bhubaneswar Pondicherry State Co-operative Bank Ltd Pondicherry Punjab State Co-operative Bank Ltd Chandigarh Rajasthan State Co-operative Bank Ltd Jaipur Tamil Nadu State Apex Co-operative Bank Ltd Chennai Uttar Pradesh Co-operative Bank Ltd Lucknow West Bengal State Co-operative Bank Ltd Kolkata

Urban Co-operative Banks

A P Mahesh Co-operative Urban Bank Ltd Hyderabad Abhyudaya Co-operative Bank Ltd Mumbai Ahmedabad Mercantile Co-operative Bank Ltd Ahmedabad Akola Janata Commercial Co-operative Bank Ltd Akola Amanath Co-operative Bank Ltd Bangalore Bassein Catholic Co-operative Bank Limited Vasai Bharat Co-operative Bank (Mumbai) Ltd Mumbai Bharati Sahakari Bank Ltd Pune Bombay Mercantile Co-operative Bank Limited Mumbai Charminar Co-operative Urban Bank Ltd Hyderabad Citizen Credit Co-operative Bank Ltd Mumbai Dombivli Nagari Sahakari Bank Ltd Dombivli Greater Bombay Co-operative Bank Limited Mumbai Indian Mercantile Co-operative Bank Ltd Lucknow Jalgaon Janata Sahakari Bank Ltd Jalgaon Janakalyan Sahakari Bank Ltd Mumbai Janalaxmi Cooperative Bank Ltd Nashik Janata Sahakari Bank Ltd Pune Kallappanna Awade Ichalkaranji Janata Sahakari Bank Ltd Ichalkaranji Kalupur Commercial Co-operative Bank Ltd Ahmedabad Kalyan Janata Sahakari Bank Ltd Kalyan Kapol Cooperative Bank Ltd Mumbai Karad Urban Co-operative Bank Ltd Karad Madhavapura Mercantile Co-operative Bank Ltd Ahmedabad Mahanagar Co-operative Bank Ltd Mumbai Mapusa Urban Co-operative Bank of Goa Ltd Mapusa Mehsana Urban Co-operative Bank Ltd Mehsana N K G S B Co-operative Bank Ltd Mumbai Nagar Urban Co-operative Bank Ltd Ahmednagar Nagpur Nagrik Sahakari Bank Ltd Nagpur New India Co-operative Bank Ltd Mumbai Nutan Nagrik Sahakari Bank Ltd Ahmedabad Parsik Janata Sahakari Bank Ltd Thane Pravara Sahakari Bank Ltd Loni Punjab amp Maharashtra Co-operative Bank Ltd Mumbai Rajkot Nagrik Sahakari Bank Ltd Rajkot Rupee Co-operative Bank Ltd Pune Sangli Urban Co-operative Bank Ltd Sangli Saraswat Co-operative Bank Ltd Mumbai Sardar Bhiladwala Pardi Peoples Co-operative Bank Ltd Killa Pardi Shikshak Sahakari Bank Ltd Nagpur Solapur Janata Sahakari Bank Ltd Solapur Surat Peoples Co-operative Bank Ltd Surat Thane Bharat Sahakari Bank Ltd Thane Thane Janata Sahakari Bank Ltd Thane The Akola Urban Co-operative Bank Ltd Akola The Cosmos Co-operative Bank Ltd Pune The Goa Urban Co-operative Bank Ltd Panaji The Khamgaon Urban Co-operative Bank Ltd Khamgaon The Nasik Merchants Co-operative Bank Ltd Nasik The Shamrao Vithal Co-operative Bank Ltd Mumbai The Zoroastrian Co-operative Bank Ltd Mumbai Vasavi Co-operative Urban Bank Limited Hyderabad

SBI AND ASSOCIATES State Bank of India State Bank of Bikaner amp Jaipur State Bank of Hyderabad State Bank of Indore State Bank of Mysore State Bank of Patiala State Bank of Saurashtra State Bank of Travancore

NATIONALISED BANKS

Allahabad Bank Andhra Bank Bank of Baroda Bank of India Bank of Maharashtra Canara Bank Central Bank of India Corporation Bank Dena Bank Indian Bank Indian Overseas Bank Oriental Bank of Commerce Punjab National Bank Punjab and Sind Bank Syndicate Bank UCO Bank Union Bank of India United Bank of India Vijaya Bank

OTHER PUBLIC SECTOR BANKS

Industrial Development Bank of India Ltd

PRIVATE SECTOR BANKS Bank of Rajasthan Ltd Catholic Syrian Bank Ltd City Union Bank Ltd Development Credit Bank Ltd Dhanalakshmi Bank Ltd Federal Bank Ltd HDFC Bank Ltd ICICI Bank Ltd IndusInd Bank Ltd ING Vysya Bank Ltd Jammu and Kashmir Bank Ltd Karnataka Bank Ltd Karur Vysya Bank Ltd Kotak Mahindra Bank Ltd Lakshmi Vilas Bank Ltd Nainital Bank Ltd Ratnakar Bank Ltd SBI Commercial International Bank Ltd South Indian Bank Ltd Tamilnad Mercantile Bank Ltd Axis Bank Ltd Yes Bank Ltd

FOREIGN BANKS ABN Amro Bank NV Abu Dhabi Commercial Bank Ltd American Express Banking Corporation Antwerp Diamond Bank NV Arab Bangladesh Bank Bank International Indonesia Bank of America Bank of Bahrain and Kuwait BSC Bank of Ceylon Bank of Nova Scotia Bank of Tokyo ndash Mitsubishi Ltd Barclays Bank Plc BNP Paribas China Trust Commercial Bank Shinhan Bank Citi Bank NA Calyon Bank Deutsche Bank DBS Bank Ltd The Hongkong and Shanghai Banking Corporation Ltd JP Morgan Chase Bank NA Krung Thai Bank Public Company Ltd Mashreq Bank psc Mizuho Corporate Bank Ltd Oman International Bank SAOG Societe Generale Sonali Bank Standard Chartered Bank State Bank of Mauritius Ltd

GRAMIN BANKS Andhra Pradesh Grameen Vikas Bank Warangal (Andhra Pradesh) Andhra Pragathi Grameena Bank Kadapa (Andhra Pradesh) Aryavart Gramin Bank Lucknow (Uttar Pradesh) Arunachal Pradesh Rural Bank Naharlagun (Arunachal Pradesh) Assam Gramin Vikas Bank Guwahati (Assam) Baitarani Gramya Bank Baripada (Orissa) Ballia Kshetriya Gramin Bank Ballia (Uttar Pradesh) Bangiya Gramin Vikash Bank Berhampore (West Bengal) Baroda Gujarat Gramin Bank Bharuch (Gujarat) Baroda Rajasthan Gramin Bank Ajmer (Rajasthan) Baroda Uttar Pradesh Gramin Bank Rae Bareli (Uttar Pradesh) Bihar Kshetriya Gramin Bank Monghyr (Bihar) Cauvery Kalpatharu Grameena Bank Mysore (Karnataka) Chaitanya Godavari Grameena Bank (Andhra Pradesh) Chhattisgarh Gramin Bank Raipur (Chhattisgarh) Chikmagalur-Kodaga Grameena Bank Chikmagalur (Karnataka) Deccan Grameena Bank Dilsukhnagar (Hyderabad) Dena Gujarat Gramin Bank Gandhinagar (Gujarat) Durg-Rajnandgaon Gramin Bank Rajnandgaon (Chhattisgarh) Ellaquai Dehati Bank Srinagar (Jammu and Kashmir) Etawah Kshetriya Gramin Bank Etawah (Uttar Pradesh) Faridkot Bhatinda Kshetriya Gramin Bank Bhatinda (Punjab) Gurgaon Gramin Bank Gurgaon (Haryana) Hadoti Kshetriya Gramin Bank Kota (Rajasthan) Haryana Gramin Bank Rohtak (Haryana) Himachal Gramin Bank Mandi (Himachal Pradesh) Jaipur Thar Gramin Bank Jaipur (Rajasthan) Jammu Rural Bank Jammu Jhabua-Dhar Kshetriya Gramin Bank Jhabua (Madhya Pradesh) Jharkhand Gramin Bank Ranchi (Jharkhand) Kalinga Gramya Bank Cuttack (Orissa) Kamraz Rural Bank Sopore (Jammu and Kashmir) Karnatka Vikas Gramin Bank Dharwad (Karnataka) Kashi Gomti Samyut Gramin Bank Varanasi (Uttar Pradesh) Khasi J Bank Shillong (Meghalaya) Krishna Grameena Bank Gulbarga (Karnataka) Kshetriya Kisan Gramin Bank Mainpuri (Uttar Pradesh) Langpi Dehangi Rural Bank Dhiphu (Assam) Lucknow Kshetriya Gramin Bank Sitapur (Uttar Pradesh) Madhya Bharath Gramin Bank Sagar (Madhya Pradesh) Madhya Bihar Gramin Bank Patna (Bihar) Mahakaushal Kshetriya Gramin Bank Jabalpur (Madhya Pradesh) Maharashtra Godavari Gramin Bank (Maharashtra) Malwa Gramin Bank Sangrur (Punjab) Marwar Ganganagar Bikaner Gramin Bank Pali (Rajasthan) Manipur Rural Bank Imphal (Manipur) Marathwada Gramin Bank Nanded (Maharashtra) Mewar Aanchalik Gramin Bank Udaipur (Rajasthan) Mizoram Rural Bank Aizawl (Mizoram) Nagaland Rural Bank Kohima (Nagaland) Nainital Almora Kshetriya Gramin Bank Nainital (Uttaranchal) Narmada Malwa Gramin Bank Indore (Madhya Pradesh) Neelachal Gramya Bank (Orissa) North Malabar Gramin Bank Kannur (Kerala) Pallavan Grama Bank Salem (Tamil Nadu)

Pandyan Grama Bank Virudhunagar (Tamil Nadu) Paschim Banga Gramin Bank Howrah (West Bengal) Parvatiya Gramin Bank Chamba (Himachal Pradesh) Pragathi Gramin Bank Bellary (Karnataka) Prathama Bank Moradabad (Uttar Pradesh) Puduvai Bharthiar Grama Bank (Pondicherry) Punjab Gramin Bank Kapurthala (Punjab) Purvanchal Gramin Bank Gorakhpur (Uttar Pradesh) Rajasthan Gramin Bank Alwar (Rajasthan) Ratnagiri Sindhudurg Gramin Bank Ratnagiri (Maharashtra) Rewa-Sidhi Gramin Bank Rewa (Madhya Pradesh) Rushikulya Gramya Bank Berhampur (Orissa) Samastipur Kshetriya Gramin Bank Samastipur (Bihar) Saptagiri Grameena Bank Chitoor (Andhra Pradesh) Sarva UP Gramin Bank (Uttar Pradesh) Satpura Narmada Kshetriya Gramin Bank Chhindwara (Madhya Pradesh) Saurashtra Gramin Bank Rajkot (Gujarat) Sharda Gramin Bank Satna (MP) Shreyas Gramin Bank Aligarh (Uttar Pradesh) Solapur Gramin Bank Solapur (Maharashtra) South Malabar Gramin Bank (Kerala) Surguja Kshetriya Gramin Bank Ambikapur (Chhattisgarh) Tripura Gramin Bank Agartala (Tripura) Triveni Kshetriya Gramin Bank Orai (Uttar Pradesh) Utkal Gramya Bank Bolangir (Orissa) Uttaranchal Gramin Bank Dehradun (Uttaranchal) Uttar Banga Kshetriya Gramin Bank Cooch-Behar (West Bengal) Uttar Bihar Kshetriya Gramin Bank Muzaffarpur (Bihar) Vananchal Gramin Bank Dhumka (Jharkhand) Vidharbha Kshetriya Gramin Bank Akola (Maharashtra) Vidisha-Bhopal Kshetriya Gramin Bank Vidisha (Masdhya Pradesh) Visveshwaraya Grameen Bank Mandya (Karnataka) Wainganga Kshetriya Gramin Bank Chandrapur (Maharashtra)

  • 101910JPG
  • 101934JPG
  • 101945JPG
  • 101956JPG
  • 102006JPG
  • NIQpdf
  • PQR2pdf
  • BOQ Audio-Videopdf
  • Technical Specificationspdf
  • ITB3pdf
  • GCC6pdf
  • Listofscheduledbankpdf
    • PRE QUALIFICATION CRITERIA

      PPR-NJHPS-1163 (OampM)2014

      Qualifying requirement for ldquoSupply Installation amp Testing of AudioVideo Equipments for Conference Room of New Office Building of NJHPS SJVN Ltd Jhakrirdquo

      (A) Proven Experience

      10 The bidder should be a regular contractor for ldquoSupply Installation amp Testing of AudioVideo Equipmentsrdquo The bidder must submit the supporting documents (LOAs work orders agreements for the similar work along with the satisfactory completion certificate) to this effect from their clients In the case LOAs work orders agreements are from the private company (ies) firm (s) then copy (ies) of TDS for the same are also need to be submitted along with the satisfactory completion certificate

      20 The bidder should have completed such type of job in the past

      (B) Financial Requirement

      10 Financial Requirement The Bidder must have an average annual financial turn over of ` 1097615 (Rupees Ten Lacs Ninety Seven Thousand Six Hundred Fifteen only) during last three years ending 31st March of previous financial year

      20 The Bidder should have successfully completed the similar work as per any of the following criteria during last 7 years ending last day of month previous to one in which applications are invited

      (a) The Bidder should have carried out the 3 similar works valuing not less than ` 14 63487- (Rupees Fourteen Lacs Sixty Three Thousand Four Hundred Eighty Seven only) each

      Or

      (b) 2 similar completed works valuing not less than ` 18 29359- (Rupees Eighteen Lacs Twenty Nine Thousand Three Hundred Fifty Nine only) each

      Or

      (c) 1 similar completed work valuing not less than ` 29 26974- (Rupees Twenty Nine Lacs Twenty Six Thousand Nine Hundred Seventy Four only)

      Note Similar work means work related to Supply Installation amp Testing of AudioVideo Equipments

      The bidder must submit the supporting documents (LOAs work orders agreements for the similar work along with the satisfactory completion certificate) to this effect from their clients In the case LOAs work orders agreements are from the private company (ies) firm (s) then copy (ies) of TDS for the same are also need to be submitted along with the satisfactory completion certificate

      (C) General Conditions of Prequalification

      1 Bidder must furnish Code number photocopies for PAN Sales tax VATTIN amp Service Tax (If applicable) etc

      2 SJVN Ltd reserves the right to cancel withdraw the invitation for bid without assigning any reason and shall bear no liability whatsoever consequent upon such a decision

      3 Notwithstanding anything stated above SJVN Ltd reserves the right to assess the Bidderrsquos capability and capacity to perform the contract satisfactorily should the circumstances warrant such assessment in the overall interest of SJVN Ltd

      4 Price bid of only those bidders shall be opened who qualify based on the specified qualifying requirements after Scrutiny of details documents furnished by them and found to be techno- commercial responsive

      SJVN Ltd

      Annexure-I

      Under Taking From Bidder

      Bidderrsquos Name amp Address

      11 We are qualified under clause (A) amp (C) of the qualifying requirements (any qualifying requirements which bidder does not meet shall be mentioned in the separate sheet)

      12 We are regular contractor for Supply Installation amp Testing of AudioVideo Equipments

      13 We confirm having carried out following contracts for similar nature of job related to Supply Installation amp Testing of AudioVideo Equipments

      Name and Address of Client

      Details of work executed

      Order No amp Date

      Date of Completion

      Order Value

      Copy of order Enclosed

      These details are to be furnished in Schedule-5 of Techno commercial part of the bid

Page 13: PPR-NJHPS-1163 NOTICE INVITING TENDER (Domestic ...sjvn.nic.in/writereaddata/Portal/Tender/179_1/1_Tender_Doc1163.pdf · certificate) to this effect from their clients. In the case

Page 8 of 11 ITB- PPR-1163- AudioVideo System)

230 Withdrawal of Bids

No bid may be withdrawn in the interval between the bid submission deadline and the expiration of the bid validity period specified in Bid documents Withdrawal of a bid during this interval may result in the Bidders forfeiture of its bid security EMD

240 Bid Opening and Evaluation

The Owner will open all bids electronically in the presence of bidders representatives who choose to attend the opening at the time on the date and at the place specified in the NIT NIQ Bidders representatives shall sign a register as proof of their attendance In the event of the specified date for the opening of bids being declared a holidaynetwork problem for the Owner the bids will be opened at the appointed time on the next working day

Bids will be evaluated for the complete scope of the supply on single responsibility basis and FOR Jhakri basis During bid evaluation the bid of the bidders quoting outside from HP shall be loaded at the applicable rate of the Entry Tax

No price preference shall be given to any bidder during the bid evaluation

No Mobile Phone will be permitted inside the bid opening room Therefore bidders should deposit Mobile Phones with Security gate at Reception

SJVN liability towards service tax shall also be considered as per service tax notification No 302012 dated 20062012 during bid evaluation

Cost loading will be carried out for the deviations taken by the bidder to determine the lowest evaluated Bid which will be considered for acceptance

The items for which bidder does not quote his price ie leaves the rate amount column blank or simply puts a (-) mark or () mark or indicates lsquoNILrsquo lsquoNArsquo or as applicable no cost shall be considered for bid evaluation for these items and for the purpose of award the value of such item shall be deemed to have been included in other quoted items If the bidder does not agree to this consideration his bid will be rejected and the bid guarantee may be forfeited

250 Clarification of Bids

During bid evaluation the Owner may at its discretion ask the Bidder for a clarification of its bid The request for clarification and the response shall be in writing and no change in the price or substance of the bid shall be sought offered or permitted

260 Correction of Errors (Applicable to extent possible)

A The errors discrepancies in respect of the specified amount in Bid Proposal Sheets for an individual item andor sub-item andor in the sub-total of a schedule andor in the Grand total of a schedule andor in the lump sum price of the package either due to discrepancy between figures and words andor simple arithmetical error while adding andor multiplying and or due to wrong extension of unit rates etc the error will be rectified and computed by SJVN as per the following method

Page 9 of 11 ITB- PPR-1163- AudioVideo System)

(i) In case of discrepancy between figure and words the value specified in the words will be considered for computation

(ii) Firstly the unit rates in words will be considered for computation

(iii) In case unit rates are not indicated in words then unit rates indicated in figure will be considered and will be used for deriving the amount from the quantities specified in the bid documents

(iv) In case error is due to wrong extension of quantities the quantities as specified in the bid documents will be considered and multiplied by the quoted unit rates to obtain the amount The amounts will be computed as per the extension of amount on the basis of unit rates of individual item sub-item sub-total of a schedule grand total of a schedule and lump sum price of the package based on the above consideration

B After computation of the amounts as above the values as computed shall be considered for evaluation as well as for award If the bidder does not accept the above consideration his bid will be rejected and the Bid Security EMD may be forfeited

C The Owners determination of a bids responsiveness is to be based on the contents of the bid itself 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 non-conformity

270 Influencing the Owner

No Bidder shall contact the Owner on any matter relating to its bid from the time of the opening of bids to the time the contract is awarded

Any effort by a Bidder to influence the Owner in the Ownerrsquos bid evaluation bid comparison or contract award decisions may result in rejection of the Bidderrsquos bid

280 Award of Contract

The Owner will award the contract to the successful Bidder whose bid has been determined to be substantially responsive and to be the lowest evaluated bid further provided that the bidder is determined to be qualified to perform the contract satisfactorily

The owner may request the Bidder to withdraw any of the deviations listed in Deviation Schedule of the winning bid at the price shown for the deviation in Deviation schedule In case the Bidder does not withdraw the deviations proposed by him if any at the cost of withdrawal stated in the bid his bid will be rejected and bid security forfeited

Bidders would be required to comply with all other requirement of the Bidding Documents except for those deviations in Deviation Schedule which are accepted by the Owner failing which the bid security of the Bidder may be forfeited

Award will be placed for total quantity on L1 basis for substantially responsive bid on single responsibility basis for entire scope of supply

Page 10 of 11 ITB- PPR-1163- AudioVideo System)

290 Owners Right to Accept Any Bid and to Reject Any Bids

The Owner reserves the right to accept or reject any bid and to annul the bidding process and reject all bids at any time prior to award of contract without thereby incurring any liability to the affected Bidder or bidders or any obligation to inform the affected Bidder or bidders of the grounds for the Owners action

300 Notification of Award

Prior to the expiration of the period of bid validity the Owner will notify the successful Bidder in writing by registered letter or by cable to be confirmed in writing by registered letter that its bid has been accepted The notification of award will constitute the formation of the contract

Upon the successful Bidders furnishing of the performance security the Owner will promptly notify each unsuccessful Bidder and will discharge its bid security

310 Corrupt or Fraudulent Practices

A The Owner requires that Bidders to observe the highest standard of ethics during the procurement and execution of the Contract In pursuance of this policy the Owner

(a) defines for the purposes of this provision the terms set forth below as follows

(i) corrupt practice means the offering giving receiving or soliciting of any thing of value to influence the action of a public official in the procurement process or in contract execution and

(ii) fraudulent practice means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Owner and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Owner of the benefits of free and open competition

(b) will reject a proposal for award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question

(c) will declare a firm ineligible either indefinitely or for a stated period of time to be awarded a contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for or in executing a contract of the Owner

B Furthermore Bidders shall be aware of the provision stated in the General Conditions of Contract

320 Submission of documents by post

The following documents in hard copyoriginal form sealed in envelop super scribed as ldquoSupply Installation amp Testing of AudioVideo Equipments for

Page 11 of 11 ITB- PPR-1163- AudioVideo System)

Conference Room Of New Office Building Of NJHPS SJVN Ltd Jhakri -(PPR-1163 (OampM)2014)rdquoare to be sent through post-

(i) Earnest Money Deposit (In original)copy of MSE certificate as per clause no 110

(ii) Cost of tender document (In Original) copy of MSE certificate as per clause no 210

(iii) Undertaking form duly signed by the bidder shall be uploaded along with the bid the details of which are as per clause 330

(iv) Copy of TIN No

The scanned copies of above documents are to be uploaded on the web and must reach preferably 03092014 1230 HRS

Any documents as asked or required are to be sent to the following address-Dy General Manager (GM) Procurement and Contract DepartmentNJHPS SJVN LTD JhakriDistt Shimla (HP)-172201

Phone No 01782-275236Fax No 01782-234049 275106E-mail sksood_2000yahoocoin

Any documents as asked or required like scanned copies of EMD amp Cost of tender document (if any) copy of previous orders dealership certificate etc are to be uploaded at the link ldquoGeneral Documentsrdquo at httpssjvnabcprocurecom

330 Undertaking

331 I have read carefully all the bidding documents and agreed to the conditions exceptfor deviation taken clause wise in deviation schedule

332 I have not changed the contents of the bidding documents

333 Scanned copy of documents uploaded along with the bid is true to the best of my knowledge

334 We have quoted for all the items If after opening of price bid it is found that wehave not quoted for all items then our bid shall not be considered for price bid evaluation

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 1 of 7

GENERAL CONDITIONS OF CONTRACT (GCC)

10 Definitions

In this Contract the following terms shall be interpreted as indicated

(a) The Contract means the Contract Agreement entered between the Owner and the Contractor as recorded in the Contract Form signed by the parties including all attachments and appendices thereto and all documents incorporated by reference therein

(b) The Contract Price means the price payable to the Contractor under the Contract for the full and proper performance of its contractualobligations

(c) The Services means all those services necessary for the Supply Installation amp Testing of AudioVideo Equipments under this contractand any other incidental services etc and other such obligations of the Contractor covered under the Contract

(d) The Owner means the SJVN Limited

(e) The Contractor means the individual or firm The Contractor means the individual or firm carrying out the work under this Contract

(f) Corrupt Practice means the offering giving receiving or soliciting ofany thing of value to influence the action of a public official in the procurement process or in contract execution

(g) Fraudulent Practice means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Owner and includes collusive practice among Bidders (prior to or after Bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Owner of the benefits of free and open competition

20 CONTRACT PERFORMANCE SECURITY (CPS)

21 Within thirty (30) days of receipt of the notification of Contract award you shall furnish to the Owner an unconditional performance security for ten percent (10) of the Contract Price with validity up to sixty (60) days after warrantee period (Refer Clause 50 below)

22 The proceeds of the performance security shall be payable to the Owner as compensation for any loss resulting from the Contractors failure to complete its obligations under the Warranty and ContractSupport period

23 The performance security shall be denominated in the currency of the Contract and shall be in the form of Bank Guarantee (As per format enclosed) preferably issued by a nationalized Bank scheduled bank (As per the list enclosed) acceptable to the Owner or in the form of FDR or TDR (pledged in the favour of the owner)

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 2 of 7

24 The performance security will be discharged by the Owner and returned to the Contractor not later than sixty (60) days after expiry of Warranty and ContractSupport period

25 NSIC MSE registered firms are not exempted from the submission of the CPG

26 The interest 155 shall be charged on delay period for breach in timely submission of CPGInitial Security Deposit without prejudice to right of SJVN to other remedies available under the contract

30 PACKING AND FORWARDING 31 The bidder shall provide such packing to the goods as is required to prevent

damage or deterioration during transit to their final destination at Jhakri

40 INSURANCEThe goods to be supplied under the scope of the work shall be insured for all risks by the contractor till it is delivered installed amp commissioned at NJHPS SJVN Ltd Jhakri

50 GUARANTEWARRANTY

The material under the scope of this contract will be warranted against any manufacturing defects poor workmanship and the consumablematerial used for maximum of 12 months from the date of successful installation amp commissioning In case of any problem within the warranty period due to manufacturing defects their performance poor workmanship and the consumablematerial used arises the same will be rectifiedreplaced free of cost at site by the supplier within fortnight of such notification by the EIC as necessary

60 FORCE MEAJEURE

61 The firm shall not be liable for loss or damage to SJVN resulting from any delays or failure to make shipment to Nathpa site within schedule time for all or any part of the item due to the act of God war declared or undeclared acts of public enemy riots civil commotion invasion insurrection sabotage acts of restraint of Government federal state or municipal action or regulation fire flood hurricanes accidents epidemic quarantine restrictions or any failure on the part of the Owner or his representative to approve or comments on drawings or other causes contingencies or circumstances not subject to their control whether of a similar or dissimilar nature which prevents the Contractor from completion of work Any such cause or delays even though not existing on the date of the contract on or the date of start of reclaiming shall extend the time of performance automatically by length of delays occasioned thereby including delay reasonably incidental to the resumption of normal reclamation work even though such case may occur after performance of firmrsquos obligation has been delayed for the other causes

62 If a Force Majeure situation arises the Contractor shall promptly notify the Owner in writing of such condition and the cause thereof Unless otherwise directed by the Owner in writing the Contractor shall continue to perform its obligations under the Contract as far as is reasonably practical and shall seek

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 3 of 7

all reasonable alternative means for performance not prevented by the Force Majeure event

70 PAYMENT TERMS The payment to the bidder will be made as under after submission of all the required documents acceptable to SJVN Ltd-

A The Seventy percent (70) payment (including 100 taxes amp duties) shall bemade within 30 days after receipt of the material at NJHPS SJVN Ltd Jhakriand on submission of followings documents to consignee

(i) Bills in triplicate(ii) Photocopy of unconditional acceptance of Letter of Award(iii) Inspection Report issued by the EIC or his representative (The

inspection of supplied material shall be carried out at store NJHPS Jhakri

(iv) Copy of CPG as per clause no 20(v) Copy of TIN No

B Balance thirty percent (30) payment shall be made within 30 days after completion of work and on submission of followings documents in bound folder to the consignee-

(i) Bills in triplicate(ii) GuaranteeWarranty Certificate(iii) Completion certificate issued by EIC that the material has been

successfully installed amp commissioned(iv) Documents asked as per clause 12 of General Technical Terms ans

ConditionsC The payment shall be released through electronic fund transfer and hence you

are requested to give your bank account detail along with IFSCRTGS code of your bank branch The required detail is to be filled in ldquoSchedule-3-Bank Account Detailrdquo Bank charges if any shall be borne by you The details to be submitted in the schedule as enclosed

DAs per SJVN Ltd policy no advance payment can be given

E The service tax shall be paid by the SJVN bidder as per service tax notification no 302012 dated 20062012 The service tax is to mentioned separately in price schedules amp same shall be reimbursed on submission of following information along with the bills-

(I) Name Address amp Contact Details (Tel no etc) of the Service Provider (II) Service Tax Number of the Service Provider(III) PAN of the Service Provider(IV) Service Tax Invoice Number(V) Gross amount of services(VI) Service Tax amount

80 WORK COMPLETION SCHEDULEThe basic consideration and the essence of the Contract shall be the strict adherence to the Work Completion Schedule Entire scope of work should be completed within 90 days from the issue of Supply Order

90 LIQUIDATED DAMAGES

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 4 of 7

91 If the Supplier fails to complete the work within the period(s) specified in the Contract the Owner shall without prejudice to its other remedies under the Contract deduct from the Contract Price as Liquidated Damages as specified here in below

92 The Liquidated Damage for delay in completion of work(Supply Installation amp Commissioning) beyond the maximum completion schedule as stipulated at clause 80 above shall be frac12 (Half percent) per week or part thereof of the total contract value The total amount of Liquidated Damages for delay under the Contract will be subject to a maximum of five percent (5) of the total Contract price

93 Amount of Liquidated Damage shall be payable by the Supplier whenever demanded by the Owner and or Owner can recover the amount of liquidated Damages (to the extent leviable at any time) from the amount payable to the Supplier available with Owner under this Contract

94 Supplierrsquos obligations and the Ownerrsquos remedies in respect of delay are solely and exclusively as stated in this Liquidated Damages clause subject to provisions of Clause 120 and consequence thereof

100 TERMINATION OF CONTRACT ON CONTRACTORS DEFAULTThe Owner without prejudice to any other remedy for breach of Contract by written notice of default sent to the Contractor may terminate this Contract in whole or in part

a) if the Contractor fails to complete any part of all the work or all of the Goods within the period(s) specified in the Contract or within any extension thereof granted by the Owner

b) if the Contractor fails to perform any other obligation(s) under the Contract

c) If the Contractor in the judgment of the Owner has engaged in corrupt or fraudulent practices in competing for or in executing the Contract

101 In the event the Owner terminates the Contract in whole or in part the Owner may procure get repaired upon such terms and in such manner as it deems appropriate Goods or Services similar to those undelivered un-repaired and the Contractor shall be liable to the Owner for any excess costs for such similar Goods or Services However the Contractor shall continue performance of the Contract to the extent not terminated

110 TERMINATION FOR INSOLVENCYThe Owner may at any time terminate the Contract by giving written notice to the Contractor if the Contractor becomes bankrupt or otherwise insolvent In this event termination will be without compensation to the Contractor provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the Owner

120 TERMINATION OF CONTRACT ON OWNERS INITIATIVE

121 The Owner reserves the right to terminate the Contract either in part or in full due to reasons other than those mentioned under clause entitled Contractors

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 5 of 7

Default and Outbreak of War The Owner shall in such an event give seven (7) days notice in writing to the Contractor of his decision to do so

122 The Contractor upon receipt of such notice shall discontinue the work on the date and to the extent specified in the notice make all reasonable efforts to obtain cancellation of all orders and contracts to the Owner stop all further sub-contracting or purchasing activity related to the work terminated and assist the Owner in storage maintenance protection and disposition of the works acquired under the contract by the Owner

123 In the event of such a termination the Contractor shall be paid equitable and reasonable compensation as dictated by the circumstances prevalent at the time of termination

130 SETTLEMENT OF DISPUTES131 Any dispute(s) or difference(s) arising out of or in connection with the Contract

shall to the extent possible in the first instance be resolved amicably between the Contractor and the Ownerrsquos Engineer

132 If any dispute or difference of any kind whatsoever shall arise between the Owner and the Contractor arising out of the Contract for the performance of the Works whether during the progress of the Works or after its completion or whether before or after the termination abandonment or breach of the Contract it shall in the first place be referred to and settled by the Engineer who within a period of ten (10 ) days after being requested by either party to do so shall give written notice of his decision to the Owner and the Contractor

133 Save as hereinafter provided such decision in respect of every matter so referred shall be final and binding upon the parties until the completion of the entire work under the Contract and shall forthwith be given effect to by the Contractor who shall comply with all such decisions with all due diligence whether he or the Owner requires arbitration as hereinafter provided or not

134 If after the Engineer has given written notice of his decision to the parties no claim to arbitration has been communicated to him by either party within ten (10) days from the receipt of such notice the said decision shall become final and binding on the parties

135 In the event of the Engineer failing to notify his decision within ten (10) days after being requested as aforesaid or in the event of either the Owner or the Contractor being dissatisfied with any such decision or within ten (10) days after the expiry of the first mentioned period of ten (10) days as the case may be either party may require by written notice to the other party that the matters in dispute be referred to arbitration as hereinafter provided

140 ARBITRATION

141 All disputes or differences in respect of which the decision if any of the Engineer has not become final or binding as aforesaid shall be settled by arbitration in the manner hereinafter provided

142 In the event of the Contractor that is to say a citizen andor a permanent resident of India a firm or a company duly registered or incorporated in India the arbitration shall be conducted by three arbitrators one each to be nominated

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 6 of 7

by the contractor and the Owner and the third to be named by the President of Institution of Engineers India If either of the parties fails to appoint its arbitrator within thirty (30) days after receipt of a notice from the other party invoking the arbitration clause the President of the Institution of Engineers India shall have the power at the request of either of the parties to appoint the arbitrators A certified copy of the said President making such an appointment shall be furnished to both the parties

143 The arbitration shall be conducted in accordance with the provisions of the Arbitration amp Conciliation Act 1996 or any statutory modification thereof

144 Arbitration(s) shall give reasoned award

145 The decision of the majority of the arbitrators shall be final and binding upon the parties The expenses of the arbitration shall be paid as may be determined by the arbitrators The arbitrators may from time to time with the consent of all the parties enlarge the time for making the award In the event of any of the aforesaid arbitrators dying neglecting resigning of being unable to act for any reason it will be lawful for the party concerned to nominate another arbitrator in place of the outgoing arbitrator

146 The arbitrator shall have full powers to review andor revise any decision opinion directions certification or valuation of the Engineer in consonance with the contract

150 APPLICABLE LAW

151 The Contract shall be governed by and interpreted in accordance with the laws in force in India The courts of Rampur BushahrShimla shall have exclusive jurisdiction in all matters arising under the Contract

160 NOTICES

Any notice given by one party to the other pursuant to this Contract shall be sent to the other party in writing or by cable telex or facsimile and confirmed in writing to the other partys address specified in NITNIQ

A notice shall be effective when delivered or on the notices effective date whichever is later

17 CORRESPONDENCE(i) All correspondence related to this contract before award of the contract shall

be addressed to DGM Procurement amp Contract Deptt NJHPS SJVN Ltd Jhakri Distt Shimla (HP) PIN- 172201 PH No 0091-1782-275794 Fax No 0091-1782-234049

(ii) All the correspondences after award of the contract shall be addressed to DGM(ITampCPSSM) NJHPS SJVN Ltd Jhakri

18 Engineer in Charge (EIC)DGM (ITampCPSSM) NJHPS SJVN Ltd Jhakri shall be the EIC of this work The material shall be drawn by EIC from store for the installation

19 CONSIGNEEThe Goods under this Contract shall be dispatched to the Consignee at the following address-

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 7 of 7

Manager (OampM Stores)Nathpa Jhakri Hydro Power Station SJVN Ltd Jhakri Distt Shimla (HP)Pin-172201 (INDIA)Phone No 0091-1782-275041 Fax No 0091-1782-234049

20 The material is to transported through ldquoRegistered Common Carrierrdquo only (Registered Common Carrier mean the carrier registered with a State Transport Authority or a Regional Transport Authority)

21 TESTING amp INSPECTIONInspection of material supplied against this supply order shall be carried out by EIC or his authorized representative at project stores Jhakri on receipt of material amp subsequently after successful installation testing amp commissioning at site

THE SECOND SCHEDULE TO THE RESERVE BANK OF INDIA ACT 1934

[Sections 2(e) and 42]

SCHEDULED BANKS

STATE CO-OPERATIVE BANKS Andhra Pradesh State Co-operative Bank Ltd Hyderabad Bihar State Co-operative Bank Ltd Bihar Goa State Co-operative Bank Ltd Panaji Gujarat State Co-operative Bank Ltd Ahmedabad Haryana State Co-operative Apex Bank Ltd Chandigarh Karnataka State Co-operative Apex Bank Ltd Bangalore Kerala State Co-operative Bank Ltd Thiruvananthapuram Madhya Pradesh Rajya Sahakari Bank Maryadit Bhopal Maharashtra State Co-operative Bank Ltd Mumbai Orissa State Co-operative Bank Ltd Bhubaneswar Pondicherry State Co-operative Bank Ltd Pondicherry Punjab State Co-operative Bank Ltd Chandigarh Rajasthan State Co-operative Bank Ltd Jaipur Tamil Nadu State Apex Co-operative Bank Ltd Chennai Uttar Pradesh Co-operative Bank Ltd Lucknow West Bengal State Co-operative Bank Ltd Kolkata

Urban Co-operative Banks

A P Mahesh Co-operative Urban Bank Ltd Hyderabad Abhyudaya Co-operative Bank Ltd Mumbai Ahmedabad Mercantile Co-operative Bank Ltd Ahmedabad Akola Janata Commercial Co-operative Bank Ltd Akola Amanath Co-operative Bank Ltd Bangalore Bassein Catholic Co-operative Bank Limited Vasai Bharat Co-operative Bank (Mumbai) Ltd Mumbai Bharati Sahakari Bank Ltd Pune Bombay Mercantile Co-operative Bank Limited Mumbai Charminar Co-operative Urban Bank Ltd Hyderabad Citizen Credit Co-operative Bank Ltd Mumbai Dombivli Nagari Sahakari Bank Ltd Dombivli Greater Bombay Co-operative Bank Limited Mumbai Indian Mercantile Co-operative Bank Ltd Lucknow Jalgaon Janata Sahakari Bank Ltd Jalgaon Janakalyan Sahakari Bank Ltd Mumbai Janalaxmi Cooperative Bank Ltd Nashik Janata Sahakari Bank Ltd Pune Kallappanna Awade Ichalkaranji Janata Sahakari Bank Ltd Ichalkaranji Kalupur Commercial Co-operative Bank Ltd Ahmedabad Kalyan Janata Sahakari Bank Ltd Kalyan Kapol Cooperative Bank Ltd Mumbai Karad Urban Co-operative Bank Ltd Karad Madhavapura Mercantile Co-operative Bank Ltd Ahmedabad Mahanagar Co-operative Bank Ltd Mumbai Mapusa Urban Co-operative Bank of Goa Ltd Mapusa Mehsana Urban Co-operative Bank Ltd Mehsana N K G S B Co-operative Bank Ltd Mumbai Nagar Urban Co-operative Bank Ltd Ahmednagar Nagpur Nagrik Sahakari Bank Ltd Nagpur New India Co-operative Bank Ltd Mumbai Nutan Nagrik Sahakari Bank Ltd Ahmedabad Parsik Janata Sahakari Bank Ltd Thane Pravara Sahakari Bank Ltd Loni Punjab amp Maharashtra Co-operative Bank Ltd Mumbai Rajkot Nagrik Sahakari Bank Ltd Rajkot Rupee Co-operative Bank Ltd Pune Sangli Urban Co-operative Bank Ltd Sangli Saraswat Co-operative Bank Ltd Mumbai Sardar Bhiladwala Pardi Peoples Co-operative Bank Ltd Killa Pardi Shikshak Sahakari Bank Ltd Nagpur Solapur Janata Sahakari Bank Ltd Solapur Surat Peoples Co-operative Bank Ltd Surat Thane Bharat Sahakari Bank Ltd Thane Thane Janata Sahakari Bank Ltd Thane The Akola Urban Co-operative Bank Ltd Akola The Cosmos Co-operative Bank Ltd Pune The Goa Urban Co-operative Bank Ltd Panaji The Khamgaon Urban Co-operative Bank Ltd Khamgaon The Nasik Merchants Co-operative Bank Ltd Nasik The Shamrao Vithal Co-operative Bank Ltd Mumbai The Zoroastrian Co-operative Bank Ltd Mumbai Vasavi Co-operative Urban Bank Limited Hyderabad

SBI AND ASSOCIATES State Bank of India State Bank of Bikaner amp Jaipur State Bank of Hyderabad State Bank of Indore State Bank of Mysore State Bank of Patiala State Bank of Saurashtra State Bank of Travancore

NATIONALISED BANKS

Allahabad Bank Andhra Bank Bank of Baroda Bank of India Bank of Maharashtra Canara Bank Central Bank of India Corporation Bank Dena Bank Indian Bank Indian Overseas Bank Oriental Bank of Commerce Punjab National Bank Punjab and Sind Bank Syndicate Bank UCO Bank Union Bank of India United Bank of India Vijaya Bank

OTHER PUBLIC SECTOR BANKS

Industrial Development Bank of India Ltd

PRIVATE SECTOR BANKS Bank of Rajasthan Ltd Catholic Syrian Bank Ltd City Union Bank Ltd Development Credit Bank Ltd Dhanalakshmi Bank Ltd Federal Bank Ltd HDFC Bank Ltd ICICI Bank Ltd IndusInd Bank Ltd ING Vysya Bank Ltd Jammu and Kashmir Bank Ltd Karnataka Bank Ltd Karur Vysya Bank Ltd Kotak Mahindra Bank Ltd Lakshmi Vilas Bank Ltd Nainital Bank Ltd Ratnakar Bank Ltd SBI Commercial International Bank Ltd South Indian Bank Ltd Tamilnad Mercantile Bank Ltd Axis Bank Ltd Yes Bank Ltd

FOREIGN BANKS ABN Amro Bank NV Abu Dhabi Commercial Bank Ltd American Express Banking Corporation Antwerp Diamond Bank NV Arab Bangladesh Bank Bank International Indonesia Bank of America Bank of Bahrain and Kuwait BSC Bank of Ceylon Bank of Nova Scotia Bank of Tokyo ndash Mitsubishi Ltd Barclays Bank Plc BNP Paribas China Trust Commercial Bank Shinhan Bank Citi Bank NA Calyon Bank Deutsche Bank DBS Bank Ltd The Hongkong and Shanghai Banking Corporation Ltd JP Morgan Chase Bank NA Krung Thai Bank Public Company Ltd Mashreq Bank psc Mizuho Corporate Bank Ltd Oman International Bank SAOG Societe Generale Sonali Bank Standard Chartered Bank State Bank of Mauritius Ltd

GRAMIN BANKS Andhra Pradesh Grameen Vikas Bank Warangal (Andhra Pradesh) Andhra Pragathi Grameena Bank Kadapa (Andhra Pradesh) Aryavart Gramin Bank Lucknow (Uttar Pradesh) Arunachal Pradesh Rural Bank Naharlagun (Arunachal Pradesh) Assam Gramin Vikas Bank Guwahati (Assam) Baitarani Gramya Bank Baripada (Orissa) Ballia Kshetriya Gramin Bank Ballia (Uttar Pradesh) Bangiya Gramin Vikash Bank Berhampore (West Bengal) Baroda Gujarat Gramin Bank Bharuch (Gujarat) Baroda Rajasthan Gramin Bank Ajmer (Rajasthan) Baroda Uttar Pradesh Gramin Bank Rae Bareli (Uttar Pradesh) Bihar Kshetriya Gramin Bank Monghyr (Bihar) Cauvery Kalpatharu Grameena Bank Mysore (Karnataka) Chaitanya Godavari Grameena Bank (Andhra Pradesh) Chhattisgarh Gramin Bank Raipur (Chhattisgarh) Chikmagalur-Kodaga Grameena Bank Chikmagalur (Karnataka) Deccan Grameena Bank Dilsukhnagar (Hyderabad) Dena Gujarat Gramin Bank Gandhinagar (Gujarat) Durg-Rajnandgaon Gramin Bank Rajnandgaon (Chhattisgarh) Ellaquai Dehati Bank Srinagar (Jammu and Kashmir) Etawah Kshetriya Gramin Bank Etawah (Uttar Pradesh) Faridkot Bhatinda Kshetriya Gramin Bank Bhatinda (Punjab) Gurgaon Gramin Bank Gurgaon (Haryana) Hadoti Kshetriya Gramin Bank Kota (Rajasthan) Haryana Gramin Bank Rohtak (Haryana) Himachal Gramin Bank Mandi (Himachal Pradesh) Jaipur Thar Gramin Bank Jaipur (Rajasthan) Jammu Rural Bank Jammu Jhabua-Dhar Kshetriya Gramin Bank Jhabua (Madhya Pradesh) Jharkhand Gramin Bank Ranchi (Jharkhand) Kalinga Gramya Bank Cuttack (Orissa) Kamraz Rural Bank Sopore (Jammu and Kashmir) Karnatka Vikas Gramin Bank Dharwad (Karnataka) Kashi Gomti Samyut Gramin Bank Varanasi (Uttar Pradesh) Khasi J Bank Shillong (Meghalaya) Krishna Grameena Bank Gulbarga (Karnataka) Kshetriya Kisan Gramin Bank Mainpuri (Uttar Pradesh) Langpi Dehangi Rural Bank Dhiphu (Assam) Lucknow Kshetriya Gramin Bank Sitapur (Uttar Pradesh) Madhya Bharath Gramin Bank Sagar (Madhya Pradesh) Madhya Bihar Gramin Bank Patna (Bihar) Mahakaushal Kshetriya Gramin Bank Jabalpur (Madhya Pradesh) Maharashtra Godavari Gramin Bank (Maharashtra) Malwa Gramin Bank Sangrur (Punjab) Marwar Ganganagar Bikaner Gramin Bank Pali (Rajasthan) Manipur Rural Bank Imphal (Manipur) Marathwada Gramin Bank Nanded (Maharashtra) Mewar Aanchalik Gramin Bank Udaipur (Rajasthan) Mizoram Rural Bank Aizawl (Mizoram) Nagaland Rural Bank Kohima (Nagaland) Nainital Almora Kshetriya Gramin Bank Nainital (Uttaranchal) Narmada Malwa Gramin Bank Indore (Madhya Pradesh) Neelachal Gramya Bank (Orissa) North Malabar Gramin Bank Kannur (Kerala) Pallavan Grama Bank Salem (Tamil Nadu)

Pandyan Grama Bank Virudhunagar (Tamil Nadu) Paschim Banga Gramin Bank Howrah (West Bengal) Parvatiya Gramin Bank Chamba (Himachal Pradesh) Pragathi Gramin Bank Bellary (Karnataka) Prathama Bank Moradabad (Uttar Pradesh) Puduvai Bharthiar Grama Bank (Pondicherry) Punjab Gramin Bank Kapurthala (Punjab) Purvanchal Gramin Bank Gorakhpur (Uttar Pradesh) Rajasthan Gramin Bank Alwar (Rajasthan) Ratnagiri Sindhudurg Gramin Bank Ratnagiri (Maharashtra) Rewa-Sidhi Gramin Bank Rewa (Madhya Pradesh) Rushikulya Gramya Bank Berhampur (Orissa) Samastipur Kshetriya Gramin Bank Samastipur (Bihar) Saptagiri Grameena Bank Chitoor (Andhra Pradesh) Sarva UP Gramin Bank (Uttar Pradesh) Satpura Narmada Kshetriya Gramin Bank Chhindwara (Madhya Pradesh) Saurashtra Gramin Bank Rajkot (Gujarat) Sharda Gramin Bank Satna (MP) Shreyas Gramin Bank Aligarh (Uttar Pradesh) Solapur Gramin Bank Solapur (Maharashtra) South Malabar Gramin Bank (Kerala) Surguja Kshetriya Gramin Bank Ambikapur (Chhattisgarh) Tripura Gramin Bank Agartala (Tripura) Triveni Kshetriya Gramin Bank Orai (Uttar Pradesh) Utkal Gramya Bank Bolangir (Orissa) Uttaranchal Gramin Bank Dehradun (Uttaranchal) Uttar Banga Kshetriya Gramin Bank Cooch-Behar (West Bengal) Uttar Bihar Kshetriya Gramin Bank Muzaffarpur (Bihar) Vananchal Gramin Bank Dhumka (Jharkhand) Vidharbha Kshetriya Gramin Bank Akola (Maharashtra) Vidisha-Bhopal Kshetriya Gramin Bank Vidisha (Masdhya Pradesh) Visveshwaraya Grameen Bank Mandya (Karnataka) Wainganga Kshetriya Gramin Bank Chandrapur (Maharashtra)

  • 101910JPG
  • 101934JPG
  • 101945JPG
  • 101956JPG
  • 102006JPG
  • NIQpdf
  • PQR2pdf
  • BOQ Audio-Videopdf
  • Technical Specificationspdf
  • ITB3pdf
  • GCC6pdf
  • Listofscheduledbankpdf
    • PRE QUALIFICATION CRITERIA

      PPR-NJHPS-1163 (OampM)2014

      Qualifying requirement for ldquoSupply Installation amp Testing of AudioVideo Equipments for Conference Room of New Office Building of NJHPS SJVN Ltd Jhakrirdquo

      (A) Proven Experience

      10 The bidder should be a regular contractor for ldquoSupply Installation amp Testing of AudioVideo Equipmentsrdquo The bidder must submit the supporting documents (LOAs work orders agreements for the similar work along with the satisfactory completion certificate) to this effect from their clients In the case LOAs work orders agreements are from the private company (ies) firm (s) then copy (ies) of TDS for the same are also need to be submitted along with the satisfactory completion certificate

      20 The bidder should have completed such type of job in the past

      (B) Financial Requirement

      10 Financial Requirement The Bidder must have an average annual financial turn over of ` 1097615 (Rupees Ten Lacs Ninety Seven Thousand Six Hundred Fifteen only) during last three years ending 31st March of previous financial year

      20 The Bidder should have successfully completed the similar work as per any of the following criteria during last 7 years ending last day of month previous to one in which applications are invited

      (a) The Bidder should have carried out the 3 similar works valuing not less than ` 14 63487- (Rupees Fourteen Lacs Sixty Three Thousand Four Hundred Eighty Seven only) each

      Or

      (b) 2 similar completed works valuing not less than ` 18 29359- (Rupees Eighteen Lacs Twenty Nine Thousand Three Hundred Fifty Nine only) each

      Or

      (c) 1 similar completed work valuing not less than ` 29 26974- (Rupees Twenty Nine Lacs Twenty Six Thousand Nine Hundred Seventy Four only)

      Note Similar work means work related to Supply Installation amp Testing of AudioVideo Equipments

      The bidder must submit the supporting documents (LOAs work orders agreements for the similar work along with the satisfactory completion certificate) to this effect from their clients In the case LOAs work orders agreements are from the private company (ies) firm (s) then copy (ies) of TDS for the same are also need to be submitted along with the satisfactory completion certificate

      (C) General Conditions of Prequalification

      1 Bidder must furnish Code number photocopies for PAN Sales tax VATTIN amp Service Tax (If applicable) etc

      2 SJVN Ltd reserves the right to cancel withdraw the invitation for bid without assigning any reason and shall bear no liability whatsoever consequent upon such a decision

      3 Notwithstanding anything stated above SJVN Ltd reserves the right to assess the Bidderrsquos capability and capacity to perform the contract satisfactorily should the circumstances warrant such assessment in the overall interest of SJVN Ltd

      4 Price bid of only those bidders shall be opened who qualify based on the specified qualifying requirements after Scrutiny of details documents furnished by them and found to be techno- commercial responsive

      SJVN Ltd

      Annexure-I

      Under Taking From Bidder

      Bidderrsquos Name amp Address

      11 We are qualified under clause (A) amp (C) of the qualifying requirements (any qualifying requirements which bidder does not meet shall be mentioned in the separate sheet)

      12 We are regular contractor for Supply Installation amp Testing of AudioVideo Equipments

      13 We confirm having carried out following contracts for similar nature of job related to Supply Installation amp Testing of AudioVideo Equipments

      Name and Address of Client

      Details of work executed

      Order No amp Date

      Date of Completion

      Order Value

      Copy of order Enclosed

      These details are to be furnished in Schedule-5 of Techno commercial part of the bid

Page 14: PPR-NJHPS-1163 NOTICE INVITING TENDER (Domestic ...sjvn.nic.in/writereaddata/Portal/Tender/179_1/1_Tender_Doc1163.pdf · certificate) to this effect from their clients. In the case

Page 9 of 11 ITB- PPR-1163- AudioVideo System)

(i) In case of discrepancy between figure and words the value specified in the words will be considered for computation

(ii) Firstly the unit rates in words will be considered for computation

(iii) In case unit rates are not indicated in words then unit rates indicated in figure will be considered and will be used for deriving the amount from the quantities specified in the bid documents

(iv) In case error is due to wrong extension of quantities the quantities as specified in the bid documents will be considered and multiplied by the quoted unit rates to obtain the amount The amounts will be computed as per the extension of amount on the basis of unit rates of individual item sub-item sub-total of a schedule grand total of a schedule and lump sum price of the package based on the above consideration

B After computation of the amounts as above the values as computed shall be considered for evaluation as well as for award If the bidder does not accept the above consideration his bid will be rejected and the Bid Security EMD may be forfeited

C The Owners determination of a bids responsiveness is to be based on the contents of the bid itself 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 non-conformity

270 Influencing the Owner

No Bidder shall contact the Owner on any matter relating to its bid from the time of the opening of bids to the time the contract is awarded

Any effort by a Bidder to influence the Owner in the Ownerrsquos bid evaluation bid comparison or contract award decisions may result in rejection of the Bidderrsquos bid

280 Award of Contract

The Owner will award the contract to the successful Bidder whose bid has been determined to be substantially responsive and to be the lowest evaluated bid further provided that the bidder is determined to be qualified to perform the contract satisfactorily

The owner may request the Bidder to withdraw any of the deviations listed in Deviation Schedule of the winning bid at the price shown for the deviation in Deviation schedule In case the Bidder does not withdraw the deviations proposed by him if any at the cost of withdrawal stated in the bid his bid will be rejected and bid security forfeited

Bidders would be required to comply with all other requirement of the Bidding Documents except for those deviations in Deviation Schedule which are accepted by the Owner failing which the bid security of the Bidder may be forfeited

Award will be placed for total quantity on L1 basis for substantially responsive bid on single responsibility basis for entire scope of supply

Page 10 of 11 ITB- PPR-1163- AudioVideo System)

290 Owners Right to Accept Any Bid and to Reject Any Bids

The Owner reserves the right to accept or reject any bid and to annul the bidding process and reject all bids at any time prior to award of contract without thereby incurring any liability to the affected Bidder or bidders or any obligation to inform the affected Bidder or bidders of the grounds for the Owners action

300 Notification of Award

Prior to the expiration of the period of bid validity the Owner will notify the successful Bidder in writing by registered letter or by cable to be confirmed in writing by registered letter that its bid has been accepted The notification of award will constitute the formation of the contract

Upon the successful Bidders furnishing of the performance security the Owner will promptly notify each unsuccessful Bidder and will discharge its bid security

310 Corrupt or Fraudulent Practices

A The Owner requires that Bidders to observe the highest standard of ethics during the procurement and execution of the Contract In pursuance of this policy the Owner

(a) defines for the purposes of this provision the terms set forth below as follows

(i) corrupt practice means the offering giving receiving or soliciting of any thing of value to influence the action of a public official in the procurement process or in contract execution and

(ii) fraudulent practice means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Owner and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Owner of the benefits of free and open competition

(b) will reject a proposal for award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question

(c) will declare a firm ineligible either indefinitely or for a stated period of time to be awarded a contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for or in executing a contract of the Owner

B Furthermore Bidders shall be aware of the provision stated in the General Conditions of Contract

320 Submission of documents by post

The following documents in hard copyoriginal form sealed in envelop super scribed as ldquoSupply Installation amp Testing of AudioVideo Equipments for

Page 11 of 11 ITB- PPR-1163- AudioVideo System)

Conference Room Of New Office Building Of NJHPS SJVN Ltd Jhakri -(PPR-1163 (OampM)2014)rdquoare to be sent through post-

(i) Earnest Money Deposit (In original)copy of MSE certificate as per clause no 110

(ii) Cost of tender document (In Original) copy of MSE certificate as per clause no 210

(iii) Undertaking form duly signed by the bidder shall be uploaded along with the bid the details of which are as per clause 330

(iv) Copy of TIN No

The scanned copies of above documents are to be uploaded on the web and must reach preferably 03092014 1230 HRS

Any documents as asked or required are to be sent to the following address-Dy General Manager (GM) Procurement and Contract DepartmentNJHPS SJVN LTD JhakriDistt Shimla (HP)-172201

Phone No 01782-275236Fax No 01782-234049 275106E-mail sksood_2000yahoocoin

Any documents as asked or required like scanned copies of EMD amp Cost of tender document (if any) copy of previous orders dealership certificate etc are to be uploaded at the link ldquoGeneral Documentsrdquo at httpssjvnabcprocurecom

330 Undertaking

331 I have read carefully all the bidding documents and agreed to the conditions exceptfor deviation taken clause wise in deviation schedule

332 I have not changed the contents of the bidding documents

333 Scanned copy of documents uploaded along with the bid is true to the best of my knowledge

334 We have quoted for all the items If after opening of price bid it is found that wehave not quoted for all items then our bid shall not be considered for price bid evaluation

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 1 of 7

GENERAL CONDITIONS OF CONTRACT (GCC)

10 Definitions

In this Contract the following terms shall be interpreted as indicated

(a) The Contract means the Contract Agreement entered between the Owner and the Contractor as recorded in the Contract Form signed by the parties including all attachments and appendices thereto and all documents incorporated by reference therein

(b) The Contract Price means the price payable to the Contractor under the Contract for the full and proper performance of its contractualobligations

(c) The Services means all those services necessary for the Supply Installation amp Testing of AudioVideo Equipments under this contractand any other incidental services etc and other such obligations of the Contractor covered under the Contract

(d) The Owner means the SJVN Limited

(e) The Contractor means the individual or firm The Contractor means the individual or firm carrying out the work under this Contract

(f) Corrupt Practice means the offering giving receiving or soliciting ofany thing of value to influence the action of a public official in the procurement process or in contract execution

(g) Fraudulent Practice means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Owner and includes collusive practice among Bidders (prior to or after Bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Owner of the benefits of free and open competition

20 CONTRACT PERFORMANCE SECURITY (CPS)

21 Within thirty (30) days of receipt of the notification of Contract award you shall furnish to the Owner an unconditional performance security for ten percent (10) of the Contract Price with validity up to sixty (60) days after warrantee period (Refer Clause 50 below)

22 The proceeds of the performance security shall be payable to the Owner as compensation for any loss resulting from the Contractors failure to complete its obligations under the Warranty and ContractSupport period

23 The performance security shall be denominated in the currency of the Contract and shall be in the form of Bank Guarantee (As per format enclosed) preferably issued by a nationalized Bank scheduled bank (As per the list enclosed) acceptable to the Owner or in the form of FDR or TDR (pledged in the favour of the owner)

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 2 of 7

24 The performance security will be discharged by the Owner and returned to the Contractor not later than sixty (60) days after expiry of Warranty and ContractSupport period

25 NSIC MSE registered firms are not exempted from the submission of the CPG

26 The interest 155 shall be charged on delay period for breach in timely submission of CPGInitial Security Deposit without prejudice to right of SJVN to other remedies available under the contract

30 PACKING AND FORWARDING 31 The bidder shall provide such packing to the goods as is required to prevent

damage or deterioration during transit to their final destination at Jhakri

40 INSURANCEThe goods to be supplied under the scope of the work shall be insured for all risks by the contractor till it is delivered installed amp commissioned at NJHPS SJVN Ltd Jhakri

50 GUARANTEWARRANTY

The material under the scope of this contract will be warranted against any manufacturing defects poor workmanship and the consumablematerial used for maximum of 12 months from the date of successful installation amp commissioning In case of any problem within the warranty period due to manufacturing defects their performance poor workmanship and the consumablematerial used arises the same will be rectifiedreplaced free of cost at site by the supplier within fortnight of such notification by the EIC as necessary

60 FORCE MEAJEURE

61 The firm shall not be liable for loss or damage to SJVN resulting from any delays or failure to make shipment to Nathpa site within schedule time for all or any part of the item due to the act of God war declared or undeclared acts of public enemy riots civil commotion invasion insurrection sabotage acts of restraint of Government federal state or municipal action or regulation fire flood hurricanes accidents epidemic quarantine restrictions or any failure on the part of the Owner or his representative to approve or comments on drawings or other causes contingencies or circumstances not subject to their control whether of a similar or dissimilar nature which prevents the Contractor from completion of work Any such cause or delays even though not existing on the date of the contract on or the date of start of reclaiming shall extend the time of performance automatically by length of delays occasioned thereby including delay reasonably incidental to the resumption of normal reclamation work even though such case may occur after performance of firmrsquos obligation has been delayed for the other causes

62 If a Force Majeure situation arises the Contractor shall promptly notify the Owner in writing of such condition and the cause thereof Unless otherwise directed by the Owner in writing the Contractor shall continue to perform its obligations under the Contract as far as is reasonably practical and shall seek

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 3 of 7

all reasonable alternative means for performance not prevented by the Force Majeure event

70 PAYMENT TERMS The payment to the bidder will be made as under after submission of all the required documents acceptable to SJVN Ltd-

A The Seventy percent (70) payment (including 100 taxes amp duties) shall bemade within 30 days after receipt of the material at NJHPS SJVN Ltd Jhakriand on submission of followings documents to consignee

(i) Bills in triplicate(ii) Photocopy of unconditional acceptance of Letter of Award(iii) Inspection Report issued by the EIC or his representative (The

inspection of supplied material shall be carried out at store NJHPS Jhakri

(iv) Copy of CPG as per clause no 20(v) Copy of TIN No

B Balance thirty percent (30) payment shall be made within 30 days after completion of work and on submission of followings documents in bound folder to the consignee-

(i) Bills in triplicate(ii) GuaranteeWarranty Certificate(iii) Completion certificate issued by EIC that the material has been

successfully installed amp commissioned(iv) Documents asked as per clause 12 of General Technical Terms ans

ConditionsC The payment shall be released through electronic fund transfer and hence you

are requested to give your bank account detail along with IFSCRTGS code of your bank branch The required detail is to be filled in ldquoSchedule-3-Bank Account Detailrdquo Bank charges if any shall be borne by you The details to be submitted in the schedule as enclosed

DAs per SJVN Ltd policy no advance payment can be given

E The service tax shall be paid by the SJVN bidder as per service tax notification no 302012 dated 20062012 The service tax is to mentioned separately in price schedules amp same shall be reimbursed on submission of following information along with the bills-

(I) Name Address amp Contact Details (Tel no etc) of the Service Provider (II) Service Tax Number of the Service Provider(III) PAN of the Service Provider(IV) Service Tax Invoice Number(V) Gross amount of services(VI) Service Tax amount

80 WORK COMPLETION SCHEDULEThe basic consideration and the essence of the Contract shall be the strict adherence to the Work Completion Schedule Entire scope of work should be completed within 90 days from the issue of Supply Order

90 LIQUIDATED DAMAGES

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 4 of 7

91 If the Supplier fails to complete the work within the period(s) specified in the Contract the Owner shall without prejudice to its other remedies under the Contract deduct from the Contract Price as Liquidated Damages as specified here in below

92 The Liquidated Damage for delay in completion of work(Supply Installation amp Commissioning) beyond the maximum completion schedule as stipulated at clause 80 above shall be frac12 (Half percent) per week or part thereof of the total contract value The total amount of Liquidated Damages for delay under the Contract will be subject to a maximum of five percent (5) of the total Contract price

93 Amount of Liquidated Damage shall be payable by the Supplier whenever demanded by the Owner and or Owner can recover the amount of liquidated Damages (to the extent leviable at any time) from the amount payable to the Supplier available with Owner under this Contract

94 Supplierrsquos obligations and the Ownerrsquos remedies in respect of delay are solely and exclusively as stated in this Liquidated Damages clause subject to provisions of Clause 120 and consequence thereof

100 TERMINATION OF CONTRACT ON CONTRACTORS DEFAULTThe Owner without prejudice to any other remedy for breach of Contract by written notice of default sent to the Contractor may terminate this Contract in whole or in part

a) if the Contractor fails to complete any part of all the work or all of the Goods within the period(s) specified in the Contract or within any extension thereof granted by the Owner

b) if the Contractor fails to perform any other obligation(s) under the Contract

c) If the Contractor in the judgment of the Owner has engaged in corrupt or fraudulent practices in competing for or in executing the Contract

101 In the event the Owner terminates the Contract in whole or in part the Owner may procure get repaired upon such terms and in such manner as it deems appropriate Goods or Services similar to those undelivered un-repaired and the Contractor shall be liable to the Owner for any excess costs for such similar Goods or Services However the Contractor shall continue performance of the Contract to the extent not terminated

110 TERMINATION FOR INSOLVENCYThe Owner may at any time terminate the Contract by giving written notice to the Contractor if the Contractor becomes bankrupt or otherwise insolvent In this event termination will be without compensation to the Contractor provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the Owner

120 TERMINATION OF CONTRACT ON OWNERS INITIATIVE

121 The Owner reserves the right to terminate the Contract either in part or in full due to reasons other than those mentioned under clause entitled Contractors

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 5 of 7

Default and Outbreak of War The Owner shall in such an event give seven (7) days notice in writing to the Contractor of his decision to do so

122 The Contractor upon receipt of such notice shall discontinue the work on the date and to the extent specified in the notice make all reasonable efforts to obtain cancellation of all orders and contracts to the Owner stop all further sub-contracting or purchasing activity related to the work terminated and assist the Owner in storage maintenance protection and disposition of the works acquired under the contract by the Owner

123 In the event of such a termination the Contractor shall be paid equitable and reasonable compensation as dictated by the circumstances prevalent at the time of termination

130 SETTLEMENT OF DISPUTES131 Any dispute(s) or difference(s) arising out of or in connection with the Contract

shall to the extent possible in the first instance be resolved amicably between the Contractor and the Ownerrsquos Engineer

132 If any dispute or difference of any kind whatsoever shall arise between the Owner and the Contractor arising out of the Contract for the performance of the Works whether during the progress of the Works or after its completion or whether before or after the termination abandonment or breach of the Contract it shall in the first place be referred to and settled by the Engineer who within a period of ten (10 ) days after being requested by either party to do so shall give written notice of his decision to the Owner and the Contractor

133 Save as hereinafter provided such decision in respect of every matter so referred shall be final and binding upon the parties until the completion of the entire work under the Contract and shall forthwith be given effect to by the Contractor who shall comply with all such decisions with all due diligence whether he or the Owner requires arbitration as hereinafter provided or not

134 If after the Engineer has given written notice of his decision to the parties no claim to arbitration has been communicated to him by either party within ten (10) days from the receipt of such notice the said decision shall become final and binding on the parties

135 In the event of the Engineer failing to notify his decision within ten (10) days after being requested as aforesaid or in the event of either the Owner or the Contractor being dissatisfied with any such decision or within ten (10) days after the expiry of the first mentioned period of ten (10) days as the case may be either party may require by written notice to the other party that the matters in dispute be referred to arbitration as hereinafter provided

140 ARBITRATION

141 All disputes or differences in respect of which the decision if any of the Engineer has not become final or binding as aforesaid shall be settled by arbitration in the manner hereinafter provided

142 In the event of the Contractor that is to say a citizen andor a permanent resident of India a firm or a company duly registered or incorporated in India the arbitration shall be conducted by three arbitrators one each to be nominated

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 6 of 7

by the contractor and the Owner and the third to be named by the President of Institution of Engineers India If either of the parties fails to appoint its arbitrator within thirty (30) days after receipt of a notice from the other party invoking the arbitration clause the President of the Institution of Engineers India shall have the power at the request of either of the parties to appoint the arbitrators A certified copy of the said President making such an appointment shall be furnished to both the parties

143 The arbitration shall be conducted in accordance with the provisions of the Arbitration amp Conciliation Act 1996 or any statutory modification thereof

144 Arbitration(s) shall give reasoned award

145 The decision of the majority of the arbitrators shall be final and binding upon the parties The expenses of the arbitration shall be paid as may be determined by the arbitrators The arbitrators may from time to time with the consent of all the parties enlarge the time for making the award In the event of any of the aforesaid arbitrators dying neglecting resigning of being unable to act for any reason it will be lawful for the party concerned to nominate another arbitrator in place of the outgoing arbitrator

146 The arbitrator shall have full powers to review andor revise any decision opinion directions certification or valuation of the Engineer in consonance with the contract

150 APPLICABLE LAW

151 The Contract shall be governed by and interpreted in accordance with the laws in force in India The courts of Rampur BushahrShimla shall have exclusive jurisdiction in all matters arising under the Contract

160 NOTICES

Any notice given by one party to the other pursuant to this Contract shall be sent to the other party in writing or by cable telex or facsimile and confirmed in writing to the other partys address specified in NITNIQ

A notice shall be effective when delivered or on the notices effective date whichever is later

17 CORRESPONDENCE(i) All correspondence related to this contract before award of the contract shall

be addressed to DGM Procurement amp Contract Deptt NJHPS SJVN Ltd Jhakri Distt Shimla (HP) PIN- 172201 PH No 0091-1782-275794 Fax No 0091-1782-234049

(ii) All the correspondences after award of the contract shall be addressed to DGM(ITampCPSSM) NJHPS SJVN Ltd Jhakri

18 Engineer in Charge (EIC)DGM (ITampCPSSM) NJHPS SJVN Ltd Jhakri shall be the EIC of this work The material shall be drawn by EIC from store for the installation

19 CONSIGNEEThe Goods under this Contract shall be dispatched to the Consignee at the following address-

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 7 of 7

Manager (OampM Stores)Nathpa Jhakri Hydro Power Station SJVN Ltd Jhakri Distt Shimla (HP)Pin-172201 (INDIA)Phone No 0091-1782-275041 Fax No 0091-1782-234049

20 The material is to transported through ldquoRegistered Common Carrierrdquo only (Registered Common Carrier mean the carrier registered with a State Transport Authority or a Regional Transport Authority)

21 TESTING amp INSPECTIONInspection of material supplied against this supply order shall be carried out by EIC or his authorized representative at project stores Jhakri on receipt of material amp subsequently after successful installation testing amp commissioning at site

THE SECOND SCHEDULE TO THE RESERVE BANK OF INDIA ACT 1934

[Sections 2(e) and 42]

SCHEDULED BANKS

STATE CO-OPERATIVE BANKS Andhra Pradesh State Co-operative Bank Ltd Hyderabad Bihar State Co-operative Bank Ltd Bihar Goa State Co-operative Bank Ltd Panaji Gujarat State Co-operative Bank Ltd Ahmedabad Haryana State Co-operative Apex Bank Ltd Chandigarh Karnataka State Co-operative Apex Bank Ltd Bangalore Kerala State Co-operative Bank Ltd Thiruvananthapuram Madhya Pradesh Rajya Sahakari Bank Maryadit Bhopal Maharashtra State Co-operative Bank Ltd Mumbai Orissa State Co-operative Bank Ltd Bhubaneswar Pondicherry State Co-operative Bank Ltd Pondicherry Punjab State Co-operative Bank Ltd Chandigarh Rajasthan State Co-operative Bank Ltd Jaipur Tamil Nadu State Apex Co-operative Bank Ltd Chennai Uttar Pradesh Co-operative Bank Ltd Lucknow West Bengal State Co-operative Bank Ltd Kolkata

Urban Co-operative Banks

A P Mahesh Co-operative Urban Bank Ltd Hyderabad Abhyudaya Co-operative Bank Ltd Mumbai Ahmedabad Mercantile Co-operative Bank Ltd Ahmedabad Akola Janata Commercial Co-operative Bank Ltd Akola Amanath Co-operative Bank Ltd Bangalore Bassein Catholic Co-operative Bank Limited Vasai Bharat Co-operative Bank (Mumbai) Ltd Mumbai Bharati Sahakari Bank Ltd Pune Bombay Mercantile Co-operative Bank Limited Mumbai Charminar Co-operative Urban Bank Ltd Hyderabad Citizen Credit Co-operative Bank Ltd Mumbai Dombivli Nagari Sahakari Bank Ltd Dombivli Greater Bombay Co-operative Bank Limited Mumbai Indian Mercantile Co-operative Bank Ltd Lucknow Jalgaon Janata Sahakari Bank Ltd Jalgaon Janakalyan Sahakari Bank Ltd Mumbai Janalaxmi Cooperative Bank Ltd Nashik Janata Sahakari Bank Ltd Pune Kallappanna Awade Ichalkaranji Janata Sahakari Bank Ltd Ichalkaranji Kalupur Commercial Co-operative Bank Ltd Ahmedabad Kalyan Janata Sahakari Bank Ltd Kalyan Kapol Cooperative Bank Ltd Mumbai Karad Urban Co-operative Bank Ltd Karad Madhavapura Mercantile Co-operative Bank Ltd Ahmedabad Mahanagar Co-operative Bank Ltd Mumbai Mapusa Urban Co-operative Bank of Goa Ltd Mapusa Mehsana Urban Co-operative Bank Ltd Mehsana N K G S B Co-operative Bank Ltd Mumbai Nagar Urban Co-operative Bank Ltd Ahmednagar Nagpur Nagrik Sahakari Bank Ltd Nagpur New India Co-operative Bank Ltd Mumbai Nutan Nagrik Sahakari Bank Ltd Ahmedabad Parsik Janata Sahakari Bank Ltd Thane Pravara Sahakari Bank Ltd Loni Punjab amp Maharashtra Co-operative Bank Ltd Mumbai Rajkot Nagrik Sahakari Bank Ltd Rajkot Rupee Co-operative Bank Ltd Pune Sangli Urban Co-operative Bank Ltd Sangli Saraswat Co-operative Bank Ltd Mumbai Sardar Bhiladwala Pardi Peoples Co-operative Bank Ltd Killa Pardi Shikshak Sahakari Bank Ltd Nagpur Solapur Janata Sahakari Bank Ltd Solapur Surat Peoples Co-operative Bank Ltd Surat Thane Bharat Sahakari Bank Ltd Thane Thane Janata Sahakari Bank Ltd Thane The Akola Urban Co-operative Bank Ltd Akola The Cosmos Co-operative Bank Ltd Pune The Goa Urban Co-operative Bank Ltd Panaji The Khamgaon Urban Co-operative Bank Ltd Khamgaon The Nasik Merchants Co-operative Bank Ltd Nasik The Shamrao Vithal Co-operative Bank Ltd Mumbai The Zoroastrian Co-operative Bank Ltd Mumbai Vasavi Co-operative Urban Bank Limited Hyderabad

SBI AND ASSOCIATES State Bank of India State Bank of Bikaner amp Jaipur State Bank of Hyderabad State Bank of Indore State Bank of Mysore State Bank of Patiala State Bank of Saurashtra State Bank of Travancore

NATIONALISED BANKS

Allahabad Bank Andhra Bank Bank of Baroda Bank of India Bank of Maharashtra Canara Bank Central Bank of India Corporation Bank Dena Bank Indian Bank Indian Overseas Bank Oriental Bank of Commerce Punjab National Bank Punjab and Sind Bank Syndicate Bank UCO Bank Union Bank of India United Bank of India Vijaya Bank

OTHER PUBLIC SECTOR BANKS

Industrial Development Bank of India Ltd

PRIVATE SECTOR BANKS Bank of Rajasthan Ltd Catholic Syrian Bank Ltd City Union Bank Ltd Development Credit Bank Ltd Dhanalakshmi Bank Ltd Federal Bank Ltd HDFC Bank Ltd ICICI Bank Ltd IndusInd Bank Ltd ING Vysya Bank Ltd Jammu and Kashmir Bank Ltd Karnataka Bank Ltd Karur Vysya Bank Ltd Kotak Mahindra Bank Ltd Lakshmi Vilas Bank Ltd Nainital Bank Ltd Ratnakar Bank Ltd SBI Commercial International Bank Ltd South Indian Bank Ltd Tamilnad Mercantile Bank Ltd Axis Bank Ltd Yes Bank Ltd

FOREIGN BANKS ABN Amro Bank NV Abu Dhabi Commercial Bank Ltd American Express Banking Corporation Antwerp Diamond Bank NV Arab Bangladesh Bank Bank International Indonesia Bank of America Bank of Bahrain and Kuwait BSC Bank of Ceylon Bank of Nova Scotia Bank of Tokyo ndash Mitsubishi Ltd Barclays Bank Plc BNP Paribas China Trust Commercial Bank Shinhan Bank Citi Bank NA Calyon Bank Deutsche Bank DBS Bank Ltd The Hongkong and Shanghai Banking Corporation Ltd JP Morgan Chase Bank NA Krung Thai Bank Public Company Ltd Mashreq Bank psc Mizuho Corporate Bank Ltd Oman International Bank SAOG Societe Generale Sonali Bank Standard Chartered Bank State Bank of Mauritius Ltd

GRAMIN BANKS Andhra Pradesh Grameen Vikas Bank Warangal (Andhra Pradesh) Andhra Pragathi Grameena Bank Kadapa (Andhra Pradesh) Aryavart Gramin Bank Lucknow (Uttar Pradesh) Arunachal Pradesh Rural Bank Naharlagun (Arunachal Pradesh) Assam Gramin Vikas Bank Guwahati (Assam) Baitarani Gramya Bank Baripada (Orissa) Ballia Kshetriya Gramin Bank Ballia (Uttar Pradesh) Bangiya Gramin Vikash Bank Berhampore (West Bengal) Baroda Gujarat Gramin Bank Bharuch (Gujarat) Baroda Rajasthan Gramin Bank Ajmer (Rajasthan) Baroda Uttar Pradesh Gramin Bank Rae Bareli (Uttar Pradesh) Bihar Kshetriya Gramin Bank Monghyr (Bihar) Cauvery Kalpatharu Grameena Bank Mysore (Karnataka) Chaitanya Godavari Grameena Bank (Andhra Pradesh) Chhattisgarh Gramin Bank Raipur (Chhattisgarh) Chikmagalur-Kodaga Grameena Bank Chikmagalur (Karnataka) Deccan Grameena Bank Dilsukhnagar (Hyderabad) Dena Gujarat Gramin Bank Gandhinagar (Gujarat) Durg-Rajnandgaon Gramin Bank Rajnandgaon (Chhattisgarh) Ellaquai Dehati Bank Srinagar (Jammu and Kashmir) Etawah Kshetriya Gramin Bank Etawah (Uttar Pradesh) Faridkot Bhatinda Kshetriya Gramin Bank Bhatinda (Punjab) Gurgaon Gramin Bank Gurgaon (Haryana) Hadoti Kshetriya Gramin Bank Kota (Rajasthan) Haryana Gramin Bank Rohtak (Haryana) Himachal Gramin Bank Mandi (Himachal Pradesh) Jaipur Thar Gramin Bank Jaipur (Rajasthan) Jammu Rural Bank Jammu Jhabua-Dhar Kshetriya Gramin Bank Jhabua (Madhya Pradesh) Jharkhand Gramin Bank Ranchi (Jharkhand) Kalinga Gramya Bank Cuttack (Orissa) Kamraz Rural Bank Sopore (Jammu and Kashmir) Karnatka Vikas Gramin Bank Dharwad (Karnataka) Kashi Gomti Samyut Gramin Bank Varanasi (Uttar Pradesh) Khasi J Bank Shillong (Meghalaya) Krishna Grameena Bank Gulbarga (Karnataka) Kshetriya Kisan Gramin Bank Mainpuri (Uttar Pradesh) Langpi Dehangi Rural Bank Dhiphu (Assam) Lucknow Kshetriya Gramin Bank Sitapur (Uttar Pradesh) Madhya Bharath Gramin Bank Sagar (Madhya Pradesh) Madhya Bihar Gramin Bank Patna (Bihar) Mahakaushal Kshetriya Gramin Bank Jabalpur (Madhya Pradesh) Maharashtra Godavari Gramin Bank (Maharashtra) Malwa Gramin Bank Sangrur (Punjab) Marwar Ganganagar Bikaner Gramin Bank Pali (Rajasthan) Manipur Rural Bank Imphal (Manipur) Marathwada Gramin Bank Nanded (Maharashtra) Mewar Aanchalik Gramin Bank Udaipur (Rajasthan) Mizoram Rural Bank Aizawl (Mizoram) Nagaland Rural Bank Kohima (Nagaland) Nainital Almora Kshetriya Gramin Bank Nainital (Uttaranchal) Narmada Malwa Gramin Bank Indore (Madhya Pradesh) Neelachal Gramya Bank (Orissa) North Malabar Gramin Bank Kannur (Kerala) Pallavan Grama Bank Salem (Tamil Nadu)

Pandyan Grama Bank Virudhunagar (Tamil Nadu) Paschim Banga Gramin Bank Howrah (West Bengal) Parvatiya Gramin Bank Chamba (Himachal Pradesh) Pragathi Gramin Bank Bellary (Karnataka) Prathama Bank Moradabad (Uttar Pradesh) Puduvai Bharthiar Grama Bank (Pondicherry) Punjab Gramin Bank Kapurthala (Punjab) Purvanchal Gramin Bank Gorakhpur (Uttar Pradesh) Rajasthan Gramin Bank Alwar (Rajasthan) Ratnagiri Sindhudurg Gramin Bank Ratnagiri (Maharashtra) Rewa-Sidhi Gramin Bank Rewa (Madhya Pradesh) Rushikulya Gramya Bank Berhampur (Orissa) Samastipur Kshetriya Gramin Bank Samastipur (Bihar) Saptagiri Grameena Bank Chitoor (Andhra Pradesh) Sarva UP Gramin Bank (Uttar Pradesh) Satpura Narmada Kshetriya Gramin Bank Chhindwara (Madhya Pradesh) Saurashtra Gramin Bank Rajkot (Gujarat) Sharda Gramin Bank Satna (MP) Shreyas Gramin Bank Aligarh (Uttar Pradesh) Solapur Gramin Bank Solapur (Maharashtra) South Malabar Gramin Bank (Kerala) Surguja Kshetriya Gramin Bank Ambikapur (Chhattisgarh) Tripura Gramin Bank Agartala (Tripura) Triveni Kshetriya Gramin Bank Orai (Uttar Pradesh) Utkal Gramya Bank Bolangir (Orissa) Uttaranchal Gramin Bank Dehradun (Uttaranchal) Uttar Banga Kshetriya Gramin Bank Cooch-Behar (West Bengal) Uttar Bihar Kshetriya Gramin Bank Muzaffarpur (Bihar) Vananchal Gramin Bank Dhumka (Jharkhand) Vidharbha Kshetriya Gramin Bank Akola (Maharashtra) Vidisha-Bhopal Kshetriya Gramin Bank Vidisha (Masdhya Pradesh) Visveshwaraya Grameen Bank Mandya (Karnataka) Wainganga Kshetriya Gramin Bank Chandrapur (Maharashtra)

  • 101910JPG
  • 101934JPG
  • 101945JPG
  • 101956JPG
  • 102006JPG
  • NIQpdf
  • PQR2pdf
  • BOQ Audio-Videopdf
  • Technical Specificationspdf
  • ITB3pdf
  • GCC6pdf
  • Listofscheduledbankpdf
    • PRE QUALIFICATION CRITERIA

      PPR-NJHPS-1163 (OampM)2014

      Qualifying requirement for ldquoSupply Installation amp Testing of AudioVideo Equipments for Conference Room of New Office Building of NJHPS SJVN Ltd Jhakrirdquo

      (A) Proven Experience

      10 The bidder should be a regular contractor for ldquoSupply Installation amp Testing of AudioVideo Equipmentsrdquo The bidder must submit the supporting documents (LOAs work orders agreements for the similar work along with the satisfactory completion certificate) to this effect from their clients In the case LOAs work orders agreements are from the private company (ies) firm (s) then copy (ies) of TDS for the same are also need to be submitted along with the satisfactory completion certificate

      20 The bidder should have completed such type of job in the past

      (B) Financial Requirement

      10 Financial Requirement The Bidder must have an average annual financial turn over of ` 1097615 (Rupees Ten Lacs Ninety Seven Thousand Six Hundred Fifteen only) during last three years ending 31st March of previous financial year

      20 The Bidder should have successfully completed the similar work as per any of the following criteria during last 7 years ending last day of month previous to one in which applications are invited

      (a) The Bidder should have carried out the 3 similar works valuing not less than ` 14 63487- (Rupees Fourteen Lacs Sixty Three Thousand Four Hundred Eighty Seven only) each

      Or

      (b) 2 similar completed works valuing not less than ` 18 29359- (Rupees Eighteen Lacs Twenty Nine Thousand Three Hundred Fifty Nine only) each

      Or

      (c) 1 similar completed work valuing not less than ` 29 26974- (Rupees Twenty Nine Lacs Twenty Six Thousand Nine Hundred Seventy Four only)

      Note Similar work means work related to Supply Installation amp Testing of AudioVideo Equipments

      The bidder must submit the supporting documents (LOAs work orders agreements for the similar work along with the satisfactory completion certificate) to this effect from their clients In the case LOAs work orders agreements are from the private company (ies) firm (s) then copy (ies) of TDS for the same are also need to be submitted along with the satisfactory completion certificate

      (C) General Conditions of Prequalification

      1 Bidder must furnish Code number photocopies for PAN Sales tax VATTIN amp Service Tax (If applicable) etc

      2 SJVN Ltd reserves the right to cancel withdraw the invitation for bid without assigning any reason and shall bear no liability whatsoever consequent upon such a decision

      3 Notwithstanding anything stated above SJVN Ltd reserves the right to assess the Bidderrsquos capability and capacity to perform the contract satisfactorily should the circumstances warrant such assessment in the overall interest of SJVN Ltd

      4 Price bid of only those bidders shall be opened who qualify based on the specified qualifying requirements after Scrutiny of details documents furnished by them and found to be techno- commercial responsive

      SJVN Ltd

      Annexure-I

      Under Taking From Bidder

      Bidderrsquos Name amp Address

      11 We are qualified under clause (A) amp (C) of the qualifying requirements (any qualifying requirements which bidder does not meet shall be mentioned in the separate sheet)

      12 We are regular contractor for Supply Installation amp Testing of AudioVideo Equipments

      13 We confirm having carried out following contracts for similar nature of job related to Supply Installation amp Testing of AudioVideo Equipments

      Name and Address of Client

      Details of work executed

      Order No amp Date

      Date of Completion

      Order Value

      Copy of order Enclosed

      These details are to be furnished in Schedule-5 of Techno commercial part of the bid

Page 15: PPR-NJHPS-1163 NOTICE INVITING TENDER (Domestic ...sjvn.nic.in/writereaddata/Portal/Tender/179_1/1_Tender_Doc1163.pdf · certificate) to this effect from their clients. In the case

Page 10 of 11 ITB- PPR-1163- AudioVideo System)

290 Owners Right to Accept Any Bid and to Reject Any Bids

The Owner reserves the right to accept or reject any bid and to annul the bidding process and reject all bids at any time prior to award of contract without thereby incurring any liability to the affected Bidder or bidders or any obligation to inform the affected Bidder or bidders of the grounds for the Owners action

300 Notification of Award

Prior to the expiration of the period of bid validity the Owner will notify the successful Bidder in writing by registered letter or by cable to be confirmed in writing by registered letter that its bid has been accepted The notification of award will constitute the formation of the contract

Upon the successful Bidders furnishing of the performance security the Owner will promptly notify each unsuccessful Bidder and will discharge its bid security

310 Corrupt or Fraudulent Practices

A The Owner requires that Bidders to observe the highest standard of ethics during the procurement and execution of the Contract In pursuance of this policy the Owner

(a) defines for the purposes of this provision the terms set forth below as follows

(i) corrupt practice means the offering giving receiving or soliciting of any thing of value to influence the action of a public official in the procurement process or in contract execution and

(ii) fraudulent practice means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Owner and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Owner of the benefits of free and open competition

(b) will reject a proposal for award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question

(c) will declare a firm ineligible either indefinitely or for a stated period of time to be awarded a contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for or in executing a contract of the Owner

B Furthermore Bidders shall be aware of the provision stated in the General Conditions of Contract

320 Submission of documents by post

The following documents in hard copyoriginal form sealed in envelop super scribed as ldquoSupply Installation amp Testing of AudioVideo Equipments for

Page 11 of 11 ITB- PPR-1163- AudioVideo System)

Conference Room Of New Office Building Of NJHPS SJVN Ltd Jhakri -(PPR-1163 (OampM)2014)rdquoare to be sent through post-

(i) Earnest Money Deposit (In original)copy of MSE certificate as per clause no 110

(ii) Cost of tender document (In Original) copy of MSE certificate as per clause no 210

(iii) Undertaking form duly signed by the bidder shall be uploaded along with the bid the details of which are as per clause 330

(iv) Copy of TIN No

The scanned copies of above documents are to be uploaded on the web and must reach preferably 03092014 1230 HRS

Any documents as asked or required are to be sent to the following address-Dy General Manager (GM) Procurement and Contract DepartmentNJHPS SJVN LTD JhakriDistt Shimla (HP)-172201

Phone No 01782-275236Fax No 01782-234049 275106E-mail sksood_2000yahoocoin

Any documents as asked or required like scanned copies of EMD amp Cost of tender document (if any) copy of previous orders dealership certificate etc are to be uploaded at the link ldquoGeneral Documentsrdquo at httpssjvnabcprocurecom

330 Undertaking

331 I have read carefully all the bidding documents and agreed to the conditions exceptfor deviation taken clause wise in deviation schedule

332 I have not changed the contents of the bidding documents

333 Scanned copy of documents uploaded along with the bid is true to the best of my knowledge

334 We have quoted for all the items If after opening of price bid it is found that wehave not quoted for all items then our bid shall not be considered for price bid evaluation

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 1 of 7

GENERAL CONDITIONS OF CONTRACT (GCC)

10 Definitions

In this Contract the following terms shall be interpreted as indicated

(a) The Contract means the Contract Agreement entered between the Owner and the Contractor as recorded in the Contract Form signed by the parties including all attachments and appendices thereto and all documents incorporated by reference therein

(b) The Contract Price means the price payable to the Contractor under the Contract for the full and proper performance of its contractualobligations

(c) The Services means all those services necessary for the Supply Installation amp Testing of AudioVideo Equipments under this contractand any other incidental services etc and other such obligations of the Contractor covered under the Contract

(d) The Owner means the SJVN Limited

(e) The Contractor means the individual or firm The Contractor means the individual or firm carrying out the work under this Contract

(f) Corrupt Practice means the offering giving receiving or soliciting ofany thing of value to influence the action of a public official in the procurement process or in contract execution

(g) Fraudulent Practice means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Owner and includes collusive practice among Bidders (prior to or after Bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Owner of the benefits of free and open competition

20 CONTRACT PERFORMANCE SECURITY (CPS)

21 Within thirty (30) days of receipt of the notification of Contract award you shall furnish to the Owner an unconditional performance security for ten percent (10) of the Contract Price with validity up to sixty (60) days after warrantee period (Refer Clause 50 below)

22 The proceeds of the performance security shall be payable to the Owner as compensation for any loss resulting from the Contractors failure to complete its obligations under the Warranty and ContractSupport period

23 The performance security shall be denominated in the currency of the Contract and shall be in the form of Bank Guarantee (As per format enclosed) preferably issued by a nationalized Bank scheduled bank (As per the list enclosed) acceptable to the Owner or in the form of FDR or TDR (pledged in the favour of the owner)

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 2 of 7

24 The performance security will be discharged by the Owner and returned to the Contractor not later than sixty (60) days after expiry of Warranty and ContractSupport period

25 NSIC MSE registered firms are not exempted from the submission of the CPG

26 The interest 155 shall be charged on delay period for breach in timely submission of CPGInitial Security Deposit without prejudice to right of SJVN to other remedies available under the contract

30 PACKING AND FORWARDING 31 The bidder shall provide such packing to the goods as is required to prevent

damage or deterioration during transit to their final destination at Jhakri

40 INSURANCEThe goods to be supplied under the scope of the work shall be insured for all risks by the contractor till it is delivered installed amp commissioned at NJHPS SJVN Ltd Jhakri

50 GUARANTEWARRANTY

The material under the scope of this contract will be warranted against any manufacturing defects poor workmanship and the consumablematerial used for maximum of 12 months from the date of successful installation amp commissioning In case of any problem within the warranty period due to manufacturing defects their performance poor workmanship and the consumablematerial used arises the same will be rectifiedreplaced free of cost at site by the supplier within fortnight of such notification by the EIC as necessary

60 FORCE MEAJEURE

61 The firm shall not be liable for loss or damage to SJVN resulting from any delays or failure to make shipment to Nathpa site within schedule time for all or any part of the item due to the act of God war declared or undeclared acts of public enemy riots civil commotion invasion insurrection sabotage acts of restraint of Government federal state or municipal action or regulation fire flood hurricanes accidents epidemic quarantine restrictions or any failure on the part of the Owner or his representative to approve or comments on drawings or other causes contingencies or circumstances not subject to their control whether of a similar or dissimilar nature which prevents the Contractor from completion of work Any such cause or delays even though not existing on the date of the contract on or the date of start of reclaiming shall extend the time of performance automatically by length of delays occasioned thereby including delay reasonably incidental to the resumption of normal reclamation work even though such case may occur after performance of firmrsquos obligation has been delayed for the other causes

62 If a Force Majeure situation arises the Contractor shall promptly notify the Owner in writing of such condition and the cause thereof Unless otherwise directed by the Owner in writing the Contractor shall continue to perform its obligations under the Contract as far as is reasonably practical and shall seek

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 3 of 7

all reasonable alternative means for performance not prevented by the Force Majeure event

70 PAYMENT TERMS The payment to the bidder will be made as under after submission of all the required documents acceptable to SJVN Ltd-

A The Seventy percent (70) payment (including 100 taxes amp duties) shall bemade within 30 days after receipt of the material at NJHPS SJVN Ltd Jhakriand on submission of followings documents to consignee

(i) Bills in triplicate(ii) Photocopy of unconditional acceptance of Letter of Award(iii) Inspection Report issued by the EIC or his representative (The

inspection of supplied material shall be carried out at store NJHPS Jhakri

(iv) Copy of CPG as per clause no 20(v) Copy of TIN No

B Balance thirty percent (30) payment shall be made within 30 days after completion of work and on submission of followings documents in bound folder to the consignee-

(i) Bills in triplicate(ii) GuaranteeWarranty Certificate(iii) Completion certificate issued by EIC that the material has been

successfully installed amp commissioned(iv) Documents asked as per clause 12 of General Technical Terms ans

ConditionsC The payment shall be released through electronic fund transfer and hence you

are requested to give your bank account detail along with IFSCRTGS code of your bank branch The required detail is to be filled in ldquoSchedule-3-Bank Account Detailrdquo Bank charges if any shall be borne by you The details to be submitted in the schedule as enclosed

DAs per SJVN Ltd policy no advance payment can be given

E The service tax shall be paid by the SJVN bidder as per service tax notification no 302012 dated 20062012 The service tax is to mentioned separately in price schedules amp same shall be reimbursed on submission of following information along with the bills-

(I) Name Address amp Contact Details (Tel no etc) of the Service Provider (II) Service Tax Number of the Service Provider(III) PAN of the Service Provider(IV) Service Tax Invoice Number(V) Gross amount of services(VI) Service Tax amount

80 WORK COMPLETION SCHEDULEThe basic consideration and the essence of the Contract shall be the strict adherence to the Work Completion Schedule Entire scope of work should be completed within 90 days from the issue of Supply Order

90 LIQUIDATED DAMAGES

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 4 of 7

91 If the Supplier fails to complete the work within the period(s) specified in the Contract the Owner shall without prejudice to its other remedies under the Contract deduct from the Contract Price as Liquidated Damages as specified here in below

92 The Liquidated Damage for delay in completion of work(Supply Installation amp Commissioning) beyond the maximum completion schedule as stipulated at clause 80 above shall be frac12 (Half percent) per week or part thereof of the total contract value The total amount of Liquidated Damages for delay under the Contract will be subject to a maximum of five percent (5) of the total Contract price

93 Amount of Liquidated Damage shall be payable by the Supplier whenever demanded by the Owner and or Owner can recover the amount of liquidated Damages (to the extent leviable at any time) from the amount payable to the Supplier available with Owner under this Contract

94 Supplierrsquos obligations and the Ownerrsquos remedies in respect of delay are solely and exclusively as stated in this Liquidated Damages clause subject to provisions of Clause 120 and consequence thereof

100 TERMINATION OF CONTRACT ON CONTRACTORS DEFAULTThe Owner without prejudice to any other remedy for breach of Contract by written notice of default sent to the Contractor may terminate this Contract in whole or in part

a) if the Contractor fails to complete any part of all the work or all of the Goods within the period(s) specified in the Contract or within any extension thereof granted by the Owner

b) if the Contractor fails to perform any other obligation(s) under the Contract

c) If the Contractor in the judgment of the Owner has engaged in corrupt or fraudulent practices in competing for or in executing the Contract

101 In the event the Owner terminates the Contract in whole or in part the Owner may procure get repaired upon such terms and in such manner as it deems appropriate Goods or Services similar to those undelivered un-repaired and the Contractor shall be liable to the Owner for any excess costs for such similar Goods or Services However the Contractor shall continue performance of the Contract to the extent not terminated

110 TERMINATION FOR INSOLVENCYThe Owner may at any time terminate the Contract by giving written notice to the Contractor if the Contractor becomes bankrupt or otherwise insolvent In this event termination will be without compensation to the Contractor provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the Owner

120 TERMINATION OF CONTRACT ON OWNERS INITIATIVE

121 The Owner reserves the right to terminate the Contract either in part or in full due to reasons other than those mentioned under clause entitled Contractors

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 5 of 7

Default and Outbreak of War The Owner shall in such an event give seven (7) days notice in writing to the Contractor of his decision to do so

122 The Contractor upon receipt of such notice shall discontinue the work on the date and to the extent specified in the notice make all reasonable efforts to obtain cancellation of all orders and contracts to the Owner stop all further sub-contracting or purchasing activity related to the work terminated and assist the Owner in storage maintenance protection and disposition of the works acquired under the contract by the Owner

123 In the event of such a termination the Contractor shall be paid equitable and reasonable compensation as dictated by the circumstances prevalent at the time of termination

130 SETTLEMENT OF DISPUTES131 Any dispute(s) or difference(s) arising out of or in connection with the Contract

shall to the extent possible in the first instance be resolved amicably between the Contractor and the Ownerrsquos Engineer

132 If any dispute or difference of any kind whatsoever shall arise between the Owner and the Contractor arising out of the Contract for the performance of the Works whether during the progress of the Works or after its completion or whether before or after the termination abandonment or breach of the Contract it shall in the first place be referred to and settled by the Engineer who within a period of ten (10 ) days after being requested by either party to do so shall give written notice of his decision to the Owner and the Contractor

133 Save as hereinafter provided such decision in respect of every matter so referred shall be final and binding upon the parties until the completion of the entire work under the Contract and shall forthwith be given effect to by the Contractor who shall comply with all such decisions with all due diligence whether he or the Owner requires arbitration as hereinafter provided or not

134 If after the Engineer has given written notice of his decision to the parties no claim to arbitration has been communicated to him by either party within ten (10) days from the receipt of such notice the said decision shall become final and binding on the parties

135 In the event of the Engineer failing to notify his decision within ten (10) days after being requested as aforesaid or in the event of either the Owner or the Contractor being dissatisfied with any such decision or within ten (10) days after the expiry of the first mentioned period of ten (10) days as the case may be either party may require by written notice to the other party that the matters in dispute be referred to arbitration as hereinafter provided

140 ARBITRATION

141 All disputes or differences in respect of which the decision if any of the Engineer has not become final or binding as aforesaid shall be settled by arbitration in the manner hereinafter provided

142 In the event of the Contractor that is to say a citizen andor a permanent resident of India a firm or a company duly registered or incorporated in India the arbitration shall be conducted by three arbitrators one each to be nominated

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 6 of 7

by the contractor and the Owner and the third to be named by the President of Institution of Engineers India If either of the parties fails to appoint its arbitrator within thirty (30) days after receipt of a notice from the other party invoking the arbitration clause the President of the Institution of Engineers India shall have the power at the request of either of the parties to appoint the arbitrators A certified copy of the said President making such an appointment shall be furnished to both the parties

143 The arbitration shall be conducted in accordance with the provisions of the Arbitration amp Conciliation Act 1996 or any statutory modification thereof

144 Arbitration(s) shall give reasoned award

145 The decision of the majority of the arbitrators shall be final and binding upon the parties The expenses of the arbitration shall be paid as may be determined by the arbitrators The arbitrators may from time to time with the consent of all the parties enlarge the time for making the award In the event of any of the aforesaid arbitrators dying neglecting resigning of being unable to act for any reason it will be lawful for the party concerned to nominate another arbitrator in place of the outgoing arbitrator

146 The arbitrator shall have full powers to review andor revise any decision opinion directions certification or valuation of the Engineer in consonance with the contract

150 APPLICABLE LAW

151 The Contract shall be governed by and interpreted in accordance with the laws in force in India The courts of Rampur BushahrShimla shall have exclusive jurisdiction in all matters arising under the Contract

160 NOTICES

Any notice given by one party to the other pursuant to this Contract shall be sent to the other party in writing or by cable telex or facsimile and confirmed in writing to the other partys address specified in NITNIQ

A notice shall be effective when delivered or on the notices effective date whichever is later

17 CORRESPONDENCE(i) All correspondence related to this contract before award of the contract shall

be addressed to DGM Procurement amp Contract Deptt NJHPS SJVN Ltd Jhakri Distt Shimla (HP) PIN- 172201 PH No 0091-1782-275794 Fax No 0091-1782-234049

(ii) All the correspondences after award of the contract shall be addressed to DGM(ITampCPSSM) NJHPS SJVN Ltd Jhakri

18 Engineer in Charge (EIC)DGM (ITampCPSSM) NJHPS SJVN Ltd Jhakri shall be the EIC of this work The material shall be drawn by EIC from store for the installation

19 CONSIGNEEThe Goods under this Contract shall be dispatched to the Consignee at the following address-

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 7 of 7

Manager (OampM Stores)Nathpa Jhakri Hydro Power Station SJVN Ltd Jhakri Distt Shimla (HP)Pin-172201 (INDIA)Phone No 0091-1782-275041 Fax No 0091-1782-234049

20 The material is to transported through ldquoRegistered Common Carrierrdquo only (Registered Common Carrier mean the carrier registered with a State Transport Authority or a Regional Transport Authority)

21 TESTING amp INSPECTIONInspection of material supplied against this supply order shall be carried out by EIC or his authorized representative at project stores Jhakri on receipt of material amp subsequently after successful installation testing amp commissioning at site

THE SECOND SCHEDULE TO THE RESERVE BANK OF INDIA ACT 1934

[Sections 2(e) and 42]

SCHEDULED BANKS

STATE CO-OPERATIVE BANKS Andhra Pradesh State Co-operative Bank Ltd Hyderabad Bihar State Co-operative Bank Ltd Bihar Goa State Co-operative Bank Ltd Panaji Gujarat State Co-operative Bank Ltd Ahmedabad Haryana State Co-operative Apex Bank Ltd Chandigarh Karnataka State Co-operative Apex Bank Ltd Bangalore Kerala State Co-operative Bank Ltd Thiruvananthapuram Madhya Pradesh Rajya Sahakari Bank Maryadit Bhopal Maharashtra State Co-operative Bank Ltd Mumbai Orissa State Co-operative Bank Ltd Bhubaneswar Pondicherry State Co-operative Bank Ltd Pondicherry Punjab State Co-operative Bank Ltd Chandigarh Rajasthan State Co-operative Bank Ltd Jaipur Tamil Nadu State Apex Co-operative Bank Ltd Chennai Uttar Pradesh Co-operative Bank Ltd Lucknow West Bengal State Co-operative Bank Ltd Kolkata

Urban Co-operative Banks

A P Mahesh Co-operative Urban Bank Ltd Hyderabad Abhyudaya Co-operative Bank Ltd Mumbai Ahmedabad Mercantile Co-operative Bank Ltd Ahmedabad Akola Janata Commercial Co-operative Bank Ltd Akola Amanath Co-operative Bank Ltd Bangalore Bassein Catholic Co-operative Bank Limited Vasai Bharat Co-operative Bank (Mumbai) Ltd Mumbai Bharati Sahakari Bank Ltd Pune Bombay Mercantile Co-operative Bank Limited Mumbai Charminar Co-operative Urban Bank Ltd Hyderabad Citizen Credit Co-operative Bank Ltd Mumbai Dombivli Nagari Sahakari Bank Ltd Dombivli Greater Bombay Co-operative Bank Limited Mumbai Indian Mercantile Co-operative Bank Ltd Lucknow Jalgaon Janata Sahakari Bank Ltd Jalgaon Janakalyan Sahakari Bank Ltd Mumbai Janalaxmi Cooperative Bank Ltd Nashik Janata Sahakari Bank Ltd Pune Kallappanna Awade Ichalkaranji Janata Sahakari Bank Ltd Ichalkaranji Kalupur Commercial Co-operative Bank Ltd Ahmedabad Kalyan Janata Sahakari Bank Ltd Kalyan Kapol Cooperative Bank Ltd Mumbai Karad Urban Co-operative Bank Ltd Karad Madhavapura Mercantile Co-operative Bank Ltd Ahmedabad Mahanagar Co-operative Bank Ltd Mumbai Mapusa Urban Co-operative Bank of Goa Ltd Mapusa Mehsana Urban Co-operative Bank Ltd Mehsana N K G S B Co-operative Bank Ltd Mumbai Nagar Urban Co-operative Bank Ltd Ahmednagar Nagpur Nagrik Sahakari Bank Ltd Nagpur New India Co-operative Bank Ltd Mumbai Nutan Nagrik Sahakari Bank Ltd Ahmedabad Parsik Janata Sahakari Bank Ltd Thane Pravara Sahakari Bank Ltd Loni Punjab amp Maharashtra Co-operative Bank Ltd Mumbai Rajkot Nagrik Sahakari Bank Ltd Rajkot Rupee Co-operative Bank Ltd Pune Sangli Urban Co-operative Bank Ltd Sangli Saraswat Co-operative Bank Ltd Mumbai Sardar Bhiladwala Pardi Peoples Co-operative Bank Ltd Killa Pardi Shikshak Sahakari Bank Ltd Nagpur Solapur Janata Sahakari Bank Ltd Solapur Surat Peoples Co-operative Bank Ltd Surat Thane Bharat Sahakari Bank Ltd Thane Thane Janata Sahakari Bank Ltd Thane The Akola Urban Co-operative Bank Ltd Akola The Cosmos Co-operative Bank Ltd Pune The Goa Urban Co-operative Bank Ltd Panaji The Khamgaon Urban Co-operative Bank Ltd Khamgaon The Nasik Merchants Co-operative Bank Ltd Nasik The Shamrao Vithal Co-operative Bank Ltd Mumbai The Zoroastrian Co-operative Bank Ltd Mumbai Vasavi Co-operative Urban Bank Limited Hyderabad

SBI AND ASSOCIATES State Bank of India State Bank of Bikaner amp Jaipur State Bank of Hyderabad State Bank of Indore State Bank of Mysore State Bank of Patiala State Bank of Saurashtra State Bank of Travancore

NATIONALISED BANKS

Allahabad Bank Andhra Bank Bank of Baroda Bank of India Bank of Maharashtra Canara Bank Central Bank of India Corporation Bank Dena Bank Indian Bank Indian Overseas Bank Oriental Bank of Commerce Punjab National Bank Punjab and Sind Bank Syndicate Bank UCO Bank Union Bank of India United Bank of India Vijaya Bank

OTHER PUBLIC SECTOR BANKS

Industrial Development Bank of India Ltd

PRIVATE SECTOR BANKS Bank of Rajasthan Ltd Catholic Syrian Bank Ltd City Union Bank Ltd Development Credit Bank Ltd Dhanalakshmi Bank Ltd Federal Bank Ltd HDFC Bank Ltd ICICI Bank Ltd IndusInd Bank Ltd ING Vysya Bank Ltd Jammu and Kashmir Bank Ltd Karnataka Bank Ltd Karur Vysya Bank Ltd Kotak Mahindra Bank Ltd Lakshmi Vilas Bank Ltd Nainital Bank Ltd Ratnakar Bank Ltd SBI Commercial International Bank Ltd South Indian Bank Ltd Tamilnad Mercantile Bank Ltd Axis Bank Ltd Yes Bank Ltd

FOREIGN BANKS ABN Amro Bank NV Abu Dhabi Commercial Bank Ltd American Express Banking Corporation Antwerp Diamond Bank NV Arab Bangladesh Bank Bank International Indonesia Bank of America Bank of Bahrain and Kuwait BSC Bank of Ceylon Bank of Nova Scotia Bank of Tokyo ndash Mitsubishi Ltd Barclays Bank Plc BNP Paribas China Trust Commercial Bank Shinhan Bank Citi Bank NA Calyon Bank Deutsche Bank DBS Bank Ltd The Hongkong and Shanghai Banking Corporation Ltd JP Morgan Chase Bank NA Krung Thai Bank Public Company Ltd Mashreq Bank psc Mizuho Corporate Bank Ltd Oman International Bank SAOG Societe Generale Sonali Bank Standard Chartered Bank State Bank of Mauritius Ltd

GRAMIN BANKS Andhra Pradesh Grameen Vikas Bank Warangal (Andhra Pradesh) Andhra Pragathi Grameena Bank Kadapa (Andhra Pradesh) Aryavart Gramin Bank Lucknow (Uttar Pradesh) Arunachal Pradesh Rural Bank Naharlagun (Arunachal Pradesh) Assam Gramin Vikas Bank Guwahati (Assam) Baitarani Gramya Bank Baripada (Orissa) Ballia Kshetriya Gramin Bank Ballia (Uttar Pradesh) Bangiya Gramin Vikash Bank Berhampore (West Bengal) Baroda Gujarat Gramin Bank Bharuch (Gujarat) Baroda Rajasthan Gramin Bank Ajmer (Rajasthan) Baroda Uttar Pradesh Gramin Bank Rae Bareli (Uttar Pradesh) Bihar Kshetriya Gramin Bank Monghyr (Bihar) Cauvery Kalpatharu Grameena Bank Mysore (Karnataka) Chaitanya Godavari Grameena Bank (Andhra Pradesh) Chhattisgarh Gramin Bank Raipur (Chhattisgarh) Chikmagalur-Kodaga Grameena Bank Chikmagalur (Karnataka) Deccan Grameena Bank Dilsukhnagar (Hyderabad) Dena Gujarat Gramin Bank Gandhinagar (Gujarat) Durg-Rajnandgaon Gramin Bank Rajnandgaon (Chhattisgarh) Ellaquai Dehati Bank Srinagar (Jammu and Kashmir) Etawah Kshetriya Gramin Bank Etawah (Uttar Pradesh) Faridkot Bhatinda Kshetriya Gramin Bank Bhatinda (Punjab) Gurgaon Gramin Bank Gurgaon (Haryana) Hadoti Kshetriya Gramin Bank Kota (Rajasthan) Haryana Gramin Bank Rohtak (Haryana) Himachal Gramin Bank Mandi (Himachal Pradesh) Jaipur Thar Gramin Bank Jaipur (Rajasthan) Jammu Rural Bank Jammu Jhabua-Dhar Kshetriya Gramin Bank Jhabua (Madhya Pradesh) Jharkhand Gramin Bank Ranchi (Jharkhand) Kalinga Gramya Bank Cuttack (Orissa) Kamraz Rural Bank Sopore (Jammu and Kashmir) Karnatka Vikas Gramin Bank Dharwad (Karnataka) Kashi Gomti Samyut Gramin Bank Varanasi (Uttar Pradesh) Khasi J Bank Shillong (Meghalaya) Krishna Grameena Bank Gulbarga (Karnataka) Kshetriya Kisan Gramin Bank Mainpuri (Uttar Pradesh) Langpi Dehangi Rural Bank Dhiphu (Assam) Lucknow Kshetriya Gramin Bank Sitapur (Uttar Pradesh) Madhya Bharath Gramin Bank Sagar (Madhya Pradesh) Madhya Bihar Gramin Bank Patna (Bihar) Mahakaushal Kshetriya Gramin Bank Jabalpur (Madhya Pradesh) Maharashtra Godavari Gramin Bank (Maharashtra) Malwa Gramin Bank Sangrur (Punjab) Marwar Ganganagar Bikaner Gramin Bank Pali (Rajasthan) Manipur Rural Bank Imphal (Manipur) Marathwada Gramin Bank Nanded (Maharashtra) Mewar Aanchalik Gramin Bank Udaipur (Rajasthan) Mizoram Rural Bank Aizawl (Mizoram) Nagaland Rural Bank Kohima (Nagaland) Nainital Almora Kshetriya Gramin Bank Nainital (Uttaranchal) Narmada Malwa Gramin Bank Indore (Madhya Pradesh) Neelachal Gramya Bank (Orissa) North Malabar Gramin Bank Kannur (Kerala) Pallavan Grama Bank Salem (Tamil Nadu)

Pandyan Grama Bank Virudhunagar (Tamil Nadu) Paschim Banga Gramin Bank Howrah (West Bengal) Parvatiya Gramin Bank Chamba (Himachal Pradesh) Pragathi Gramin Bank Bellary (Karnataka) Prathama Bank Moradabad (Uttar Pradesh) Puduvai Bharthiar Grama Bank (Pondicherry) Punjab Gramin Bank Kapurthala (Punjab) Purvanchal Gramin Bank Gorakhpur (Uttar Pradesh) Rajasthan Gramin Bank Alwar (Rajasthan) Ratnagiri Sindhudurg Gramin Bank Ratnagiri (Maharashtra) Rewa-Sidhi Gramin Bank Rewa (Madhya Pradesh) Rushikulya Gramya Bank Berhampur (Orissa) Samastipur Kshetriya Gramin Bank Samastipur (Bihar) Saptagiri Grameena Bank Chitoor (Andhra Pradesh) Sarva UP Gramin Bank (Uttar Pradesh) Satpura Narmada Kshetriya Gramin Bank Chhindwara (Madhya Pradesh) Saurashtra Gramin Bank Rajkot (Gujarat) Sharda Gramin Bank Satna (MP) Shreyas Gramin Bank Aligarh (Uttar Pradesh) Solapur Gramin Bank Solapur (Maharashtra) South Malabar Gramin Bank (Kerala) Surguja Kshetriya Gramin Bank Ambikapur (Chhattisgarh) Tripura Gramin Bank Agartala (Tripura) Triveni Kshetriya Gramin Bank Orai (Uttar Pradesh) Utkal Gramya Bank Bolangir (Orissa) Uttaranchal Gramin Bank Dehradun (Uttaranchal) Uttar Banga Kshetriya Gramin Bank Cooch-Behar (West Bengal) Uttar Bihar Kshetriya Gramin Bank Muzaffarpur (Bihar) Vananchal Gramin Bank Dhumka (Jharkhand) Vidharbha Kshetriya Gramin Bank Akola (Maharashtra) Vidisha-Bhopal Kshetriya Gramin Bank Vidisha (Masdhya Pradesh) Visveshwaraya Grameen Bank Mandya (Karnataka) Wainganga Kshetriya Gramin Bank Chandrapur (Maharashtra)

  • 101910JPG
  • 101934JPG
  • 101945JPG
  • 101956JPG
  • 102006JPG
  • NIQpdf
  • PQR2pdf
  • BOQ Audio-Videopdf
  • Technical Specificationspdf
  • ITB3pdf
  • GCC6pdf
  • Listofscheduledbankpdf
    • PRE QUALIFICATION CRITERIA

      PPR-NJHPS-1163 (OampM)2014

      Qualifying requirement for ldquoSupply Installation amp Testing of AudioVideo Equipments for Conference Room of New Office Building of NJHPS SJVN Ltd Jhakrirdquo

      (A) Proven Experience

      10 The bidder should be a regular contractor for ldquoSupply Installation amp Testing of AudioVideo Equipmentsrdquo The bidder must submit the supporting documents (LOAs work orders agreements for the similar work along with the satisfactory completion certificate) to this effect from their clients In the case LOAs work orders agreements are from the private company (ies) firm (s) then copy (ies) of TDS for the same are also need to be submitted along with the satisfactory completion certificate

      20 The bidder should have completed such type of job in the past

      (B) Financial Requirement

      10 Financial Requirement The Bidder must have an average annual financial turn over of ` 1097615 (Rupees Ten Lacs Ninety Seven Thousand Six Hundred Fifteen only) during last three years ending 31st March of previous financial year

      20 The Bidder should have successfully completed the similar work as per any of the following criteria during last 7 years ending last day of month previous to one in which applications are invited

      (a) The Bidder should have carried out the 3 similar works valuing not less than ` 14 63487- (Rupees Fourteen Lacs Sixty Three Thousand Four Hundred Eighty Seven only) each

      Or

      (b) 2 similar completed works valuing not less than ` 18 29359- (Rupees Eighteen Lacs Twenty Nine Thousand Three Hundred Fifty Nine only) each

      Or

      (c) 1 similar completed work valuing not less than ` 29 26974- (Rupees Twenty Nine Lacs Twenty Six Thousand Nine Hundred Seventy Four only)

      Note Similar work means work related to Supply Installation amp Testing of AudioVideo Equipments

      The bidder must submit the supporting documents (LOAs work orders agreements for the similar work along with the satisfactory completion certificate) to this effect from their clients In the case LOAs work orders agreements are from the private company (ies) firm (s) then copy (ies) of TDS for the same are also need to be submitted along with the satisfactory completion certificate

      (C) General Conditions of Prequalification

      1 Bidder must furnish Code number photocopies for PAN Sales tax VATTIN amp Service Tax (If applicable) etc

      2 SJVN Ltd reserves the right to cancel withdraw the invitation for bid without assigning any reason and shall bear no liability whatsoever consequent upon such a decision

      3 Notwithstanding anything stated above SJVN Ltd reserves the right to assess the Bidderrsquos capability and capacity to perform the contract satisfactorily should the circumstances warrant such assessment in the overall interest of SJVN Ltd

      4 Price bid of only those bidders shall be opened who qualify based on the specified qualifying requirements after Scrutiny of details documents furnished by them and found to be techno- commercial responsive

      SJVN Ltd

      Annexure-I

      Under Taking From Bidder

      Bidderrsquos Name amp Address

      11 We are qualified under clause (A) amp (C) of the qualifying requirements (any qualifying requirements which bidder does not meet shall be mentioned in the separate sheet)

      12 We are regular contractor for Supply Installation amp Testing of AudioVideo Equipments

      13 We confirm having carried out following contracts for similar nature of job related to Supply Installation amp Testing of AudioVideo Equipments

      Name and Address of Client

      Details of work executed

      Order No amp Date

      Date of Completion

      Order Value

      Copy of order Enclosed

      These details are to be furnished in Schedule-5 of Techno commercial part of the bid

Page 16: PPR-NJHPS-1163 NOTICE INVITING TENDER (Domestic ...sjvn.nic.in/writereaddata/Portal/Tender/179_1/1_Tender_Doc1163.pdf · certificate) to this effect from their clients. In the case

Page 11 of 11 ITB- PPR-1163- AudioVideo System)

Conference Room Of New Office Building Of NJHPS SJVN Ltd Jhakri -(PPR-1163 (OampM)2014)rdquoare to be sent through post-

(i) Earnest Money Deposit (In original)copy of MSE certificate as per clause no 110

(ii) Cost of tender document (In Original) copy of MSE certificate as per clause no 210

(iii) Undertaking form duly signed by the bidder shall be uploaded along with the bid the details of which are as per clause 330

(iv) Copy of TIN No

The scanned copies of above documents are to be uploaded on the web and must reach preferably 03092014 1230 HRS

Any documents as asked or required are to be sent to the following address-Dy General Manager (GM) Procurement and Contract DepartmentNJHPS SJVN LTD JhakriDistt Shimla (HP)-172201

Phone No 01782-275236Fax No 01782-234049 275106E-mail sksood_2000yahoocoin

Any documents as asked or required like scanned copies of EMD amp Cost of tender document (if any) copy of previous orders dealership certificate etc are to be uploaded at the link ldquoGeneral Documentsrdquo at httpssjvnabcprocurecom

330 Undertaking

331 I have read carefully all the bidding documents and agreed to the conditions exceptfor deviation taken clause wise in deviation schedule

332 I have not changed the contents of the bidding documents

333 Scanned copy of documents uploaded along with the bid is true to the best of my knowledge

334 We have quoted for all the items If after opening of price bid it is found that wehave not quoted for all items then our bid shall not be considered for price bid evaluation

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 1 of 7

GENERAL CONDITIONS OF CONTRACT (GCC)

10 Definitions

In this Contract the following terms shall be interpreted as indicated

(a) The Contract means the Contract Agreement entered between the Owner and the Contractor as recorded in the Contract Form signed by the parties including all attachments and appendices thereto and all documents incorporated by reference therein

(b) The Contract Price means the price payable to the Contractor under the Contract for the full and proper performance of its contractualobligations

(c) The Services means all those services necessary for the Supply Installation amp Testing of AudioVideo Equipments under this contractand any other incidental services etc and other such obligations of the Contractor covered under the Contract

(d) The Owner means the SJVN Limited

(e) The Contractor means the individual or firm The Contractor means the individual or firm carrying out the work under this Contract

(f) Corrupt Practice means the offering giving receiving or soliciting ofany thing of value to influence the action of a public official in the procurement process or in contract execution

(g) Fraudulent Practice means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Owner and includes collusive practice among Bidders (prior to or after Bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Owner of the benefits of free and open competition

20 CONTRACT PERFORMANCE SECURITY (CPS)

21 Within thirty (30) days of receipt of the notification of Contract award you shall furnish to the Owner an unconditional performance security for ten percent (10) of the Contract Price with validity up to sixty (60) days after warrantee period (Refer Clause 50 below)

22 The proceeds of the performance security shall be payable to the Owner as compensation for any loss resulting from the Contractors failure to complete its obligations under the Warranty and ContractSupport period

23 The performance security shall be denominated in the currency of the Contract and shall be in the form of Bank Guarantee (As per format enclosed) preferably issued by a nationalized Bank scheduled bank (As per the list enclosed) acceptable to the Owner or in the form of FDR or TDR (pledged in the favour of the owner)

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 2 of 7

24 The performance security will be discharged by the Owner and returned to the Contractor not later than sixty (60) days after expiry of Warranty and ContractSupport period

25 NSIC MSE registered firms are not exempted from the submission of the CPG

26 The interest 155 shall be charged on delay period for breach in timely submission of CPGInitial Security Deposit without prejudice to right of SJVN to other remedies available under the contract

30 PACKING AND FORWARDING 31 The bidder shall provide such packing to the goods as is required to prevent

damage or deterioration during transit to their final destination at Jhakri

40 INSURANCEThe goods to be supplied under the scope of the work shall be insured for all risks by the contractor till it is delivered installed amp commissioned at NJHPS SJVN Ltd Jhakri

50 GUARANTEWARRANTY

The material under the scope of this contract will be warranted against any manufacturing defects poor workmanship and the consumablematerial used for maximum of 12 months from the date of successful installation amp commissioning In case of any problem within the warranty period due to manufacturing defects their performance poor workmanship and the consumablematerial used arises the same will be rectifiedreplaced free of cost at site by the supplier within fortnight of such notification by the EIC as necessary

60 FORCE MEAJEURE

61 The firm shall not be liable for loss or damage to SJVN resulting from any delays or failure to make shipment to Nathpa site within schedule time for all or any part of the item due to the act of God war declared or undeclared acts of public enemy riots civil commotion invasion insurrection sabotage acts of restraint of Government federal state or municipal action or regulation fire flood hurricanes accidents epidemic quarantine restrictions or any failure on the part of the Owner or his representative to approve or comments on drawings or other causes contingencies or circumstances not subject to their control whether of a similar or dissimilar nature which prevents the Contractor from completion of work Any such cause or delays even though not existing on the date of the contract on or the date of start of reclaiming shall extend the time of performance automatically by length of delays occasioned thereby including delay reasonably incidental to the resumption of normal reclamation work even though such case may occur after performance of firmrsquos obligation has been delayed for the other causes

62 If a Force Majeure situation arises the Contractor shall promptly notify the Owner in writing of such condition and the cause thereof Unless otherwise directed by the Owner in writing the Contractor shall continue to perform its obligations under the Contract as far as is reasonably practical and shall seek

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 3 of 7

all reasonable alternative means for performance not prevented by the Force Majeure event

70 PAYMENT TERMS The payment to the bidder will be made as under after submission of all the required documents acceptable to SJVN Ltd-

A The Seventy percent (70) payment (including 100 taxes amp duties) shall bemade within 30 days after receipt of the material at NJHPS SJVN Ltd Jhakriand on submission of followings documents to consignee

(i) Bills in triplicate(ii) Photocopy of unconditional acceptance of Letter of Award(iii) Inspection Report issued by the EIC or his representative (The

inspection of supplied material shall be carried out at store NJHPS Jhakri

(iv) Copy of CPG as per clause no 20(v) Copy of TIN No

B Balance thirty percent (30) payment shall be made within 30 days after completion of work and on submission of followings documents in bound folder to the consignee-

(i) Bills in triplicate(ii) GuaranteeWarranty Certificate(iii) Completion certificate issued by EIC that the material has been

successfully installed amp commissioned(iv) Documents asked as per clause 12 of General Technical Terms ans

ConditionsC The payment shall be released through electronic fund transfer and hence you

are requested to give your bank account detail along with IFSCRTGS code of your bank branch The required detail is to be filled in ldquoSchedule-3-Bank Account Detailrdquo Bank charges if any shall be borne by you The details to be submitted in the schedule as enclosed

DAs per SJVN Ltd policy no advance payment can be given

E The service tax shall be paid by the SJVN bidder as per service tax notification no 302012 dated 20062012 The service tax is to mentioned separately in price schedules amp same shall be reimbursed on submission of following information along with the bills-

(I) Name Address amp Contact Details (Tel no etc) of the Service Provider (II) Service Tax Number of the Service Provider(III) PAN of the Service Provider(IV) Service Tax Invoice Number(V) Gross amount of services(VI) Service Tax amount

80 WORK COMPLETION SCHEDULEThe basic consideration and the essence of the Contract shall be the strict adherence to the Work Completion Schedule Entire scope of work should be completed within 90 days from the issue of Supply Order

90 LIQUIDATED DAMAGES

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 4 of 7

91 If the Supplier fails to complete the work within the period(s) specified in the Contract the Owner shall without prejudice to its other remedies under the Contract deduct from the Contract Price as Liquidated Damages as specified here in below

92 The Liquidated Damage for delay in completion of work(Supply Installation amp Commissioning) beyond the maximum completion schedule as stipulated at clause 80 above shall be frac12 (Half percent) per week or part thereof of the total contract value The total amount of Liquidated Damages for delay under the Contract will be subject to a maximum of five percent (5) of the total Contract price

93 Amount of Liquidated Damage shall be payable by the Supplier whenever demanded by the Owner and or Owner can recover the amount of liquidated Damages (to the extent leviable at any time) from the amount payable to the Supplier available with Owner under this Contract

94 Supplierrsquos obligations and the Ownerrsquos remedies in respect of delay are solely and exclusively as stated in this Liquidated Damages clause subject to provisions of Clause 120 and consequence thereof

100 TERMINATION OF CONTRACT ON CONTRACTORS DEFAULTThe Owner without prejudice to any other remedy for breach of Contract by written notice of default sent to the Contractor may terminate this Contract in whole or in part

a) if the Contractor fails to complete any part of all the work or all of the Goods within the period(s) specified in the Contract or within any extension thereof granted by the Owner

b) if the Contractor fails to perform any other obligation(s) under the Contract

c) If the Contractor in the judgment of the Owner has engaged in corrupt or fraudulent practices in competing for or in executing the Contract

101 In the event the Owner terminates the Contract in whole or in part the Owner may procure get repaired upon such terms and in such manner as it deems appropriate Goods or Services similar to those undelivered un-repaired and the Contractor shall be liable to the Owner for any excess costs for such similar Goods or Services However the Contractor shall continue performance of the Contract to the extent not terminated

110 TERMINATION FOR INSOLVENCYThe Owner may at any time terminate the Contract by giving written notice to the Contractor if the Contractor becomes bankrupt or otherwise insolvent In this event termination will be without compensation to the Contractor provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the Owner

120 TERMINATION OF CONTRACT ON OWNERS INITIATIVE

121 The Owner reserves the right to terminate the Contract either in part or in full due to reasons other than those mentioned under clause entitled Contractors

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 5 of 7

Default and Outbreak of War The Owner shall in such an event give seven (7) days notice in writing to the Contractor of his decision to do so

122 The Contractor upon receipt of such notice shall discontinue the work on the date and to the extent specified in the notice make all reasonable efforts to obtain cancellation of all orders and contracts to the Owner stop all further sub-contracting or purchasing activity related to the work terminated and assist the Owner in storage maintenance protection and disposition of the works acquired under the contract by the Owner

123 In the event of such a termination the Contractor shall be paid equitable and reasonable compensation as dictated by the circumstances prevalent at the time of termination

130 SETTLEMENT OF DISPUTES131 Any dispute(s) or difference(s) arising out of or in connection with the Contract

shall to the extent possible in the first instance be resolved amicably between the Contractor and the Ownerrsquos Engineer

132 If any dispute or difference of any kind whatsoever shall arise between the Owner and the Contractor arising out of the Contract for the performance of the Works whether during the progress of the Works or after its completion or whether before or after the termination abandonment or breach of the Contract it shall in the first place be referred to and settled by the Engineer who within a period of ten (10 ) days after being requested by either party to do so shall give written notice of his decision to the Owner and the Contractor

133 Save as hereinafter provided such decision in respect of every matter so referred shall be final and binding upon the parties until the completion of the entire work under the Contract and shall forthwith be given effect to by the Contractor who shall comply with all such decisions with all due diligence whether he or the Owner requires arbitration as hereinafter provided or not

134 If after the Engineer has given written notice of his decision to the parties no claim to arbitration has been communicated to him by either party within ten (10) days from the receipt of such notice the said decision shall become final and binding on the parties

135 In the event of the Engineer failing to notify his decision within ten (10) days after being requested as aforesaid or in the event of either the Owner or the Contractor being dissatisfied with any such decision or within ten (10) days after the expiry of the first mentioned period of ten (10) days as the case may be either party may require by written notice to the other party that the matters in dispute be referred to arbitration as hereinafter provided

140 ARBITRATION

141 All disputes or differences in respect of which the decision if any of the Engineer has not become final or binding as aforesaid shall be settled by arbitration in the manner hereinafter provided

142 In the event of the Contractor that is to say a citizen andor a permanent resident of India a firm or a company duly registered or incorporated in India the arbitration shall be conducted by three arbitrators one each to be nominated

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 6 of 7

by the contractor and the Owner and the third to be named by the President of Institution of Engineers India If either of the parties fails to appoint its arbitrator within thirty (30) days after receipt of a notice from the other party invoking the arbitration clause the President of the Institution of Engineers India shall have the power at the request of either of the parties to appoint the arbitrators A certified copy of the said President making such an appointment shall be furnished to both the parties

143 The arbitration shall be conducted in accordance with the provisions of the Arbitration amp Conciliation Act 1996 or any statutory modification thereof

144 Arbitration(s) shall give reasoned award

145 The decision of the majority of the arbitrators shall be final and binding upon the parties The expenses of the arbitration shall be paid as may be determined by the arbitrators The arbitrators may from time to time with the consent of all the parties enlarge the time for making the award In the event of any of the aforesaid arbitrators dying neglecting resigning of being unable to act for any reason it will be lawful for the party concerned to nominate another arbitrator in place of the outgoing arbitrator

146 The arbitrator shall have full powers to review andor revise any decision opinion directions certification or valuation of the Engineer in consonance with the contract

150 APPLICABLE LAW

151 The Contract shall be governed by and interpreted in accordance with the laws in force in India The courts of Rampur BushahrShimla shall have exclusive jurisdiction in all matters arising under the Contract

160 NOTICES

Any notice given by one party to the other pursuant to this Contract shall be sent to the other party in writing or by cable telex or facsimile and confirmed in writing to the other partys address specified in NITNIQ

A notice shall be effective when delivered or on the notices effective date whichever is later

17 CORRESPONDENCE(i) All correspondence related to this contract before award of the contract shall

be addressed to DGM Procurement amp Contract Deptt NJHPS SJVN Ltd Jhakri Distt Shimla (HP) PIN- 172201 PH No 0091-1782-275794 Fax No 0091-1782-234049

(ii) All the correspondences after award of the contract shall be addressed to DGM(ITampCPSSM) NJHPS SJVN Ltd Jhakri

18 Engineer in Charge (EIC)DGM (ITampCPSSM) NJHPS SJVN Ltd Jhakri shall be the EIC of this work The material shall be drawn by EIC from store for the installation

19 CONSIGNEEThe Goods under this Contract shall be dispatched to the Consignee at the following address-

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 7 of 7

Manager (OampM Stores)Nathpa Jhakri Hydro Power Station SJVN Ltd Jhakri Distt Shimla (HP)Pin-172201 (INDIA)Phone No 0091-1782-275041 Fax No 0091-1782-234049

20 The material is to transported through ldquoRegistered Common Carrierrdquo only (Registered Common Carrier mean the carrier registered with a State Transport Authority or a Regional Transport Authority)

21 TESTING amp INSPECTIONInspection of material supplied against this supply order shall be carried out by EIC or his authorized representative at project stores Jhakri on receipt of material amp subsequently after successful installation testing amp commissioning at site

THE SECOND SCHEDULE TO THE RESERVE BANK OF INDIA ACT 1934

[Sections 2(e) and 42]

SCHEDULED BANKS

STATE CO-OPERATIVE BANKS Andhra Pradesh State Co-operative Bank Ltd Hyderabad Bihar State Co-operative Bank Ltd Bihar Goa State Co-operative Bank Ltd Panaji Gujarat State Co-operative Bank Ltd Ahmedabad Haryana State Co-operative Apex Bank Ltd Chandigarh Karnataka State Co-operative Apex Bank Ltd Bangalore Kerala State Co-operative Bank Ltd Thiruvananthapuram Madhya Pradesh Rajya Sahakari Bank Maryadit Bhopal Maharashtra State Co-operative Bank Ltd Mumbai Orissa State Co-operative Bank Ltd Bhubaneswar Pondicherry State Co-operative Bank Ltd Pondicherry Punjab State Co-operative Bank Ltd Chandigarh Rajasthan State Co-operative Bank Ltd Jaipur Tamil Nadu State Apex Co-operative Bank Ltd Chennai Uttar Pradesh Co-operative Bank Ltd Lucknow West Bengal State Co-operative Bank Ltd Kolkata

Urban Co-operative Banks

A P Mahesh Co-operative Urban Bank Ltd Hyderabad Abhyudaya Co-operative Bank Ltd Mumbai Ahmedabad Mercantile Co-operative Bank Ltd Ahmedabad Akola Janata Commercial Co-operative Bank Ltd Akola Amanath Co-operative Bank Ltd Bangalore Bassein Catholic Co-operative Bank Limited Vasai Bharat Co-operative Bank (Mumbai) Ltd Mumbai Bharati Sahakari Bank Ltd Pune Bombay Mercantile Co-operative Bank Limited Mumbai Charminar Co-operative Urban Bank Ltd Hyderabad Citizen Credit Co-operative Bank Ltd Mumbai Dombivli Nagari Sahakari Bank Ltd Dombivli Greater Bombay Co-operative Bank Limited Mumbai Indian Mercantile Co-operative Bank Ltd Lucknow Jalgaon Janata Sahakari Bank Ltd Jalgaon Janakalyan Sahakari Bank Ltd Mumbai Janalaxmi Cooperative Bank Ltd Nashik Janata Sahakari Bank Ltd Pune Kallappanna Awade Ichalkaranji Janata Sahakari Bank Ltd Ichalkaranji Kalupur Commercial Co-operative Bank Ltd Ahmedabad Kalyan Janata Sahakari Bank Ltd Kalyan Kapol Cooperative Bank Ltd Mumbai Karad Urban Co-operative Bank Ltd Karad Madhavapura Mercantile Co-operative Bank Ltd Ahmedabad Mahanagar Co-operative Bank Ltd Mumbai Mapusa Urban Co-operative Bank of Goa Ltd Mapusa Mehsana Urban Co-operative Bank Ltd Mehsana N K G S B Co-operative Bank Ltd Mumbai Nagar Urban Co-operative Bank Ltd Ahmednagar Nagpur Nagrik Sahakari Bank Ltd Nagpur New India Co-operative Bank Ltd Mumbai Nutan Nagrik Sahakari Bank Ltd Ahmedabad Parsik Janata Sahakari Bank Ltd Thane Pravara Sahakari Bank Ltd Loni Punjab amp Maharashtra Co-operative Bank Ltd Mumbai Rajkot Nagrik Sahakari Bank Ltd Rajkot Rupee Co-operative Bank Ltd Pune Sangli Urban Co-operative Bank Ltd Sangli Saraswat Co-operative Bank Ltd Mumbai Sardar Bhiladwala Pardi Peoples Co-operative Bank Ltd Killa Pardi Shikshak Sahakari Bank Ltd Nagpur Solapur Janata Sahakari Bank Ltd Solapur Surat Peoples Co-operative Bank Ltd Surat Thane Bharat Sahakari Bank Ltd Thane Thane Janata Sahakari Bank Ltd Thane The Akola Urban Co-operative Bank Ltd Akola The Cosmos Co-operative Bank Ltd Pune The Goa Urban Co-operative Bank Ltd Panaji The Khamgaon Urban Co-operative Bank Ltd Khamgaon The Nasik Merchants Co-operative Bank Ltd Nasik The Shamrao Vithal Co-operative Bank Ltd Mumbai The Zoroastrian Co-operative Bank Ltd Mumbai Vasavi Co-operative Urban Bank Limited Hyderabad

SBI AND ASSOCIATES State Bank of India State Bank of Bikaner amp Jaipur State Bank of Hyderabad State Bank of Indore State Bank of Mysore State Bank of Patiala State Bank of Saurashtra State Bank of Travancore

NATIONALISED BANKS

Allahabad Bank Andhra Bank Bank of Baroda Bank of India Bank of Maharashtra Canara Bank Central Bank of India Corporation Bank Dena Bank Indian Bank Indian Overseas Bank Oriental Bank of Commerce Punjab National Bank Punjab and Sind Bank Syndicate Bank UCO Bank Union Bank of India United Bank of India Vijaya Bank

OTHER PUBLIC SECTOR BANKS

Industrial Development Bank of India Ltd

PRIVATE SECTOR BANKS Bank of Rajasthan Ltd Catholic Syrian Bank Ltd City Union Bank Ltd Development Credit Bank Ltd Dhanalakshmi Bank Ltd Federal Bank Ltd HDFC Bank Ltd ICICI Bank Ltd IndusInd Bank Ltd ING Vysya Bank Ltd Jammu and Kashmir Bank Ltd Karnataka Bank Ltd Karur Vysya Bank Ltd Kotak Mahindra Bank Ltd Lakshmi Vilas Bank Ltd Nainital Bank Ltd Ratnakar Bank Ltd SBI Commercial International Bank Ltd South Indian Bank Ltd Tamilnad Mercantile Bank Ltd Axis Bank Ltd Yes Bank Ltd

FOREIGN BANKS ABN Amro Bank NV Abu Dhabi Commercial Bank Ltd American Express Banking Corporation Antwerp Diamond Bank NV Arab Bangladesh Bank Bank International Indonesia Bank of America Bank of Bahrain and Kuwait BSC Bank of Ceylon Bank of Nova Scotia Bank of Tokyo ndash Mitsubishi Ltd Barclays Bank Plc BNP Paribas China Trust Commercial Bank Shinhan Bank Citi Bank NA Calyon Bank Deutsche Bank DBS Bank Ltd The Hongkong and Shanghai Banking Corporation Ltd JP Morgan Chase Bank NA Krung Thai Bank Public Company Ltd Mashreq Bank psc Mizuho Corporate Bank Ltd Oman International Bank SAOG Societe Generale Sonali Bank Standard Chartered Bank State Bank of Mauritius Ltd

GRAMIN BANKS Andhra Pradesh Grameen Vikas Bank Warangal (Andhra Pradesh) Andhra Pragathi Grameena Bank Kadapa (Andhra Pradesh) Aryavart Gramin Bank Lucknow (Uttar Pradesh) Arunachal Pradesh Rural Bank Naharlagun (Arunachal Pradesh) Assam Gramin Vikas Bank Guwahati (Assam) Baitarani Gramya Bank Baripada (Orissa) Ballia Kshetriya Gramin Bank Ballia (Uttar Pradesh) Bangiya Gramin Vikash Bank Berhampore (West Bengal) Baroda Gujarat Gramin Bank Bharuch (Gujarat) Baroda Rajasthan Gramin Bank Ajmer (Rajasthan) Baroda Uttar Pradesh Gramin Bank Rae Bareli (Uttar Pradesh) Bihar Kshetriya Gramin Bank Monghyr (Bihar) Cauvery Kalpatharu Grameena Bank Mysore (Karnataka) Chaitanya Godavari Grameena Bank (Andhra Pradesh) Chhattisgarh Gramin Bank Raipur (Chhattisgarh) Chikmagalur-Kodaga Grameena Bank Chikmagalur (Karnataka) Deccan Grameena Bank Dilsukhnagar (Hyderabad) Dena Gujarat Gramin Bank Gandhinagar (Gujarat) Durg-Rajnandgaon Gramin Bank Rajnandgaon (Chhattisgarh) Ellaquai Dehati Bank Srinagar (Jammu and Kashmir) Etawah Kshetriya Gramin Bank Etawah (Uttar Pradesh) Faridkot Bhatinda Kshetriya Gramin Bank Bhatinda (Punjab) Gurgaon Gramin Bank Gurgaon (Haryana) Hadoti Kshetriya Gramin Bank Kota (Rajasthan) Haryana Gramin Bank Rohtak (Haryana) Himachal Gramin Bank Mandi (Himachal Pradesh) Jaipur Thar Gramin Bank Jaipur (Rajasthan) Jammu Rural Bank Jammu Jhabua-Dhar Kshetriya Gramin Bank Jhabua (Madhya Pradesh) Jharkhand Gramin Bank Ranchi (Jharkhand) Kalinga Gramya Bank Cuttack (Orissa) Kamraz Rural Bank Sopore (Jammu and Kashmir) Karnatka Vikas Gramin Bank Dharwad (Karnataka) Kashi Gomti Samyut Gramin Bank Varanasi (Uttar Pradesh) Khasi J Bank Shillong (Meghalaya) Krishna Grameena Bank Gulbarga (Karnataka) Kshetriya Kisan Gramin Bank Mainpuri (Uttar Pradesh) Langpi Dehangi Rural Bank Dhiphu (Assam) Lucknow Kshetriya Gramin Bank Sitapur (Uttar Pradesh) Madhya Bharath Gramin Bank Sagar (Madhya Pradesh) Madhya Bihar Gramin Bank Patna (Bihar) Mahakaushal Kshetriya Gramin Bank Jabalpur (Madhya Pradesh) Maharashtra Godavari Gramin Bank (Maharashtra) Malwa Gramin Bank Sangrur (Punjab) Marwar Ganganagar Bikaner Gramin Bank Pali (Rajasthan) Manipur Rural Bank Imphal (Manipur) Marathwada Gramin Bank Nanded (Maharashtra) Mewar Aanchalik Gramin Bank Udaipur (Rajasthan) Mizoram Rural Bank Aizawl (Mizoram) Nagaland Rural Bank Kohima (Nagaland) Nainital Almora Kshetriya Gramin Bank Nainital (Uttaranchal) Narmada Malwa Gramin Bank Indore (Madhya Pradesh) Neelachal Gramya Bank (Orissa) North Malabar Gramin Bank Kannur (Kerala) Pallavan Grama Bank Salem (Tamil Nadu)

Pandyan Grama Bank Virudhunagar (Tamil Nadu) Paschim Banga Gramin Bank Howrah (West Bengal) Parvatiya Gramin Bank Chamba (Himachal Pradesh) Pragathi Gramin Bank Bellary (Karnataka) Prathama Bank Moradabad (Uttar Pradesh) Puduvai Bharthiar Grama Bank (Pondicherry) Punjab Gramin Bank Kapurthala (Punjab) Purvanchal Gramin Bank Gorakhpur (Uttar Pradesh) Rajasthan Gramin Bank Alwar (Rajasthan) Ratnagiri Sindhudurg Gramin Bank Ratnagiri (Maharashtra) Rewa-Sidhi Gramin Bank Rewa (Madhya Pradesh) Rushikulya Gramya Bank Berhampur (Orissa) Samastipur Kshetriya Gramin Bank Samastipur (Bihar) Saptagiri Grameena Bank Chitoor (Andhra Pradesh) Sarva UP Gramin Bank (Uttar Pradesh) Satpura Narmada Kshetriya Gramin Bank Chhindwara (Madhya Pradesh) Saurashtra Gramin Bank Rajkot (Gujarat) Sharda Gramin Bank Satna (MP) Shreyas Gramin Bank Aligarh (Uttar Pradesh) Solapur Gramin Bank Solapur (Maharashtra) South Malabar Gramin Bank (Kerala) Surguja Kshetriya Gramin Bank Ambikapur (Chhattisgarh) Tripura Gramin Bank Agartala (Tripura) Triveni Kshetriya Gramin Bank Orai (Uttar Pradesh) Utkal Gramya Bank Bolangir (Orissa) Uttaranchal Gramin Bank Dehradun (Uttaranchal) Uttar Banga Kshetriya Gramin Bank Cooch-Behar (West Bengal) Uttar Bihar Kshetriya Gramin Bank Muzaffarpur (Bihar) Vananchal Gramin Bank Dhumka (Jharkhand) Vidharbha Kshetriya Gramin Bank Akola (Maharashtra) Vidisha-Bhopal Kshetriya Gramin Bank Vidisha (Masdhya Pradesh) Visveshwaraya Grameen Bank Mandya (Karnataka) Wainganga Kshetriya Gramin Bank Chandrapur (Maharashtra)

  • 101910JPG
  • 101934JPG
  • 101945JPG
  • 101956JPG
  • 102006JPG
  • NIQpdf
  • PQR2pdf
  • BOQ Audio-Videopdf
  • Technical Specificationspdf
  • ITB3pdf
  • GCC6pdf
  • Listofscheduledbankpdf
    • PRE QUALIFICATION CRITERIA

      PPR-NJHPS-1163 (OampM)2014

      Qualifying requirement for ldquoSupply Installation amp Testing of AudioVideo Equipments for Conference Room of New Office Building of NJHPS SJVN Ltd Jhakrirdquo

      (A) Proven Experience

      10 The bidder should be a regular contractor for ldquoSupply Installation amp Testing of AudioVideo Equipmentsrdquo The bidder must submit the supporting documents (LOAs work orders agreements for the similar work along with the satisfactory completion certificate) to this effect from their clients In the case LOAs work orders agreements are from the private company (ies) firm (s) then copy (ies) of TDS for the same are also need to be submitted along with the satisfactory completion certificate

      20 The bidder should have completed such type of job in the past

      (B) Financial Requirement

      10 Financial Requirement The Bidder must have an average annual financial turn over of ` 1097615 (Rupees Ten Lacs Ninety Seven Thousand Six Hundred Fifteen only) during last three years ending 31st March of previous financial year

      20 The Bidder should have successfully completed the similar work as per any of the following criteria during last 7 years ending last day of month previous to one in which applications are invited

      (a) The Bidder should have carried out the 3 similar works valuing not less than ` 14 63487- (Rupees Fourteen Lacs Sixty Three Thousand Four Hundred Eighty Seven only) each

      Or

      (b) 2 similar completed works valuing not less than ` 18 29359- (Rupees Eighteen Lacs Twenty Nine Thousand Three Hundred Fifty Nine only) each

      Or

      (c) 1 similar completed work valuing not less than ` 29 26974- (Rupees Twenty Nine Lacs Twenty Six Thousand Nine Hundred Seventy Four only)

      Note Similar work means work related to Supply Installation amp Testing of AudioVideo Equipments

      The bidder must submit the supporting documents (LOAs work orders agreements for the similar work along with the satisfactory completion certificate) to this effect from their clients In the case LOAs work orders agreements are from the private company (ies) firm (s) then copy (ies) of TDS for the same are also need to be submitted along with the satisfactory completion certificate

      (C) General Conditions of Prequalification

      1 Bidder must furnish Code number photocopies for PAN Sales tax VATTIN amp Service Tax (If applicable) etc

      2 SJVN Ltd reserves the right to cancel withdraw the invitation for bid without assigning any reason and shall bear no liability whatsoever consequent upon such a decision

      3 Notwithstanding anything stated above SJVN Ltd reserves the right to assess the Bidderrsquos capability and capacity to perform the contract satisfactorily should the circumstances warrant such assessment in the overall interest of SJVN Ltd

      4 Price bid of only those bidders shall be opened who qualify based on the specified qualifying requirements after Scrutiny of details documents furnished by them and found to be techno- commercial responsive

      SJVN Ltd

      Annexure-I

      Under Taking From Bidder

      Bidderrsquos Name amp Address

      11 We are qualified under clause (A) amp (C) of the qualifying requirements (any qualifying requirements which bidder does not meet shall be mentioned in the separate sheet)

      12 We are regular contractor for Supply Installation amp Testing of AudioVideo Equipments

      13 We confirm having carried out following contracts for similar nature of job related to Supply Installation amp Testing of AudioVideo Equipments

      Name and Address of Client

      Details of work executed

      Order No amp Date

      Date of Completion

      Order Value

      Copy of order Enclosed

      These details are to be furnished in Schedule-5 of Techno commercial part of the bid

Page 17: PPR-NJHPS-1163 NOTICE INVITING TENDER (Domestic ...sjvn.nic.in/writereaddata/Portal/Tender/179_1/1_Tender_Doc1163.pdf · certificate) to this effect from their clients. In the case

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 1 of 7

GENERAL CONDITIONS OF CONTRACT (GCC)

10 Definitions

In this Contract the following terms shall be interpreted as indicated

(a) The Contract means the Contract Agreement entered between the Owner and the Contractor as recorded in the Contract Form signed by the parties including all attachments and appendices thereto and all documents incorporated by reference therein

(b) The Contract Price means the price payable to the Contractor under the Contract for the full and proper performance of its contractualobligations

(c) The Services means all those services necessary for the Supply Installation amp Testing of AudioVideo Equipments under this contractand any other incidental services etc and other such obligations of the Contractor covered under the Contract

(d) The Owner means the SJVN Limited

(e) The Contractor means the individual or firm The Contractor means the individual or firm carrying out the work under this Contract

(f) Corrupt Practice means the offering giving receiving or soliciting ofany thing of value to influence the action of a public official in the procurement process or in contract execution

(g) Fraudulent Practice means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Owner and includes collusive practice among Bidders (prior to or after Bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Owner of the benefits of free and open competition

20 CONTRACT PERFORMANCE SECURITY (CPS)

21 Within thirty (30) days of receipt of the notification of Contract award you shall furnish to the Owner an unconditional performance security for ten percent (10) of the Contract Price with validity up to sixty (60) days after warrantee period (Refer Clause 50 below)

22 The proceeds of the performance security shall be payable to the Owner as compensation for any loss resulting from the Contractors failure to complete its obligations under the Warranty and ContractSupport period

23 The performance security shall be denominated in the currency of the Contract and shall be in the form of Bank Guarantee (As per format enclosed) preferably issued by a nationalized Bank scheduled bank (As per the list enclosed) acceptable to the Owner or in the form of FDR or TDR (pledged in the favour of the owner)

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 2 of 7

24 The performance security will be discharged by the Owner and returned to the Contractor not later than sixty (60) days after expiry of Warranty and ContractSupport period

25 NSIC MSE registered firms are not exempted from the submission of the CPG

26 The interest 155 shall be charged on delay period for breach in timely submission of CPGInitial Security Deposit without prejudice to right of SJVN to other remedies available under the contract

30 PACKING AND FORWARDING 31 The bidder shall provide such packing to the goods as is required to prevent

damage or deterioration during transit to their final destination at Jhakri

40 INSURANCEThe goods to be supplied under the scope of the work shall be insured for all risks by the contractor till it is delivered installed amp commissioned at NJHPS SJVN Ltd Jhakri

50 GUARANTEWARRANTY

The material under the scope of this contract will be warranted against any manufacturing defects poor workmanship and the consumablematerial used for maximum of 12 months from the date of successful installation amp commissioning In case of any problem within the warranty period due to manufacturing defects their performance poor workmanship and the consumablematerial used arises the same will be rectifiedreplaced free of cost at site by the supplier within fortnight of such notification by the EIC as necessary

60 FORCE MEAJEURE

61 The firm shall not be liable for loss or damage to SJVN resulting from any delays or failure to make shipment to Nathpa site within schedule time for all or any part of the item due to the act of God war declared or undeclared acts of public enemy riots civil commotion invasion insurrection sabotage acts of restraint of Government federal state or municipal action or regulation fire flood hurricanes accidents epidemic quarantine restrictions or any failure on the part of the Owner or his representative to approve or comments on drawings or other causes contingencies or circumstances not subject to their control whether of a similar or dissimilar nature which prevents the Contractor from completion of work Any such cause or delays even though not existing on the date of the contract on or the date of start of reclaiming shall extend the time of performance automatically by length of delays occasioned thereby including delay reasonably incidental to the resumption of normal reclamation work even though such case may occur after performance of firmrsquos obligation has been delayed for the other causes

62 If a Force Majeure situation arises the Contractor shall promptly notify the Owner in writing of such condition and the cause thereof Unless otherwise directed by the Owner in writing the Contractor shall continue to perform its obligations under the Contract as far as is reasonably practical and shall seek

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 3 of 7

all reasonable alternative means for performance not prevented by the Force Majeure event

70 PAYMENT TERMS The payment to the bidder will be made as under after submission of all the required documents acceptable to SJVN Ltd-

A The Seventy percent (70) payment (including 100 taxes amp duties) shall bemade within 30 days after receipt of the material at NJHPS SJVN Ltd Jhakriand on submission of followings documents to consignee

(i) Bills in triplicate(ii) Photocopy of unconditional acceptance of Letter of Award(iii) Inspection Report issued by the EIC or his representative (The

inspection of supplied material shall be carried out at store NJHPS Jhakri

(iv) Copy of CPG as per clause no 20(v) Copy of TIN No

B Balance thirty percent (30) payment shall be made within 30 days after completion of work and on submission of followings documents in bound folder to the consignee-

(i) Bills in triplicate(ii) GuaranteeWarranty Certificate(iii) Completion certificate issued by EIC that the material has been

successfully installed amp commissioned(iv) Documents asked as per clause 12 of General Technical Terms ans

ConditionsC The payment shall be released through electronic fund transfer and hence you

are requested to give your bank account detail along with IFSCRTGS code of your bank branch The required detail is to be filled in ldquoSchedule-3-Bank Account Detailrdquo Bank charges if any shall be borne by you The details to be submitted in the schedule as enclosed

DAs per SJVN Ltd policy no advance payment can be given

E The service tax shall be paid by the SJVN bidder as per service tax notification no 302012 dated 20062012 The service tax is to mentioned separately in price schedules amp same shall be reimbursed on submission of following information along with the bills-

(I) Name Address amp Contact Details (Tel no etc) of the Service Provider (II) Service Tax Number of the Service Provider(III) PAN of the Service Provider(IV) Service Tax Invoice Number(V) Gross amount of services(VI) Service Tax amount

80 WORK COMPLETION SCHEDULEThe basic consideration and the essence of the Contract shall be the strict adherence to the Work Completion Schedule Entire scope of work should be completed within 90 days from the issue of Supply Order

90 LIQUIDATED DAMAGES

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 4 of 7

91 If the Supplier fails to complete the work within the period(s) specified in the Contract the Owner shall without prejudice to its other remedies under the Contract deduct from the Contract Price as Liquidated Damages as specified here in below

92 The Liquidated Damage for delay in completion of work(Supply Installation amp Commissioning) beyond the maximum completion schedule as stipulated at clause 80 above shall be frac12 (Half percent) per week or part thereof of the total contract value The total amount of Liquidated Damages for delay under the Contract will be subject to a maximum of five percent (5) of the total Contract price

93 Amount of Liquidated Damage shall be payable by the Supplier whenever demanded by the Owner and or Owner can recover the amount of liquidated Damages (to the extent leviable at any time) from the amount payable to the Supplier available with Owner under this Contract

94 Supplierrsquos obligations and the Ownerrsquos remedies in respect of delay are solely and exclusively as stated in this Liquidated Damages clause subject to provisions of Clause 120 and consequence thereof

100 TERMINATION OF CONTRACT ON CONTRACTORS DEFAULTThe Owner without prejudice to any other remedy for breach of Contract by written notice of default sent to the Contractor may terminate this Contract in whole or in part

a) if the Contractor fails to complete any part of all the work or all of the Goods within the period(s) specified in the Contract or within any extension thereof granted by the Owner

b) if the Contractor fails to perform any other obligation(s) under the Contract

c) If the Contractor in the judgment of the Owner has engaged in corrupt or fraudulent practices in competing for or in executing the Contract

101 In the event the Owner terminates the Contract in whole or in part the Owner may procure get repaired upon such terms and in such manner as it deems appropriate Goods or Services similar to those undelivered un-repaired and the Contractor shall be liable to the Owner for any excess costs for such similar Goods or Services However the Contractor shall continue performance of the Contract to the extent not terminated

110 TERMINATION FOR INSOLVENCYThe Owner may at any time terminate the Contract by giving written notice to the Contractor if the Contractor becomes bankrupt or otherwise insolvent In this event termination will be without compensation to the Contractor provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the Owner

120 TERMINATION OF CONTRACT ON OWNERS INITIATIVE

121 The Owner reserves the right to terminate the Contract either in part or in full due to reasons other than those mentioned under clause entitled Contractors

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 5 of 7

Default and Outbreak of War The Owner shall in such an event give seven (7) days notice in writing to the Contractor of his decision to do so

122 The Contractor upon receipt of such notice shall discontinue the work on the date and to the extent specified in the notice make all reasonable efforts to obtain cancellation of all orders and contracts to the Owner stop all further sub-contracting or purchasing activity related to the work terminated and assist the Owner in storage maintenance protection and disposition of the works acquired under the contract by the Owner

123 In the event of such a termination the Contractor shall be paid equitable and reasonable compensation as dictated by the circumstances prevalent at the time of termination

130 SETTLEMENT OF DISPUTES131 Any dispute(s) or difference(s) arising out of or in connection with the Contract

shall to the extent possible in the first instance be resolved amicably between the Contractor and the Ownerrsquos Engineer

132 If any dispute or difference of any kind whatsoever shall arise between the Owner and the Contractor arising out of the Contract for the performance of the Works whether during the progress of the Works or after its completion or whether before or after the termination abandonment or breach of the Contract it shall in the first place be referred to and settled by the Engineer who within a period of ten (10 ) days after being requested by either party to do so shall give written notice of his decision to the Owner and the Contractor

133 Save as hereinafter provided such decision in respect of every matter so referred shall be final and binding upon the parties until the completion of the entire work under the Contract and shall forthwith be given effect to by the Contractor who shall comply with all such decisions with all due diligence whether he or the Owner requires arbitration as hereinafter provided or not

134 If after the Engineer has given written notice of his decision to the parties no claim to arbitration has been communicated to him by either party within ten (10) days from the receipt of such notice the said decision shall become final and binding on the parties

135 In the event of the Engineer failing to notify his decision within ten (10) days after being requested as aforesaid or in the event of either the Owner or the Contractor being dissatisfied with any such decision or within ten (10) days after the expiry of the first mentioned period of ten (10) days as the case may be either party may require by written notice to the other party that the matters in dispute be referred to arbitration as hereinafter provided

140 ARBITRATION

141 All disputes or differences in respect of which the decision if any of the Engineer has not become final or binding as aforesaid shall be settled by arbitration in the manner hereinafter provided

142 In the event of the Contractor that is to say a citizen andor a permanent resident of India a firm or a company duly registered or incorporated in India the arbitration shall be conducted by three arbitrators one each to be nominated

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 6 of 7

by the contractor and the Owner and the third to be named by the President of Institution of Engineers India If either of the parties fails to appoint its arbitrator within thirty (30) days after receipt of a notice from the other party invoking the arbitration clause the President of the Institution of Engineers India shall have the power at the request of either of the parties to appoint the arbitrators A certified copy of the said President making such an appointment shall be furnished to both the parties

143 The arbitration shall be conducted in accordance with the provisions of the Arbitration amp Conciliation Act 1996 or any statutory modification thereof

144 Arbitration(s) shall give reasoned award

145 The decision of the majority of the arbitrators shall be final and binding upon the parties The expenses of the arbitration shall be paid as may be determined by the arbitrators The arbitrators may from time to time with the consent of all the parties enlarge the time for making the award In the event of any of the aforesaid arbitrators dying neglecting resigning of being unable to act for any reason it will be lawful for the party concerned to nominate another arbitrator in place of the outgoing arbitrator

146 The arbitrator shall have full powers to review andor revise any decision opinion directions certification or valuation of the Engineer in consonance with the contract

150 APPLICABLE LAW

151 The Contract shall be governed by and interpreted in accordance with the laws in force in India The courts of Rampur BushahrShimla shall have exclusive jurisdiction in all matters arising under the Contract

160 NOTICES

Any notice given by one party to the other pursuant to this Contract shall be sent to the other party in writing or by cable telex or facsimile and confirmed in writing to the other partys address specified in NITNIQ

A notice shall be effective when delivered or on the notices effective date whichever is later

17 CORRESPONDENCE(i) All correspondence related to this contract before award of the contract shall

be addressed to DGM Procurement amp Contract Deptt NJHPS SJVN Ltd Jhakri Distt Shimla (HP) PIN- 172201 PH No 0091-1782-275794 Fax No 0091-1782-234049

(ii) All the correspondences after award of the contract shall be addressed to DGM(ITampCPSSM) NJHPS SJVN Ltd Jhakri

18 Engineer in Charge (EIC)DGM (ITampCPSSM) NJHPS SJVN Ltd Jhakri shall be the EIC of this work The material shall be drawn by EIC from store for the installation

19 CONSIGNEEThe Goods under this Contract shall be dispatched to the Consignee at the following address-

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 7 of 7

Manager (OampM Stores)Nathpa Jhakri Hydro Power Station SJVN Ltd Jhakri Distt Shimla (HP)Pin-172201 (INDIA)Phone No 0091-1782-275041 Fax No 0091-1782-234049

20 The material is to transported through ldquoRegistered Common Carrierrdquo only (Registered Common Carrier mean the carrier registered with a State Transport Authority or a Regional Transport Authority)

21 TESTING amp INSPECTIONInspection of material supplied against this supply order shall be carried out by EIC or his authorized representative at project stores Jhakri on receipt of material amp subsequently after successful installation testing amp commissioning at site

THE SECOND SCHEDULE TO THE RESERVE BANK OF INDIA ACT 1934

[Sections 2(e) and 42]

SCHEDULED BANKS

STATE CO-OPERATIVE BANKS Andhra Pradesh State Co-operative Bank Ltd Hyderabad Bihar State Co-operative Bank Ltd Bihar Goa State Co-operative Bank Ltd Panaji Gujarat State Co-operative Bank Ltd Ahmedabad Haryana State Co-operative Apex Bank Ltd Chandigarh Karnataka State Co-operative Apex Bank Ltd Bangalore Kerala State Co-operative Bank Ltd Thiruvananthapuram Madhya Pradesh Rajya Sahakari Bank Maryadit Bhopal Maharashtra State Co-operative Bank Ltd Mumbai Orissa State Co-operative Bank Ltd Bhubaneswar Pondicherry State Co-operative Bank Ltd Pondicherry Punjab State Co-operative Bank Ltd Chandigarh Rajasthan State Co-operative Bank Ltd Jaipur Tamil Nadu State Apex Co-operative Bank Ltd Chennai Uttar Pradesh Co-operative Bank Ltd Lucknow West Bengal State Co-operative Bank Ltd Kolkata

Urban Co-operative Banks

A P Mahesh Co-operative Urban Bank Ltd Hyderabad Abhyudaya Co-operative Bank Ltd Mumbai Ahmedabad Mercantile Co-operative Bank Ltd Ahmedabad Akola Janata Commercial Co-operative Bank Ltd Akola Amanath Co-operative Bank Ltd Bangalore Bassein Catholic Co-operative Bank Limited Vasai Bharat Co-operative Bank (Mumbai) Ltd Mumbai Bharati Sahakari Bank Ltd Pune Bombay Mercantile Co-operative Bank Limited Mumbai Charminar Co-operative Urban Bank Ltd Hyderabad Citizen Credit Co-operative Bank Ltd Mumbai Dombivli Nagari Sahakari Bank Ltd Dombivli Greater Bombay Co-operative Bank Limited Mumbai Indian Mercantile Co-operative Bank Ltd Lucknow Jalgaon Janata Sahakari Bank Ltd Jalgaon Janakalyan Sahakari Bank Ltd Mumbai Janalaxmi Cooperative Bank Ltd Nashik Janata Sahakari Bank Ltd Pune Kallappanna Awade Ichalkaranji Janata Sahakari Bank Ltd Ichalkaranji Kalupur Commercial Co-operative Bank Ltd Ahmedabad Kalyan Janata Sahakari Bank Ltd Kalyan Kapol Cooperative Bank Ltd Mumbai Karad Urban Co-operative Bank Ltd Karad Madhavapura Mercantile Co-operative Bank Ltd Ahmedabad Mahanagar Co-operative Bank Ltd Mumbai Mapusa Urban Co-operative Bank of Goa Ltd Mapusa Mehsana Urban Co-operative Bank Ltd Mehsana N K G S B Co-operative Bank Ltd Mumbai Nagar Urban Co-operative Bank Ltd Ahmednagar Nagpur Nagrik Sahakari Bank Ltd Nagpur New India Co-operative Bank Ltd Mumbai Nutan Nagrik Sahakari Bank Ltd Ahmedabad Parsik Janata Sahakari Bank Ltd Thane Pravara Sahakari Bank Ltd Loni Punjab amp Maharashtra Co-operative Bank Ltd Mumbai Rajkot Nagrik Sahakari Bank Ltd Rajkot Rupee Co-operative Bank Ltd Pune Sangli Urban Co-operative Bank Ltd Sangli Saraswat Co-operative Bank Ltd Mumbai Sardar Bhiladwala Pardi Peoples Co-operative Bank Ltd Killa Pardi Shikshak Sahakari Bank Ltd Nagpur Solapur Janata Sahakari Bank Ltd Solapur Surat Peoples Co-operative Bank Ltd Surat Thane Bharat Sahakari Bank Ltd Thane Thane Janata Sahakari Bank Ltd Thane The Akola Urban Co-operative Bank Ltd Akola The Cosmos Co-operative Bank Ltd Pune The Goa Urban Co-operative Bank Ltd Panaji The Khamgaon Urban Co-operative Bank Ltd Khamgaon The Nasik Merchants Co-operative Bank Ltd Nasik The Shamrao Vithal Co-operative Bank Ltd Mumbai The Zoroastrian Co-operative Bank Ltd Mumbai Vasavi Co-operative Urban Bank Limited Hyderabad

SBI AND ASSOCIATES State Bank of India State Bank of Bikaner amp Jaipur State Bank of Hyderabad State Bank of Indore State Bank of Mysore State Bank of Patiala State Bank of Saurashtra State Bank of Travancore

NATIONALISED BANKS

Allahabad Bank Andhra Bank Bank of Baroda Bank of India Bank of Maharashtra Canara Bank Central Bank of India Corporation Bank Dena Bank Indian Bank Indian Overseas Bank Oriental Bank of Commerce Punjab National Bank Punjab and Sind Bank Syndicate Bank UCO Bank Union Bank of India United Bank of India Vijaya Bank

OTHER PUBLIC SECTOR BANKS

Industrial Development Bank of India Ltd

PRIVATE SECTOR BANKS Bank of Rajasthan Ltd Catholic Syrian Bank Ltd City Union Bank Ltd Development Credit Bank Ltd Dhanalakshmi Bank Ltd Federal Bank Ltd HDFC Bank Ltd ICICI Bank Ltd IndusInd Bank Ltd ING Vysya Bank Ltd Jammu and Kashmir Bank Ltd Karnataka Bank Ltd Karur Vysya Bank Ltd Kotak Mahindra Bank Ltd Lakshmi Vilas Bank Ltd Nainital Bank Ltd Ratnakar Bank Ltd SBI Commercial International Bank Ltd South Indian Bank Ltd Tamilnad Mercantile Bank Ltd Axis Bank Ltd Yes Bank Ltd

FOREIGN BANKS ABN Amro Bank NV Abu Dhabi Commercial Bank Ltd American Express Banking Corporation Antwerp Diamond Bank NV Arab Bangladesh Bank Bank International Indonesia Bank of America Bank of Bahrain and Kuwait BSC Bank of Ceylon Bank of Nova Scotia Bank of Tokyo ndash Mitsubishi Ltd Barclays Bank Plc BNP Paribas China Trust Commercial Bank Shinhan Bank Citi Bank NA Calyon Bank Deutsche Bank DBS Bank Ltd The Hongkong and Shanghai Banking Corporation Ltd JP Morgan Chase Bank NA Krung Thai Bank Public Company Ltd Mashreq Bank psc Mizuho Corporate Bank Ltd Oman International Bank SAOG Societe Generale Sonali Bank Standard Chartered Bank State Bank of Mauritius Ltd

GRAMIN BANKS Andhra Pradesh Grameen Vikas Bank Warangal (Andhra Pradesh) Andhra Pragathi Grameena Bank Kadapa (Andhra Pradesh) Aryavart Gramin Bank Lucknow (Uttar Pradesh) Arunachal Pradesh Rural Bank Naharlagun (Arunachal Pradesh) Assam Gramin Vikas Bank Guwahati (Assam) Baitarani Gramya Bank Baripada (Orissa) Ballia Kshetriya Gramin Bank Ballia (Uttar Pradesh) Bangiya Gramin Vikash Bank Berhampore (West Bengal) Baroda Gujarat Gramin Bank Bharuch (Gujarat) Baroda Rajasthan Gramin Bank Ajmer (Rajasthan) Baroda Uttar Pradesh Gramin Bank Rae Bareli (Uttar Pradesh) Bihar Kshetriya Gramin Bank Monghyr (Bihar) Cauvery Kalpatharu Grameena Bank Mysore (Karnataka) Chaitanya Godavari Grameena Bank (Andhra Pradesh) Chhattisgarh Gramin Bank Raipur (Chhattisgarh) Chikmagalur-Kodaga Grameena Bank Chikmagalur (Karnataka) Deccan Grameena Bank Dilsukhnagar (Hyderabad) Dena Gujarat Gramin Bank Gandhinagar (Gujarat) Durg-Rajnandgaon Gramin Bank Rajnandgaon (Chhattisgarh) Ellaquai Dehati Bank Srinagar (Jammu and Kashmir) Etawah Kshetriya Gramin Bank Etawah (Uttar Pradesh) Faridkot Bhatinda Kshetriya Gramin Bank Bhatinda (Punjab) Gurgaon Gramin Bank Gurgaon (Haryana) Hadoti Kshetriya Gramin Bank Kota (Rajasthan) Haryana Gramin Bank Rohtak (Haryana) Himachal Gramin Bank Mandi (Himachal Pradesh) Jaipur Thar Gramin Bank Jaipur (Rajasthan) Jammu Rural Bank Jammu Jhabua-Dhar Kshetriya Gramin Bank Jhabua (Madhya Pradesh) Jharkhand Gramin Bank Ranchi (Jharkhand) Kalinga Gramya Bank Cuttack (Orissa) Kamraz Rural Bank Sopore (Jammu and Kashmir) Karnatka Vikas Gramin Bank Dharwad (Karnataka) Kashi Gomti Samyut Gramin Bank Varanasi (Uttar Pradesh) Khasi J Bank Shillong (Meghalaya) Krishna Grameena Bank Gulbarga (Karnataka) Kshetriya Kisan Gramin Bank Mainpuri (Uttar Pradesh) Langpi Dehangi Rural Bank Dhiphu (Assam) Lucknow Kshetriya Gramin Bank Sitapur (Uttar Pradesh) Madhya Bharath Gramin Bank Sagar (Madhya Pradesh) Madhya Bihar Gramin Bank Patna (Bihar) Mahakaushal Kshetriya Gramin Bank Jabalpur (Madhya Pradesh) Maharashtra Godavari Gramin Bank (Maharashtra) Malwa Gramin Bank Sangrur (Punjab) Marwar Ganganagar Bikaner Gramin Bank Pali (Rajasthan) Manipur Rural Bank Imphal (Manipur) Marathwada Gramin Bank Nanded (Maharashtra) Mewar Aanchalik Gramin Bank Udaipur (Rajasthan) Mizoram Rural Bank Aizawl (Mizoram) Nagaland Rural Bank Kohima (Nagaland) Nainital Almora Kshetriya Gramin Bank Nainital (Uttaranchal) Narmada Malwa Gramin Bank Indore (Madhya Pradesh) Neelachal Gramya Bank (Orissa) North Malabar Gramin Bank Kannur (Kerala) Pallavan Grama Bank Salem (Tamil Nadu)

Pandyan Grama Bank Virudhunagar (Tamil Nadu) Paschim Banga Gramin Bank Howrah (West Bengal) Parvatiya Gramin Bank Chamba (Himachal Pradesh) Pragathi Gramin Bank Bellary (Karnataka) Prathama Bank Moradabad (Uttar Pradesh) Puduvai Bharthiar Grama Bank (Pondicherry) Punjab Gramin Bank Kapurthala (Punjab) Purvanchal Gramin Bank Gorakhpur (Uttar Pradesh) Rajasthan Gramin Bank Alwar (Rajasthan) Ratnagiri Sindhudurg Gramin Bank Ratnagiri (Maharashtra) Rewa-Sidhi Gramin Bank Rewa (Madhya Pradesh) Rushikulya Gramya Bank Berhampur (Orissa) Samastipur Kshetriya Gramin Bank Samastipur (Bihar) Saptagiri Grameena Bank Chitoor (Andhra Pradesh) Sarva UP Gramin Bank (Uttar Pradesh) Satpura Narmada Kshetriya Gramin Bank Chhindwara (Madhya Pradesh) Saurashtra Gramin Bank Rajkot (Gujarat) Sharda Gramin Bank Satna (MP) Shreyas Gramin Bank Aligarh (Uttar Pradesh) Solapur Gramin Bank Solapur (Maharashtra) South Malabar Gramin Bank (Kerala) Surguja Kshetriya Gramin Bank Ambikapur (Chhattisgarh) Tripura Gramin Bank Agartala (Tripura) Triveni Kshetriya Gramin Bank Orai (Uttar Pradesh) Utkal Gramya Bank Bolangir (Orissa) Uttaranchal Gramin Bank Dehradun (Uttaranchal) Uttar Banga Kshetriya Gramin Bank Cooch-Behar (West Bengal) Uttar Bihar Kshetriya Gramin Bank Muzaffarpur (Bihar) Vananchal Gramin Bank Dhumka (Jharkhand) Vidharbha Kshetriya Gramin Bank Akola (Maharashtra) Vidisha-Bhopal Kshetriya Gramin Bank Vidisha (Masdhya Pradesh) Visveshwaraya Grameen Bank Mandya (Karnataka) Wainganga Kshetriya Gramin Bank Chandrapur (Maharashtra)

  • 101910JPG
  • 101934JPG
  • 101945JPG
  • 101956JPG
  • 102006JPG
  • NIQpdf
  • PQR2pdf
  • BOQ Audio-Videopdf
  • Technical Specificationspdf
  • ITB3pdf
  • GCC6pdf
  • Listofscheduledbankpdf
    • PRE QUALIFICATION CRITERIA

      PPR-NJHPS-1163 (OampM)2014

      Qualifying requirement for ldquoSupply Installation amp Testing of AudioVideo Equipments for Conference Room of New Office Building of NJHPS SJVN Ltd Jhakrirdquo

      (A) Proven Experience

      10 The bidder should be a regular contractor for ldquoSupply Installation amp Testing of AudioVideo Equipmentsrdquo The bidder must submit the supporting documents (LOAs work orders agreements for the similar work along with the satisfactory completion certificate) to this effect from their clients In the case LOAs work orders agreements are from the private company (ies) firm (s) then copy (ies) of TDS for the same are also need to be submitted along with the satisfactory completion certificate

      20 The bidder should have completed such type of job in the past

      (B) Financial Requirement

      10 Financial Requirement The Bidder must have an average annual financial turn over of ` 1097615 (Rupees Ten Lacs Ninety Seven Thousand Six Hundred Fifteen only) during last three years ending 31st March of previous financial year

      20 The Bidder should have successfully completed the similar work as per any of the following criteria during last 7 years ending last day of month previous to one in which applications are invited

      (a) The Bidder should have carried out the 3 similar works valuing not less than ` 14 63487- (Rupees Fourteen Lacs Sixty Three Thousand Four Hundred Eighty Seven only) each

      Or

      (b) 2 similar completed works valuing not less than ` 18 29359- (Rupees Eighteen Lacs Twenty Nine Thousand Three Hundred Fifty Nine only) each

      Or

      (c) 1 similar completed work valuing not less than ` 29 26974- (Rupees Twenty Nine Lacs Twenty Six Thousand Nine Hundred Seventy Four only)

      Note Similar work means work related to Supply Installation amp Testing of AudioVideo Equipments

      The bidder must submit the supporting documents (LOAs work orders agreements for the similar work along with the satisfactory completion certificate) to this effect from their clients In the case LOAs work orders agreements are from the private company (ies) firm (s) then copy (ies) of TDS for the same are also need to be submitted along with the satisfactory completion certificate

      (C) General Conditions of Prequalification

      1 Bidder must furnish Code number photocopies for PAN Sales tax VATTIN amp Service Tax (If applicable) etc

      2 SJVN Ltd reserves the right to cancel withdraw the invitation for bid without assigning any reason and shall bear no liability whatsoever consequent upon such a decision

      3 Notwithstanding anything stated above SJVN Ltd reserves the right to assess the Bidderrsquos capability and capacity to perform the contract satisfactorily should the circumstances warrant such assessment in the overall interest of SJVN Ltd

      4 Price bid of only those bidders shall be opened who qualify based on the specified qualifying requirements after Scrutiny of details documents furnished by them and found to be techno- commercial responsive

      SJVN Ltd

      Annexure-I

      Under Taking From Bidder

      Bidderrsquos Name amp Address

      11 We are qualified under clause (A) amp (C) of the qualifying requirements (any qualifying requirements which bidder does not meet shall be mentioned in the separate sheet)

      12 We are regular contractor for Supply Installation amp Testing of AudioVideo Equipments

      13 We confirm having carried out following contracts for similar nature of job related to Supply Installation amp Testing of AudioVideo Equipments

      Name and Address of Client

      Details of work executed

      Order No amp Date

      Date of Completion

      Order Value

      Copy of order Enclosed

      These details are to be furnished in Schedule-5 of Techno commercial part of the bid

Page 18: PPR-NJHPS-1163 NOTICE INVITING TENDER (Domestic ...sjvn.nic.in/writereaddata/Portal/Tender/179_1/1_Tender_Doc1163.pdf · certificate) to this effect from their clients. In the case

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 2 of 7

24 The performance security will be discharged by the Owner and returned to the Contractor not later than sixty (60) days after expiry of Warranty and ContractSupport period

25 NSIC MSE registered firms are not exempted from the submission of the CPG

26 The interest 155 shall be charged on delay period for breach in timely submission of CPGInitial Security Deposit without prejudice to right of SJVN to other remedies available under the contract

30 PACKING AND FORWARDING 31 The bidder shall provide such packing to the goods as is required to prevent

damage or deterioration during transit to their final destination at Jhakri

40 INSURANCEThe goods to be supplied under the scope of the work shall be insured for all risks by the contractor till it is delivered installed amp commissioned at NJHPS SJVN Ltd Jhakri

50 GUARANTEWARRANTY

The material under the scope of this contract will be warranted against any manufacturing defects poor workmanship and the consumablematerial used for maximum of 12 months from the date of successful installation amp commissioning In case of any problem within the warranty period due to manufacturing defects their performance poor workmanship and the consumablematerial used arises the same will be rectifiedreplaced free of cost at site by the supplier within fortnight of such notification by the EIC as necessary

60 FORCE MEAJEURE

61 The firm shall not be liable for loss or damage to SJVN resulting from any delays or failure to make shipment to Nathpa site within schedule time for all or any part of the item due to the act of God war declared or undeclared acts of public enemy riots civil commotion invasion insurrection sabotage acts of restraint of Government federal state or municipal action or regulation fire flood hurricanes accidents epidemic quarantine restrictions or any failure on the part of the Owner or his representative to approve or comments on drawings or other causes contingencies or circumstances not subject to their control whether of a similar or dissimilar nature which prevents the Contractor from completion of work Any such cause or delays even though not existing on the date of the contract on or the date of start of reclaiming shall extend the time of performance automatically by length of delays occasioned thereby including delay reasonably incidental to the resumption of normal reclamation work even though such case may occur after performance of firmrsquos obligation has been delayed for the other causes

62 If a Force Majeure situation arises the Contractor shall promptly notify the Owner in writing of such condition and the cause thereof Unless otherwise directed by the Owner in writing the Contractor shall continue to perform its obligations under the Contract as far as is reasonably practical and shall seek

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 3 of 7

all reasonable alternative means for performance not prevented by the Force Majeure event

70 PAYMENT TERMS The payment to the bidder will be made as under after submission of all the required documents acceptable to SJVN Ltd-

A The Seventy percent (70) payment (including 100 taxes amp duties) shall bemade within 30 days after receipt of the material at NJHPS SJVN Ltd Jhakriand on submission of followings documents to consignee

(i) Bills in triplicate(ii) Photocopy of unconditional acceptance of Letter of Award(iii) Inspection Report issued by the EIC or his representative (The

inspection of supplied material shall be carried out at store NJHPS Jhakri

(iv) Copy of CPG as per clause no 20(v) Copy of TIN No

B Balance thirty percent (30) payment shall be made within 30 days after completion of work and on submission of followings documents in bound folder to the consignee-

(i) Bills in triplicate(ii) GuaranteeWarranty Certificate(iii) Completion certificate issued by EIC that the material has been

successfully installed amp commissioned(iv) Documents asked as per clause 12 of General Technical Terms ans

ConditionsC The payment shall be released through electronic fund transfer and hence you

are requested to give your bank account detail along with IFSCRTGS code of your bank branch The required detail is to be filled in ldquoSchedule-3-Bank Account Detailrdquo Bank charges if any shall be borne by you The details to be submitted in the schedule as enclosed

DAs per SJVN Ltd policy no advance payment can be given

E The service tax shall be paid by the SJVN bidder as per service tax notification no 302012 dated 20062012 The service tax is to mentioned separately in price schedules amp same shall be reimbursed on submission of following information along with the bills-

(I) Name Address amp Contact Details (Tel no etc) of the Service Provider (II) Service Tax Number of the Service Provider(III) PAN of the Service Provider(IV) Service Tax Invoice Number(V) Gross amount of services(VI) Service Tax amount

80 WORK COMPLETION SCHEDULEThe basic consideration and the essence of the Contract shall be the strict adherence to the Work Completion Schedule Entire scope of work should be completed within 90 days from the issue of Supply Order

90 LIQUIDATED DAMAGES

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 4 of 7

91 If the Supplier fails to complete the work within the period(s) specified in the Contract the Owner shall without prejudice to its other remedies under the Contract deduct from the Contract Price as Liquidated Damages as specified here in below

92 The Liquidated Damage for delay in completion of work(Supply Installation amp Commissioning) beyond the maximum completion schedule as stipulated at clause 80 above shall be frac12 (Half percent) per week or part thereof of the total contract value The total amount of Liquidated Damages for delay under the Contract will be subject to a maximum of five percent (5) of the total Contract price

93 Amount of Liquidated Damage shall be payable by the Supplier whenever demanded by the Owner and or Owner can recover the amount of liquidated Damages (to the extent leviable at any time) from the amount payable to the Supplier available with Owner under this Contract

94 Supplierrsquos obligations and the Ownerrsquos remedies in respect of delay are solely and exclusively as stated in this Liquidated Damages clause subject to provisions of Clause 120 and consequence thereof

100 TERMINATION OF CONTRACT ON CONTRACTORS DEFAULTThe Owner without prejudice to any other remedy for breach of Contract by written notice of default sent to the Contractor may terminate this Contract in whole or in part

a) if the Contractor fails to complete any part of all the work or all of the Goods within the period(s) specified in the Contract or within any extension thereof granted by the Owner

b) if the Contractor fails to perform any other obligation(s) under the Contract

c) If the Contractor in the judgment of the Owner has engaged in corrupt or fraudulent practices in competing for or in executing the Contract

101 In the event the Owner terminates the Contract in whole or in part the Owner may procure get repaired upon such terms and in such manner as it deems appropriate Goods or Services similar to those undelivered un-repaired and the Contractor shall be liable to the Owner for any excess costs for such similar Goods or Services However the Contractor shall continue performance of the Contract to the extent not terminated

110 TERMINATION FOR INSOLVENCYThe Owner may at any time terminate the Contract by giving written notice to the Contractor if the Contractor becomes bankrupt or otherwise insolvent In this event termination will be without compensation to the Contractor provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the Owner

120 TERMINATION OF CONTRACT ON OWNERS INITIATIVE

121 The Owner reserves the right to terminate the Contract either in part or in full due to reasons other than those mentioned under clause entitled Contractors

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 5 of 7

Default and Outbreak of War The Owner shall in such an event give seven (7) days notice in writing to the Contractor of his decision to do so

122 The Contractor upon receipt of such notice shall discontinue the work on the date and to the extent specified in the notice make all reasonable efforts to obtain cancellation of all orders and contracts to the Owner stop all further sub-contracting or purchasing activity related to the work terminated and assist the Owner in storage maintenance protection and disposition of the works acquired under the contract by the Owner

123 In the event of such a termination the Contractor shall be paid equitable and reasonable compensation as dictated by the circumstances prevalent at the time of termination

130 SETTLEMENT OF DISPUTES131 Any dispute(s) or difference(s) arising out of or in connection with the Contract

shall to the extent possible in the first instance be resolved amicably between the Contractor and the Ownerrsquos Engineer

132 If any dispute or difference of any kind whatsoever shall arise between the Owner and the Contractor arising out of the Contract for the performance of the Works whether during the progress of the Works or after its completion or whether before or after the termination abandonment or breach of the Contract it shall in the first place be referred to and settled by the Engineer who within a period of ten (10 ) days after being requested by either party to do so shall give written notice of his decision to the Owner and the Contractor

133 Save as hereinafter provided such decision in respect of every matter so referred shall be final and binding upon the parties until the completion of the entire work under the Contract and shall forthwith be given effect to by the Contractor who shall comply with all such decisions with all due diligence whether he or the Owner requires arbitration as hereinafter provided or not

134 If after the Engineer has given written notice of his decision to the parties no claim to arbitration has been communicated to him by either party within ten (10) days from the receipt of such notice the said decision shall become final and binding on the parties

135 In the event of the Engineer failing to notify his decision within ten (10) days after being requested as aforesaid or in the event of either the Owner or the Contractor being dissatisfied with any such decision or within ten (10) days after the expiry of the first mentioned period of ten (10) days as the case may be either party may require by written notice to the other party that the matters in dispute be referred to arbitration as hereinafter provided

140 ARBITRATION

141 All disputes or differences in respect of which the decision if any of the Engineer has not become final or binding as aforesaid shall be settled by arbitration in the manner hereinafter provided

142 In the event of the Contractor that is to say a citizen andor a permanent resident of India a firm or a company duly registered or incorporated in India the arbitration shall be conducted by three arbitrators one each to be nominated

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 6 of 7

by the contractor and the Owner and the third to be named by the President of Institution of Engineers India If either of the parties fails to appoint its arbitrator within thirty (30) days after receipt of a notice from the other party invoking the arbitration clause the President of the Institution of Engineers India shall have the power at the request of either of the parties to appoint the arbitrators A certified copy of the said President making such an appointment shall be furnished to both the parties

143 The arbitration shall be conducted in accordance with the provisions of the Arbitration amp Conciliation Act 1996 or any statutory modification thereof

144 Arbitration(s) shall give reasoned award

145 The decision of the majority of the arbitrators shall be final and binding upon the parties The expenses of the arbitration shall be paid as may be determined by the arbitrators The arbitrators may from time to time with the consent of all the parties enlarge the time for making the award In the event of any of the aforesaid arbitrators dying neglecting resigning of being unable to act for any reason it will be lawful for the party concerned to nominate another arbitrator in place of the outgoing arbitrator

146 The arbitrator shall have full powers to review andor revise any decision opinion directions certification or valuation of the Engineer in consonance with the contract

150 APPLICABLE LAW

151 The Contract shall be governed by and interpreted in accordance with the laws in force in India The courts of Rampur BushahrShimla shall have exclusive jurisdiction in all matters arising under the Contract

160 NOTICES

Any notice given by one party to the other pursuant to this Contract shall be sent to the other party in writing or by cable telex or facsimile and confirmed in writing to the other partys address specified in NITNIQ

A notice shall be effective when delivered or on the notices effective date whichever is later

17 CORRESPONDENCE(i) All correspondence related to this contract before award of the contract shall

be addressed to DGM Procurement amp Contract Deptt NJHPS SJVN Ltd Jhakri Distt Shimla (HP) PIN- 172201 PH No 0091-1782-275794 Fax No 0091-1782-234049

(ii) All the correspondences after award of the contract shall be addressed to DGM(ITampCPSSM) NJHPS SJVN Ltd Jhakri

18 Engineer in Charge (EIC)DGM (ITampCPSSM) NJHPS SJVN Ltd Jhakri shall be the EIC of this work The material shall be drawn by EIC from store for the installation

19 CONSIGNEEThe Goods under this Contract shall be dispatched to the Consignee at the following address-

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 7 of 7

Manager (OampM Stores)Nathpa Jhakri Hydro Power Station SJVN Ltd Jhakri Distt Shimla (HP)Pin-172201 (INDIA)Phone No 0091-1782-275041 Fax No 0091-1782-234049

20 The material is to transported through ldquoRegistered Common Carrierrdquo only (Registered Common Carrier mean the carrier registered with a State Transport Authority or a Regional Transport Authority)

21 TESTING amp INSPECTIONInspection of material supplied against this supply order shall be carried out by EIC or his authorized representative at project stores Jhakri on receipt of material amp subsequently after successful installation testing amp commissioning at site

THE SECOND SCHEDULE TO THE RESERVE BANK OF INDIA ACT 1934

[Sections 2(e) and 42]

SCHEDULED BANKS

STATE CO-OPERATIVE BANKS Andhra Pradesh State Co-operative Bank Ltd Hyderabad Bihar State Co-operative Bank Ltd Bihar Goa State Co-operative Bank Ltd Panaji Gujarat State Co-operative Bank Ltd Ahmedabad Haryana State Co-operative Apex Bank Ltd Chandigarh Karnataka State Co-operative Apex Bank Ltd Bangalore Kerala State Co-operative Bank Ltd Thiruvananthapuram Madhya Pradesh Rajya Sahakari Bank Maryadit Bhopal Maharashtra State Co-operative Bank Ltd Mumbai Orissa State Co-operative Bank Ltd Bhubaneswar Pondicherry State Co-operative Bank Ltd Pondicherry Punjab State Co-operative Bank Ltd Chandigarh Rajasthan State Co-operative Bank Ltd Jaipur Tamil Nadu State Apex Co-operative Bank Ltd Chennai Uttar Pradesh Co-operative Bank Ltd Lucknow West Bengal State Co-operative Bank Ltd Kolkata

Urban Co-operative Banks

A P Mahesh Co-operative Urban Bank Ltd Hyderabad Abhyudaya Co-operative Bank Ltd Mumbai Ahmedabad Mercantile Co-operative Bank Ltd Ahmedabad Akola Janata Commercial Co-operative Bank Ltd Akola Amanath Co-operative Bank Ltd Bangalore Bassein Catholic Co-operative Bank Limited Vasai Bharat Co-operative Bank (Mumbai) Ltd Mumbai Bharati Sahakari Bank Ltd Pune Bombay Mercantile Co-operative Bank Limited Mumbai Charminar Co-operative Urban Bank Ltd Hyderabad Citizen Credit Co-operative Bank Ltd Mumbai Dombivli Nagari Sahakari Bank Ltd Dombivli Greater Bombay Co-operative Bank Limited Mumbai Indian Mercantile Co-operative Bank Ltd Lucknow Jalgaon Janata Sahakari Bank Ltd Jalgaon Janakalyan Sahakari Bank Ltd Mumbai Janalaxmi Cooperative Bank Ltd Nashik Janata Sahakari Bank Ltd Pune Kallappanna Awade Ichalkaranji Janata Sahakari Bank Ltd Ichalkaranji Kalupur Commercial Co-operative Bank Ltd Ahmedabad Kalyan Janata Sahakari Bank Ltd Kalyan Kapol Cooperative Bank Ltd Mumbai Karad Urban Co-operative Bank Ltd Karad Madhavapura Mercantile Co-operative Bank Ltd Ahmedabad Mahanagar Co-operative Bank Ltd Mumbai Mapusa Urban Co-operative Bank of Goa Ltd Mapusa Mehsana Urban Co-operative Bank Ltd Mehsana N K G S B Co-operative Bank Ltd Mumbai Nagar Urban Co-operative Bank Ltd Ahmednagar Nagpur Nagrik Sahakari Bank Ltd Nagpur New India Co-operative Bank Ltd Mumbai Nutan Nagrik Sahakari Bank Ltd Ahmedabad Parsik Janata Sahakari Bank Ltd Thane Pravara Sahakari Bank Ltd Loni Punjab amp Maharashtra Co-operative Bank Ltd Mumbai Rajkot Nagrik Sahakari Bank Ltd Rajkot Rupee Co-operative Bank Ltd Pune Sangli Urban Co-operative Bank Ltd Sangli Saraswat Co-operative Bank Ltd Mumbai Sardar Bhiladwala Pardi Peoples Co-operative Bank Ltd Killa Pardi Shikshak Sahakari Bank Ltd Nagpur Solapur Janata Sahakari Bank Ltd Solapur Surat Peoples Co-operative Bank Ltd Surat Thane Bharat Sahakari Bank Ltd Thane Thane Janata Sahakari Bank Ltd Thane The Akola Urban Co-operative Bank Ltd Akola The Cosmos Co-operative Bank Ltd Pune The Goa Urban Co-operative Bank Ltd Panaji The Khamgaon Urban Co-operative Bank Ltd Khamgaon The Nasik Merchants Co-operative Bank Ltd Nasik The Shamrao Vithal Co-operative Bank Ltd Mumbai The Zoroastrian Co-operative Bank Ltd Mumbai Vasavi Co-operative Urban Bank Limited Hyderabad

SBI AND ASSOCIATES State Bank of India State Bank of Bikaner amp Jaipur State Bank of Hyderabad State Bank of Indore State Bank of Mysore State Bank of Patiala State Bank of Saurashtra State Bank of Travancore

NATIONALISED BANKS

Allahabad Bank Andhra Bank Bank of Baroda Bank of India Bank of Maharashtra Canara Bank Central Bank of India Corporation Bank Dena Bank Indian Bank Indian Overseas Bank Oriental Bank of Commerce Punjab National Bank Punjab and Sind Bank Syndicate Bank UCO Bank Union Bank of India United Bank of India Vijaya Bank

OTHER PUBLIC SECTOR BANKS

Industrial Development Bank of India Ltd

PRIVATE SECTOR BANKS Bank of Rajasthan Ltd Catholic Syrian Bank Ltd City Union Bank Ltd Development Credit Bank Ltd Dhanalakshmi Bank Ltd Federal Bank Ltd HDFC Bank Ltd ICICI Bank Ltd IndusInd Bank Ltd ING Vysya Bank Ltd Jammu and Kashmir Bank Ltd Karnataka Bank Ltd Karur Vysya Bank Ltd Kotak Mahindra Bank Ltd Lakshmi Vilas Bank Ltd Nainital Bank Ltd Ratnakar Bank Ltd SBI Commercial International Bank Ltd South Indian Bank Ltd Tamilnad Mercantile Bank Ltd Axis Bank Ltd Yes Bank Ltd

FOREIGN BANKS ABN Amro Bank NV Abu Dhabi Commercial Bank Ltd American Express Banking Corporation Antwerp Diamond Bank NV Arab Bangladesh Bank Bank International Indonesia Bank of America Bank of Bahrain and Kuwait BSC Bank of Ceylon Bank of Nova Scotia Bank of Tokyo ndash Mitsubishi Ltd Barclays Bank Plc BNP Paribas China Trust Commercial Bank Shinhan Bank Citi Bank NA Calyon Bank Deutsche Bank DBS Bank Ltd The Hongkong and Shanghai Banking Corporation Ltd JP Morgan Chase Bank NA Krung Thai Bank Public Company Ltd Mashreq Bank psc Mizuho Corporate Bank Ltd Oman International Bank SAOG Societe Generale Sonali Bank Standard Chartered Bank State Bank of Mauritius Ltd

GRAMIN BANKS Andhra Pradesh Grameen Vikas Bank Warangal (Andhra Pradesh) Andhra Pragathi Grameena Bank Kadapa (Andhra Pradesh) Aryavart Gramin Bank Lucknow (Uttar Pradesh) Arunachal Pradesh Rural Bank Naharlagun (Arunachal Pradesh) Assam Gramin Vikas Bank Guwahati (Assam) Baitarani Gramya Bank Baripada (Orissa) Ballia Kshetriya Gramin Bank Ballia (Uttar Pradesh) Bangiya Gramin Vikash Bank Berhampore (West Bengal) Baroda Gujarat Gramin Bank Bharuch (Gujarat) Baroda Rajasthan Gramin Bank Ajmer (Rajasthan) Baroda Uttar Pradesh Gramin Bank Rae Bareli (Uttar Pradesh) Bihar Kshetriya Gramin Bank Monghyr (Bihar) Cauvery Kalpatharu Grameena Bank Mysore (Karnataka) Chaitanya Godavari Grameena Bank (Andhra Pradesh) Chhattisgarh Gramin Bank Raipur (Chhattisgarh) Chikmagalur-Kodaga Grameena Bank Chikmagalur (Karnataka) Deccan Grameena Bank Dilsukhnagar (Hyderabad) Dena Gujarat Gramin Bank Gandhinagar (Gujarat) Durg-Rajnandgaon Gramin Bank Rajnandgaon (Chhattisgarh) Ellaquai Dehati Bank Srinagar (Jammu and Kashmir) Etawah Kshetriya Gramin Bank Etawah (Uttar Pradesh) Faridkot Bhatinda Kshetriya Gramin Bank Bhatinda (Punjab) Gurgaon Gramin Bank Gurgaon (Haryana) Hadoti Kshetriya Gramin Bank Kota (Rajasthan) Haryana Gramin Bank Rohtak (Haryana) Himachal Gramin Bank Mandi (Himachal Pradesh) Jaipur Thar Gramin Bank Jaipur (Rajasthan) Jammu Rural Bank Jammu Jhabua-Dhar Kshetriya Gramin Bank Jhabua (Madhya Pradesh) Jharkhand Gramin Bank Ranchi (Jharkhand) Kalinga Gramya Bank Cuttack (Orissa) Kamraz Rural Bank Sopore (Jammu and Kashmir) Karnatka Vikas Gramin Bank Dharwad (Karnataka) Kashi Gomti Samyut Gramin Bank Varanasi (Uttar Pradesh) Khasi J Bank Shillong (Meghalaya) Krishna Grameena Bank Gulbarga (Karnataka) Kshetriya Kisan Gramin Bank Mainpuri (Uttar Pradesh) Langpi Dehangi Rural Bank Dhiphu (Assam) Lucknow Kshetriya Gramin Bank Sitapur (Uttar Pradesh) Madhya Bharath Gramin Bank Sagar (Madhya Pradesh) Madhya Bihar Gramin Bank Patna (Bihar) Mahakaushal Kshetriya Gramin Bank Jabalpur (Madhya Pradesh) Maharashtra Godavari Gramin Bank (Maharashtra) Malwa Gramin Bank Sangrur (Punjab) Marwar Ganganagar Bikaner Gramin Bank Pali (Rajasthan) Manipur Rural Bank Imphal (Manipur) Marathwada Gramin Bank Nanded (Maharashtra) Mewar Aanchalik Gramin Bank Udaipur (Rajasthan) Mizoram Rural Bank Aizawl (Mizoram) Nagaland Rural Bank Kohima (Nagaland) Nainital Almora Kshetriya Gramin Bank Nainital (Uttaranchal) Narmada Malwa Gramin Bank Indore (Madhya Pradesh) Neelachal Gramya Bank (Orissa) North Malabar Gramin Bank Kannur (Kerala) Pallavan Grama Bank Salem (Tamil Nadu)

Pandyan Grama Bank Virudhunagar (Tamil Nadu) Paschim Banga Gramin Bank Howrah (West Bengal) Parvatiya Gramin Bank Chamba (Himachal Pradesh) Pragathi Gramin Bank Bellary (Karnataka) Prathama Bank Moradabad (Uttar Pradesh) Puduvai Bharthiar Grama Bank (Pondicherry) Punjab Gramin Bank Kapurthala (Punjab) Purvanchal Gramin Bank Gorakhpur (Uttar Pradesh) Rajasthan Gramin Bank Alwar (Rajasthan) Ratnagiri Sindhudurg Gramin Bank Ratnagiri (Maharashtra) Rewa-Sidhi Gramin Bank Rewa (Madhya Pradesh) Rushikulya Gramya Bank Berhampur (Orissa) Samastipur Kshetriya Gramin Bank Samastipur (Bihar) Saptagiri Grameena Bank Chitoor (Andhra Pradesh) Sarva UP Gramin Bank (Uttar Pradesh) Satpura Narmada Kshetriya Gramin Bank Chhindwara (Madhya Pradesh) Saurashtra Gramin Bank Rajkot (Gujarat) Sharda Gramin Bank Satna (MP) Shreyas Gramin Bank Aligarh (Uttar Pradesh) Solapur Gramin Bank Solapur (Maharashtra) South Malabar Gramin Bank (Kerala) Surguja Kshetriya Gramin Bank Ambikapur (Chhattisgarh) Tripura Gramin Bank Agartala (Tripura) Triveni Kshetriya Gramin Bank Orai (Uttar Pradesh) Utkal Gramya Bank Bolangir (Orissa) Uttaranchal Gramin Bank Dehradun (Uttaranchal) Uttar Banga Kshetriya Gramin Bank Cooch-Behar (West Bengal) Uttar Bihar Kshetriya Gramin Bank Muzaffarpur (Bihar) Vananchal Gramin Bank Dhumka (Jharkhand) Vidharbha Kshetriya Gramin Bank Akola (Maharashtra) Vidisha-Bhopal Kshetriya Gramin Bank Vidisha (Masdhya Pradesh) Visveshwaraya Grameen Bank Mandya (Karnataka) Wainganga Kshetriya Gramin Bank Chandrapur (Maharashtra)

  • 101910JPG
  • 101934JPG
  • 101945JPG
  • 101956JPG
  • 102006JPG
  • NIQpdf
  • PQR2pdf
  • BOQ Audio-Videopdf
  • Technical Specificationspdf
  • ITB3pdf
  • GCC6pdf
  • Listofscheduledbankpdf
    • PRE QUALIFICATION CRITERIA

      PPR-NJHPS-1163 (OampM)2014

      Qualifying requirement for ldquoSupply Installation amp Testing of AudioVideo Equipments for Conference Room of New Office Building of NJHPS SJVN Ltd Jhakrirdquo

      (A) Proven Experience

      10 The bidder should be a regular contractor for ldquoSupply Installation amp Testing of AudioVideo Equipmentsrdquo The bidder must submit the supporting documents (LOAs work orders agreements for the similar work along with the satisfactory completion certificate) to this effect from their clients In the case LOAs work orders agreements are from the private company (ies) firm (s) then copy (ies) of TDS for the same are also need to be submitted along with the satisfactory completion certificate

      20 The bidder should have completed such type of job in the past

      (B) Financial Requirement

      10 Financial Requirement The Bidder must have an average annual financial turn over of ` 1097615 (Rupees Ten Lacs Ninety Seven Thousand Six Hundred Fifteen only) during last three years ending 31st March of previous financial year

      20 The Bidder should have successfully completed the similar work as per any of the following criteria during last 7 years ending last day of month previous to one in which applications are invited

      (a) The Bidder should have carried out the 3 similar works valuing not less than ` 14 63487- (Rupees Fourteen Lacs Sixty Three Thousand Four Hundred Eighty Seven only) each

      Or

      (b) 2 similar completed works valuing not less than ` 18 29359- (Rupees Eighteen Lacs Twenty Nine Thousand Three Hundred Fifty Nine only) each

      Or

      (c) 1 similar completed work valuing not less than ` 29 26974- (Rupees Twenty Nine Lacs Twenty Six Thousand Nine Hundred Seventy Four only)

      Note Similar work means work related to Supply Installation amp Testing of AudioVideo Equipments

      The bidder must submit the supporting documents (LOAs work orders agreements for the similar work along with the satisfactory completion certificate) to this effect from their clients In the case LOAs work orders agreements are from the private company (ies) firm (s) then copy (ies) of TDS for the same are also need to be submitted along with the satisfactory completion certificate

      (C) General Conditions of Prequalification

      1 Bidder must furnish Code number photocopies for PAN Sales tax VATTIN amp Service Tax (If applicable) etc

      2 SJVN Ltd reserves the right to cancel withdraw the invitation for bid without assigning any reason and shall bear no liability whatsoever consequent upon such a decision

      3 Notwithstanding anything stated above SJVN Ltd reserves the right to assess the Bidderrsquos capability and capacity to perform the contract satisfactorily should the circumstances warrant such assessment in the overall interest of SJVN Ltd

      4 Price bid of only those bidders shall be opened who qualify based on the specified qualifying requirements after Scrutiny of details documents furnished by them and found to be techno- commercial responsive

      SJVN Ltd

      Annexure-I

      Under Taking From Bidder

      Bidderrsquos Name amp Address

      11 We are qualified under clause (A) amp (C) of the qualifying requirements (any qualifying requirements which bidder does not meet shall be mentioned in the separate sheet)

      12 We are regular contractor for Supply Installation amp Testing of AudioVideo Equipments

      13 We confirm having carried out following contracts for similar nature of job related to Supply Installation amp Testing of AudioVideo Equipments

      Name and Address of Client

      Details of work executed

      Order No amp Date

      Date of Completion

      Order Value

      Copy of order Enclosed

      These details are to be furnished in Schedule-5 of Techno commercial part of the bid

Page 19: PPR-NJHPS-1163 NOTICE INVITING TENDER (Domestic ...sjvn.nic.in/writereaddata/Portal/Tender/179_1/1_Tender_Doc1163.pdf · certificate) to this effect from their clients. In the case

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 3 of 7

all reasonable alternative means for performance not prevented by the Force Majeure event

70 PAYMENT TERMS The payment to the bidder will be made as under after submission of all the required documents acceptable to SJVN Ltd-

A The Seventy percent (70) payment (including 100 taxes amp duties) shall bemade within 30 days after receipt of the material at NJHPS SJVN Ltd Jhakriand on submission of followings documents to consignee

(i) Bills in triplicate(ii) Photocopy of unconditional acceptance of Letter of Award(iii) Inspection Report issued by the EIC or his representative (The

inspection of supplied material shall be carried out at store NJHPS Jhakri

(iv) Copy of CPG as per clause no 20(v) Copy of TIN No

B Balance thirty percent (30) payment shall be made within 30 days after completion of work and on submission of followings documents in bound folder to the consignee-

(i) Bills in triplicate(ii) GuaranteeWarranty Certificate(iii) Completion certificate issued by EIC that the material has been

successfully installed amp commissioned(iv) Documents asked as per clause 12 of General Technical Terms ans

ConditionsC The payment shall be released through electronic fund transfer and hence you

are requested to give your bank account detail along with IFSCRTGS code of your bank branch The required detail is to be filled in ldquoSchedule-3-Bank Account Detailrdquo Bank charges if any shall be borne by you The details to be submitted in the schedule as enclosed

DAs per SJVN Ltd policy no advance payment can be given

E The service tax shall be paid by the SJVN bidder as per service tax notification no 302012 dated 20062012 The service tax is to mentioned separately in price schedules amp same shall be reimbursed on submission of following information along with the bills-

(I) Name Address amp Contact Details (Tel no etc) of the Service Provider (II) Service Tax Number of the Service Provider(III) PAN of the Service Provider(IV) Service Tax Invoice Number(V) Gross amount of services(VI) Service Tax amount

80 WORK COMPLETION SCHEDULEThe basic consideration and the essence of the Contract shall be the strict adherence to the Work Completion Schedule Entire scope of work should be completed within 90 days from the issue of Supply Order

90 LIQUIDATED DAMAGES

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 4 of 7

91 If the Supplier fails to complete the work within the period(s) specified in the Contract the Owner shall without prejudice to its other remedies under the Contract deduct from the Contract Price as Liquidated Damages as specified here in below

92 The Liquidated Damage for delay in completion of work(Supply Installation amp Commissioning) beyond the maximum completion schedule as stipulated at clause 80 above shall be frac12 (Half percent) per week or part thereof of the total contract value The total amount of Liquidated Damages for delay under the Contract will be subject to a maximum of five percent (5) of the total Contract price

93 Amount of Liquidated Damage shall be payable by the Supplier whenever demanded by the Owner and or Owner can recover the amount of liquidated Damages (to the extent leviable at any time) from the amount payable to the Supplier available with Owner under this Contract

94 Supplierrsquos obligations and the Ownerrsquos remedies in respect of delay are solely and exclusively as stated in this Liquidated Damages clause subject to provisions of Clause 120 and consequence thereof

100 TERMINATION OF CONTRACT ON CONTRACTORS DEFAULTThe Owner without prejudice to any other remedy for breach of Contract by written notice of default sent to the Contractor may terminate this Contract in whole or in part

a) if the Contractor fails to complete any part of all the work or all of the Goods within the period(s) specified in the Contract or within any extension thereof granted by the Owner

b) if the Contractor fails to perform any other obligation(s) under the Contract

c) If the Contractor in the judgment of the Owner has engaged in corrupt or fraudulent practices in competing for or in executing the Contract

101 In the event the Owner terminates the Contract in whole or in part the Owner may procure get repaired upon such terms and in such manner as it deems appropriate Goods or Services similar to those undelivered un-repaired and the Contractor shall be liable to the Owner for any excess costs for such similar Goods or Services However the Contractor shall continue performance of the Contract to the extent not terminated

110 TERMINATION FOR INSOLVENCYThe Owner may at any time terminate the Contract by giving written notice to the Contractor if the Contractor becomes bankrupt or otherwise insolvent In this event termination will be without compensation to the Contractor provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the Owner

120 TERMINATION OF CONTRACT ON OWNERS INITIATIVE

121 The Owner reserves the right to terminate the Contract either in part or in full due to reasons other than those mentioned under clause entitled Contractors

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 5 of 7

Default and Outbreak of War The Owner shall in such an event give seven (7) days notice in writing to the Contractor of his decision to do so

122 The Contractor upon receipt of such notice shall discontinue the work on the date and to the extent specified in the notice make all reasonable efforts to obtain cancellation of all orders and contracts to the Owner stop all further sub-contracting or purchasing activity related to the work terminated and assist the Owner in storage maintenance protection and disposition of the works acquired under the contract by the Owner

123 In the event of such a termination the Contractor shall be paid equitable and reasonable compensation as dictated by the circumstances prevalent at the time of termination

130 SETTLEMENT OF DISPUTES131 Any dispute(s) or difference(s) arising out of or in connection with the Contract

shall to the extent possible in the first instance be resolved amicably between the Contractor and the Ownerrsquos Engineer

132 If any dispute or difference of any kind whatsoever shall arise between the Owner and the Contractor arising out of the Contract for the performance of the Works whether during the progress of the Works or after its completion or whether before or after the termination abandonment or breach of the Contract it shall in the first place be referred to and settled by the Engineer who within a period of ten (10 ) days after being requested by either party to do so shall give written notice of his decision to the Owner and the Contractor

133 Save as hereinafter provided such decision in respect of every matter so referred shall be final and binding upon the parties until the completion of the entire work under the Contract and shall forthwith be given effect to by the Contractor who shall comply with all such decisions with all due diligence whether he or the Owner requires arbitration as hereinafter provided or not

134 If after the Engineer has given written notice of his decision to the parties no claim to arbitration has been communicated to him by either party within ten (10) days from the receipt of such notice the said decision shall become final and binding on the parties

135 In the event of the Engineer failing to notify his decision within ten (10) days after being requested as aforesaid or in the event of either the Owner or the Contractor being dissatisfied with any such decision or within ten (10) days after the expiry of the first mentioned period of ten (10) days as the case may be either party may require by written notice to the other party that the matters in dispute be referred to arbitration as hereinafter provided

140 ARBITRATION

141 All disputes or differences in respect of which the decision if any of the Engineer has not become final or binding as aforesaid shall be settled by arbitration in the manner hereinafter provided

142 In the event of the Contractor that is to say a citizen andor a permanent resident of India a firm or a company duly registered or incorporated in India the arbitration shall be conducted by three arbitrators one each to be nominated

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 6 of 7

by the contractor and the Owner and the third to be named by the President of Institution of Engineers India If either of the parties fails to appoint its arbitrator within thirty (30) days after receipt of a notice from the other party invoking the arbitration clause the President of the Institution of Engineers India shall have the power at the request of either of the parties to appoint the arbitrators A certified copy of the said President making such an appointment shall be furnished to both the parties

143 The arbitration shall be conducted in accordance with the provisions of the Arbitration amp Conciliation Act 1996 or any statutory modification thereof

144 Arbitration(s) shall give reasoned award

145 The decision of the majority of the arbitrators shall be final and binding upon the parties The expenses of the arbitration shall be paid as may be determined by the arbitrators The arbitrators may from time to time with the consent of all the parties enlarge the time for making the award In the event of any of the aforesaid arbitrators dying neglecting resigning of being unable to act for any reason it will be lawful for the party concerned to nominate another arbitrator in place of the outgoing arbitrator

146 The arbitrator shall have full powers to review andor revise any decision opinion directions certification or valuation of the Engineer in consonance with the contract

150 APPLICABLE LAW

151 The Contract shall be governed by and interpreted in accordance with the laws in force in India The courts of Rampur BushahrShimla shall have exclusive jurisdiction in all matters arising under the Contract

160 NOTICES

Any notice given by one party to the other pursuant to this Contract shall be sent to the other party in writing or by cable telex or facsimile and confirmed in writing to the other partys address specified in NITNIQ

A notice shall be effective when delivered or on the notices effective date whichever is later

17 CORRESPONDENCE(i) All correspondence related to this contract before award of the contract shall

be addressed to DGM Procurement amp Contract Deptt NJHPS SJVN Ltd Jhakri Distt Shimla (HP) PIN- 172201 PH No 0091-1782-275794 Fax No 0091-1782-234049

(ii) All the correspondences after award of the contract shall be addressed to DGM(ITampCPSSM) NJHPS SJVN Ltd Jhakri

18 Engineer in Charge (EIC)DGM (ITampCPSSM) NJHPS SJVN Ltd Jhakri shall be the EIC of this work The material shall be drawn by EIC from store for the installation

19 CONSIGNEEThe Goods under this Contract shall be dispatched to the Consignee at the following address-

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 7 of 7

Manager (OampM Stores)Nathpa Jhakri Hydro Power Station SJVN Ltd Jhakri Distt Shimla (HP)Pin-172201 (INDIA)Phone No 0091-1782-275041 Fax No 0091-1782-234049

20 The material is to transported through ldquoRegistered Common Carrierrdquo only (Registered Common Carrier mean the carrier registered with a State Transport Authority or a Regional Transport Authority)

21 TESTING amp INSPECTIONInspection of material supplied against this supply order shall be carried out by EIC or his authorized representative at project stores Jhakri on receipt of material amp subsequently after successful installation testing amp commissioning at site

THE SECOND SCHEDULE TO THE RESERVE BANK OF INDIA ACT 1934

[Sections 2(e) and 42]

SCHEDULED BANKS

STATE CO-OPERATIVE BANKS Andhra Pradesh State Co-operative Bank Ltd Hyderabad Bihar State Co-operative Bank Ltd Bihar Goa State Co-operative Bank Ltd Panaji Gujarat State Co-operative Bank Ltd Ahmedabad Haryana State Co-operative Apex Bank Ltd Chandigarh Karnataka State Co-operative Apex Bank Ltd Bangalore Kerala State Co-operative Bank Ltd Thiruvananthapuram Madhya Pradesh Rajya Sahakari Bank Maryadit Bhopal Maharashtra State Co-operative Bank Ltd Mumbai Orissa State Co-operative Bank Ltd Bhubaneswar Pondicherry State Co-operative Bank Ltd Pondicherry Punjab State Co-operative Bank Ltd Chandigarh Rajasthan State Co-operative Bank Ltd Jaipur Tamil Nadu State Apex Co-operative Bank Ltd Chennai Uttar Pradesh Co-operative Bank Ltd Lucknow West Bengal State Co-operative Bank Ltd Kolkata

Urban Co-operative Banks

A P Mahesh Co-operative Urban Bank Ltd Hyderabad Abhyudaya Co-operative Bank Ltd Mumbai Ahmedabad Mercantile Co-operative Bank Ltd Ahmedabad Akola Janata Commercial Co-operative Bank Ltd Akola Amanath Co-operative Bank Ltd Bangalore Bassein Catholic Co-operative Bank Limited Vasai Bharat Co-operative Bank (Mumbai) Ltd Mumbai Bharati Sahakari Bank Ltd Pune Bombay Mercantile Co-operative Bank Limited Mumbai Charminar Co-operative Urban Bank Ltd Hyderabad Citizen Credit Co-operative Bank Ltd Mumbai Dombivli Nagari Sahakari Bank Ltd Dombivli Greater Bombay Co-operative Bank Limited Mumbai Indian Mercantile Co-operative Bank Ltd Lucknow Jalgaon Janata Sahakari Bank Ltd Jalgaon Janakalyan Sahakari Bank Ltd Mumbai Janalaxmi Cooperative Bank Ltd Nashik Janata Sahakari Bank Ltd Pune Kallappanna Awade Ichalkaranji Janata Sahakari Bank Ltd Ichalkaranji Kalupur Commercial Co-operative Bank Ltd Ahmedabad Kalyan Janata Sahakari Bank Ltd Kalyan Kapol Cooperative Bank Ltd Mumbai Karad Urban Co-operative Bank Ltd Karad Madhavapura Mercantile Co-operative Bank Ltd Ahmedabad Mahanagar Co-operative Bank Ltd Mumbai Mapusa Urban Co-operative Bank of Goa Ltd Mapusa Mehsana Urban Co-operative Bank Ltd Mehsana N K G S B Co-operative Bank Ltd Mumbai Nagar Urban Co-operative Bank Ltd Ahmednagar Nagpur Nagrik Sahakari Bank Ltd Nagpur New India Co-operative Bank Ltd Mumbai Nutan Nagrik Sahakari Bank Ltd Ahmedabad Parsik Janata Sahakari Bank Ltd Thane Pravara Sahakari Bank Ltd Loni Punjab amp Maharashtra Co-operative Bank Ltd Mumbai Rajkot Nagrik Sahakari Bank Ltd Rajkot Rupee Co-operative Bank Ltd Pune Sangli Urban Co-operative Bank Ltd Sangli Saraswat Co-operative Bank Ltd Mumbai Sardar Bhiladwala Pardi Peoples Co-operative Bank Ltd Killa Pardi Shikshak Sahakari Bank Ltd Nagpur Solapur Janata Sahakari Bank Ltd Solapur Surat Peoples Co-operative Bank Ltd Surat Thane Bharat Sahakari Bank Ltd Thane Thane Janata Sahakari Bank Ltd Thane The Akola Urban Co-operative Bank Ltd Akola The Cosmos Co-operative Bank Ltd Pune The Goa Urban Co-operative Bank Ltd Panaji The Khamgaon Urban Co-operative Bank Ltd Khamgaon The Nasik Merchants Co-operative Bank Ltd Nasik The Shamrao Vithal Co-operative Bank Ltd Mumbai The Zoroastrian Co-operative Bank Ltd Mumbai Vasavi Co-operative Urban Bank Limited Hyderabad

SBI AND ASSOCIATES State Bank of India State Bank of Bikaner amp Jaipur State Bank of Hyderabad State Bank of Indore State Bank of Mysore State Bank of Patiala State Bank of Saurashtra State Bank of Travancore

NATIONALISED BANKS

Allahabad Bank Andhra Bank Bank of Baroda Bank of India Bank of Maharashtra Canara Bank Central Bank of India Corporation Bank Dena Bank Indian Bank Indian Overseas Bank Oriental Bank of Commerce Punjab National Bank Punjab and Sind Bank Syndicate Bank UCO Bank Union Bank of India United Bank of India Vijaya Bank

OTHER PUBLIC SECTOR BANKS

Industrial Development Bank of India Ltd

PRIVATE SECTOR BANKS Bank of Rajasthan Ltd Catholic Syrian Bank Ltd City Union Bank Ltd Development Credit Bank Ltd Dhanalakshmi Bank Ltd Federal Bank Ltd HDFC Bank Ltd ICICI Bank Ltd IndusInd Bank Ltd ING Vysya Bank Ltd Jammu and Kashmir Bank Ltd Karnataka Bank Ltd Karur Vysya Bank Ltd Kotak Mahindra Bank Ltd Lakshmi Vilas Bank Ltd Nainital Bank Ltd Ratnakar Bank Ltd SBI Commercial International Bank Ltd South Indian Bank Ltd Tamilnad Mercantile Bank Ltd Axis Bank Ltd Yes Bank Ltd

FOREIGN BANKS ABN Amro Bank NV Abu Dhabi Commercial Bank Ltd American Express Banking Corporation Antwerp Diamond Bank NV Arab Bangladesh Bank Bank International Indonesia Bank of America Bank of Bahrain and Kuwait BSC Bank of Ceylon Bank of Nova Scotia Bank of Tokyo ndash Mitsubishi Ltd Barclays Bank Plc BNP Paribas China Trust Commercial Bank Shinhan Bank Citi Bank NA Calyon Bank Deutsche Bank DBS Bank Ltd The Hongkong and Shanghai Banking Corporation Ltd JP Morgan Chase Bank NA Krung Thai Bank Public Company Ltd Mashreq Bank psc Mizuho Corporate Bank Ltd Oman International Bank SAOG Societe Generale Sonali Bank Standard Chartered Bank State Bank of Mauritius Ltd

GRAMIN BANKS Andhra Pradesh Grameen Vikas Bank Warangal (Andhra Pradesh) Andhra Pragathi Grameena Bank Kadapa (Andhra Pradesh) Aryavart Gramin Bank Lucknow (Uttar Pradesh) Arunachal Pradesh Rural Bank Naharlagun (Arunachal Pradesh) Assam Gramin Vikas Bank Guwahati (Assam) Baitarani Gramya Bank Baripada (Orissa) Ballia Kshetriya Gramin Bank Ballia (Uttar Pradesh) Bangiya Gramin Vikash Bank Berhampore (West Bengal) Baroda Gujarat Gramin Bank Bharuch (Gujarat) Baroda Rajasthan Gramin Bank Ajmer (Rajasthan) Baroda Uttar Pradesh Gramin Bank Rae Bareli (Uttar Pradesh) Bihar Kshetriya Gramin Bank Monghyr (Bihar) Cauvery Kalpatharu Grameena Bank Mysore (Karnataka) Chaitanya Godavari Grameena Bank (Andhra Pradesh) Chhattisgarh Gramin Bank Raipur (Chhattisgarh) Chikmagalur-Kodaga Grameena Bank Chikmagalur (Karnataka) Deccan Grameena Bank Dilsukhnagar (Hyderabad) Dena Gujarat Gramin Bank Gandhinagar (Gujarat) Durg-Rajnandgaon Gramin Bank Rajnandgaon (Chhattisgarh) Ellaquai Dehati Bank Srinagar (Jammu and Kashmir) Etawah Kshetriya Gramin Bank Etawah (Uttar Pradesh) Faridkot Bhatinda Kshetriya Gramin Bank Bhatinda (Punjab) Gurgaon Gramin Bank Gurgaon (Haryana) Hadoti Kshetriya Gramin Bank Kota (Rajasthan) Haryana Gramin Bank Rohtak (Haryana) Himachal Gramin Bank Mandi (Himachal Pradesh) Jaipur Thar Gramin Bank Jaipur (Rajasthan) Jammu Rural Bank Jammu Jhabua-Dhar Kshetriya Gramin Bank Jhabua (Madhya Pradesh) Jharkhand Gramin Bank Ranchi (Jharkhand) Kalinga Gramya Bank Cuttack (Orissa) Kamraz Rural Bank Sopore (Jammu and Kashmir) Karnatka Vikas Gramin Bank Dharwad (Karnataka) Kashi Gomti Samyut Gramin Bank Varanasi (Uttar Pradesh) Khasi J Bank Shillong (Meghalaya) Krishna Grameena Bank Gulbarga (Karnataka) Kshetriya Kisan Gramin Bank Mainpuri (Uttar Pradesh) Langpi Dehangi Rural Bank Dhiphu (Assam) Lucknow Kshetriya Gramin Bank Sitapur (Uttar Pradesh) Madhya Bharath Gramin Bank Sagar (Madhya Pradesh) Madhya Bihar Gramin Bank Patna (Bihar) Mahakaushal Kshetriya Gramin Bank Jabalpur (Madhya Pradesh) Maharashtra Godavari Gramin Bank (Maharashtra) Malwa Gramin Bank Sangrur (Punjab) Marwar Ganganagar Bikaner Gramin Bank Pali (Rajasthan) Manipur Rural Bank Imphal (Manipur) Marathwada Gramin Bank Nanded (Maharashtra) Mewar Aanchalik Gramin Bank Udaipur (Rajasthan) Mizoram Rural Bank Aizawl (Mizoram) Nagaland Rural Bank Kohima (Nagaland) Nainital Almora Kshetriya Gramin Bank Nainital (Uttaranchal) Narmada Malwa Gramin Bank Indore (Madhya Pradesh) Neelachal Gramya Bank (Orissa) North Malabar Gramin Bank Kannur (Kerala) Pallavan Grama Bank Salem (Tamil Nadu)

Pandyan Grama Bank Virudhunagar (Tamil Nadu) Paschim Banga Gramin Bank Howrah (West Bengal) Parvatiya Gramin Bank Chamba (Himachal Pradesh) Pragathi Gramin Bank Bellary (Karnataka) Prathama Bank Moradabad (Uttar Pradesh) Puduvai Bharthiar Grama Bank (Pondicherry) Punjab Gramin Bank Kapurthala (Punjab) Purvanchal Gramin Bank Gorakhpur (Uttar Pradesh) Rajasthan Gramin Bank Alwar (Rajasthan) Ratnagiri Sindhudurg Gramin Bank Ratnagiri (Maharashtra) Rewa-Sidhi Gramin Bank Rewa (Madhya Pradesh) Rushikulya Gramya Bank Berhampur (Orissa) Samastipur Kshetriya Gramin Bank Samastipur (Bihar) Saptagiri Grameena Bank Chitoor (Andhra Pradesh) Sarva UP Gramin Bank (Uttar Pradesh) Satpura Narmada Kshetriya Gramin Bank Chhindwara (Madhya Pradesh) Saurashtra Gramin Bank Rajkot (Gujarat) Sharda Gramin Bank Satna (MP) Shreyas Gramin Bank Aligarh (Uttar Pradesh) Solapur Gramin Bank Solapur (Maharashtra) South Malabar Gramin Bank (Kerala) Surguja Kshetriya Gramin Bank Ambikapur (Chhattisgarh) Tripura Gramin Bank Agartala (Tripura) Triveni Kshetriya Gramin Bank Orai (Uttar Pradesh) Utkal Gramya Bank Bolangir (Orissa) Uttaranchal Gramin Bank Dehradun (Uttaranchal) Uttar Banga Kshetriya Gramin Bank Cooch-Behar (West Bengal) Uttar Bihar Kshetriya Gramin Bank Muzaffarpur (Bihar) Vananchal Gramin Bank Dhumka (Jharkhand) Vidharbha Kshetriya Gramin Bank Akola (Maharashtra) Vidisha-Bhopal Kshetriya Gramin Bank Vidisha (Masdhya Pradesh) Visveshwaraya Grameen Bank Mandya (Karnataka) Wainganga Kshetriya Gramin Bank Chandrapur (Maharashtra)

  • 101910JPG
  • 101934JPG
  • 101945JPG
  • 101956JPG
  • 102006JPG
  • NIQpdf
  • PQR2pdf
  • BOQ Audio-Videopdf
  • Technical Specificationspdf
  • ITB3pdf
  • GCC6pdf
  • Listofscheduledbankpdf
    • PRE QUALIFICATION CRITERIA

      PPR-NJHPS-1163 (OampM)2014

      Qualifying requirement for ldquoSupply Installation amp Testing of AudioVideo Equipments for Conference Room of New Office Building of NJHPS SJVN Ltd Jhakrirdquo

      (A) Proven Experience

      10 The bidder should be a regular contractor for ldquoSupply Installation amp Testing of AudioVideo Equipmentsrdquo The bidder must submit the supporting documents (LOAs work orders agreements for the similar work along with the satisfactory completion certificate) to this effect from their clients In the case LOAs work orders agreements are from the private company (ies) firm (s) then copy (ies) of TDS for the same are also need to be submitted along with the satisfactory completion certificate

      20 The bidder should have completed such type of job in the past

      (B) Financial Requirement

      10 Financial Requirement The Bidder must have an average annual financial turn over of ` 1097615 (Rupees Ten Lacs Ninety Seven Thousand Six Hundred Fifteen only) during last three years ending 31st March of previous financial year

      20 The Bidder should have successfully completed the similar work as per any of the following criteria during last 7 years ending last day of month previous to one in which applications are invited

      (a) The Bidder should have carried out the 3 similar works valuing not less than ` 14 63487- (Rupees Fourteen Lacs Sixty Three Thousand Four Hundred Eighty Seven only) each

      Or

      (b) 2 similar completed works valuing not less than ` 18 29359- (Rupees Eighteen Lacs Twenty Nine Thousand Three Hundred Fifty Nine only) each

      Or

      (c) 1 similar completed work valuing not less than ` 29 26974- (Rupees Twenty Nine Lacs Twenty Six Thousand Nine Hundred Seventy Four only)

      Note Similar work means work related to Supply Installation amp Testing of AudioVideo Equipments

      The bidder must submit the supporting documents (LOAs work orders agreements for the similar work along with the satisfactory completion certificate) to this effect from their clients In the case LOAs work orders agreements are from the private company (ies) firm (s) then copy (ies) of TDS for the same are also need to be submitted along with the satisfactory completion certificate

      (C) General Conditions of Prequalification

      1 Bidder must furnish Code number photocopies for PAN Sales tax VATTIN amp Service Tax (If applicable) etc

      2 SJVN Ltd reserves the right to cancel withdraw the invitation for bid without assigning any reason and shall bear no liability whatsoever consequent upon such a decision

      3 Notwithstanding anything stated above SJVN Ltd reserves the right to assess the Bidderrsquos capability and capacity to perform the contract satisfactorily should the circumstances warrant such assessment in the overall interest of SJVN Ltd

      4 Price bid of only those bidders shall be opened who qualify based on the specified qualifying requirements after Scrutiny of details documents furnished by them and found to be techno- commercial responsive

      SJVN Ltd

      Annexure-I

      Under Taking From Bidder

      Bidderrsquos Name amp Address

      11 We are qualified under clause (A) amp (C) of the qualifying requirements (any qualifying requirements which bidder does not meet shall be mentioned in the separate sheet)

      12 We are regular contractor for Supply Installation amp Testing of AudioVideo Equipments

      13 We confirm having carried out following contracts for similar nature of job related to Supply Installation amp Testing of AudioVideo Equipments

      Name and Address of Client

      Details of work executed

      Order No amp Date

      Date of Completion

      Order Value

      Copy of order Enclosed

      These details are to be furnished in Schedule-5 of Techno commercial part of the bid

Page 20: PPR-NJHPS-1163 NOTICE INVITING TENDER (Domestic ...sjvn.nic.in/writereaddata/Portal/Tender/179_1/1_Tender_Doc1163.pdf · certificate) to this effect from their clients. In the case

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 4 of 7

91 If the Supplier fails to complete the work within the period(s) specified in the Contract the Owner shall without prejudice to its other remedies under the Contract deduct from the Contract Price as Liquidated Damages as specified here in below

92 The Liquidated Damage for delay in completion of work(Supply Installation amp Commissioning) beyond the maximum completion schedule as stipulated at clause 80 above shall be frac12 (Half percent) per week or part thereof of the total contract value The total amount of Liquidated Damages for delay under the Contract will be subject to a maximum of five percent (5) of the total Contract price

93 Amount of Liquidated Damage shall be payable by the Supplier whenever demanded by the Owner and or Owner can recover the amount of liquidated Damages (to the extent leviable at any time) from the amount payable to the Supplier available with Owner under this Contract

94 Supplierrsquos obligations and the Ownerrsquos remedies in respect of delay are solely and exclusively as stated in this Liquidated Damages clause subject to provisions of Clause 120 and consequence thereof

100 TERMINATION OF CONTRACT ON CONTRACTORS DEFAULTThe Owner without prejudice to any other remedy for breach of Contract by written notice of default sent to the Contractor may terminate this Contract in whole or in part

a) if the Contractor fails to complete any part of all the work or all of the Goods within the period(s) specified in the Contract or within any extension thereof granted by the Owner

b) if the Contractor fails to perform any other obligation(s) under the Contract

c) If the Contractor in the judgment of the Owner has engaged in corrupt or fraudulent practices in competing for or in executing the Contract

101 In the event the Owner terminates the Contract in whole or in part the Owner may procure get repaired upon such terms and in such manner as it deems appropriate Goods or Services similar to those undelivered un-repaired and the Contractor shall be liable to the Owner for any excess costs for such similar Goods or Services However the Contractor shall continue performance of the Contract to the extent not terminated

110 TERMINATION FOR INSOLVENCYThe Owner may at any time terminate the Contract by giving written notice to the Contractor if the Contractor becomes bankrupt or otherwise insolvent In this event termination will be without compensation to the Contractor provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the Owner

120 TERMINATION OF CONTRACT ON OWNERS INITIATIVE

121 The Owner reserves the right to terminate the Contract either in part or in full due to reasons other than those mentioned under clause entitled Contractors

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 5 of 7

Default and Outbreak of War The Owner shall in such an event give seven (7) days notice in writing to the Contractor of his decision to do so

122 The Contractor upon receipt of such notice shall discontinue the work on the date and to the extent specified in the notice make all reasonable efforts to obtain cancellation of all orders and contracts to the Owner stop all further sub-contracting or purchasing activity related to the work terminated and assist the Owner in storage maintenance protection and disposition of the works acquired under the contract by the Owner

123 In the event of such a termination the Contractor shall be paid equitable and reasonable compensation as dictated by the circumstances prevalent at the time of termination

130 SETTLEMENT OF DISPUTES131 Any dispute(s) or difference(s) arising out of or in connection with the Contract

shall to the extent possible in the first instance be resolved amicably between the Contractor and the Ownerrsquos Engineer

132 If any dispute or difference of any kind whatsoever shall arise between the Owner and the Contractor arising out of the Contract for the performance of the Works whether during the progress of the Works or after its completion or whether before or after the termination abandonment or breach of the Contract it shall in the first place be referred to and settled by the Engineer who within a period of ten (10 ) days after being requested by either party to do so shall give written notice of his decision to the Owner and the Contractor

133 Save as hereinafter provided such decision in respect of every matter so referred shall be final and binding upon the parties until the completion of the entire work under the Contract and shall forthwith be given effect to by the Contractor who shall comply with all such decisions with all due diligence whether he or the Owner requires arbitration as hereinafter provided or not

134 If after the Engineer has given written notice of his decision to the parties no claim to arbitration has been communicated to him by either party within ten (10) days from the receipt of such notice the said decision shall become final and binding on the parties

135 In the event of the Engineer failing to notify his decision within ten (10) days after being requested as aforesaid or in the event of either the Owner or the Contractor being dissatisfied with any such decision or within ten (10) days after the expiry of the first mentioned period of ten (10) days as the case may be either party may require by written notice to the other party that the matters in dispute be referred to arbitration as hereinafter provided

140 ARBITRATION

141 All disputes or differences in respect of which the decision if any of the Engineer has not become final or binding as aforesaid shall be settled by arbitration in the manner hereinafter provided

142 In the event of the Contractor that is to say a citizen andor a permanent resident of India a firm or a company duly registered or incorporated in India the arbitration shall be conducted by three arbitrators one each to be nominated

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 6 of 7

by the contractor and the Owner and the third to be named by the President of Institution of Engineers India If either of the parties fails to appoint its arbitrator within thirty (30) days after receipt of a notice from the other party invoking the arbitration clause the President of the Institution of Engineers India shall have the power at the request of either of the parties to appoint the arbitrators A certified copy of the said President making such an appointment shall be furnished to both the parties

143 The arbitration shall be conducted in accordance with the provisions of the Arbitration amp Conciliation Act 1996 or any statutory modification thereof

144 Arbitration(s) shall give reasoned award

145 The decision of the majority of the arbitrators shall be final and binding upon the parties The expenses of the arbitration shall be paid as may be determined by the arbitrators The arbitrators may from time to time with the consent of all the parties enlarge the time for making the award In the event of any of the aforesaid arbitrators dying neglecting resigning of being unable to act for any reason it will be lawful for the party concerned to nominate another arbitrator in place of the outgoing arbitrator

146 The arbitrator shall have full powers to review andor revise any decision opinion directions certification or valuation of the Engineer in consonance with the contract

150 APPLICABLE LAW

151 The Contract shall be governed by and interpreted in accordance with the laws in force in India The courts of Rampur BushahrShimla shall have exclusive jurisdiction in all matters arising under the Contract

160 NOTICES

Any notice given by one party to the other pursuant to this Contract shall be sent to the other party in writing or by cable telex or facsimile and confirmed in writing to the other partys address specified in NITNIQ

A notice shall be effective when delivered or on the notices effective date whichever is later

17 CORRESPONDENCE(i) All correspondence related to this contract before award of the contract shall

be addressed to DGM Procurement amp Contract Deptt NJHPS SJVN Ltd Jhakri Distt Shimla (HP) PIN- 172201 PH No 0091-1782-275794 Fax No 0091-1782-234049

(ii) All the correspondences after award of the contract shall be addressed to DGM(ITampCPSSM) NJHPS SJVN Ltd Jhakri

18 Engineer in Charge (EIC)DGM (ITampCPSSM) NJHPS SJVN Ltd Jhakri shall be the EIC of this work The material shall be drawn by EIC from store for the installation

19 CONSIGNEEThe Goods under this Contract shall be dispatched to the Consignee at the following address-

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 7 of 7

Manager (OampM Stores)Nathpa Jhakri Hydro Power Station SJVN Ltd Jhakri Distt Shimla (HP)Pin-172201 (INDIA)Phone No 0091-1782-275041 Fax No 0091-1782-234049

20 The material is to transported through ldquoRegistered Common Carrierrdquo only (Registered Common Carrier mean the carrier registered with a State Transport Authority or a Regional Transport Authority)

21 TESTING amp INSPECTIONInspection of material supplied against this supply order shall be carried out by EIC or his authorized representative at project stores Jhakri on receipt of material amp subsequently after successful installation testing amp commissioning at site

THE SECOND SCHEDULE TO THE RESERVE BANK OF INDIA ACT 1934

[Sections 2(e) and 42]

SCHEDULED BANKS

STATE CO-OPERATIVE BANKS Andhra Pradesh State Co-operative Bank Ltd Hyderabad Bihar State Co-operative Bank Ltd Bihar Goa State Co-operative Bank Ltd Panaji Gujarat State Co-operative Bank Ltd Ahmedabad Haryana State Co-operative Apex Bank Ltd Chandigarh Karnataka State Co-operative Apex Bank Ltd Bangalore Kerala State Co-operative Bank Ltd Thiruvananthapuram Madhya Pradesh Rajya Sahakari Bank Maryadit Bhopal Maharashtra State Co-operative Bank Ltd Mumbai Orissa State Co-operative Bank Ltd Bhubaneswar Pondicherry State Co-operative Bank Ltd Pondicherry Punjab State Co-operative Bank Ltd Chandigarh Rajasthan State Co-operative Bank Ltd Jaipur Tamil Nadu State Apex Co-operative Bank Ltd Chennai Uttar Pradesh Co-operative Bank Ltd Lucknow West Bengal State Co-operative Bank Ltd Kolkata

Urban Co-operative Banks

A P Mahesh Co-operative Urban Bank Ltd Hyderabad Abhyudaya Co-operative Bank Ltd Mumbai Ahmedabad Mercantile Co-operative Bank Ltd Ahmedabad Akola Janata Commercial Co-operative Bank Ltd Akola Amanath Co-operative Bank Ltd Bangalore Bassein Catholic Co-operative Bank Limited Vasai Bharat Co-operative Bank (Mumbai) Ltd Mumbai Bharati Sahakari Bank Ltd Pune Bombay Mercantile Co-operative Bank Limited Mumbai Charminar Co-operative Urban Bank Ltd Hyderabad Citizen Credit Co-operative Bank Ltd Mumbai Dombivli Nagari Sahakari Bank Ltd Dombivli Greater Bombay Co-operative Bank Limited Mumbai Indian Mercantile Co-operative Bank Ltd Lucknow Jalgaon Janata Sahakari Bank Ltd Jalgaon Janakalyan Sahakari Bank Ltd Mumbai Janalaxmi Cooperative Bank Ltd Nashik Janata Sahakari Bank Ltd Pune Kallappanna Awade Ichalkaranji Janata Sahakari Bank Ltd Ichalkaranji Kalupur Commercial Co-operative Bank Ltd Ahmedabad Kalyan Janata Sahakari Bank Ltd Kalyan Kapol Cooperative Bank Ltd Mumbai Karad Urban Co-operative Bank Ltd Karad Madhavapura Mercantile Co-operative Bank Ltd Ahmedabad Mahanagar Co-operative Bank Ltd Mumbai Mapusa Urban Co-operative Bank of Goa Ltd Mapusa Mehsana Urban Co-operative Bank Ltd Mehsana N K G S B Co-operative Bank Ltd Mumbai Nagar Urban Co-operative Bank Ltd Ahmednagar Nagpur Nagrik Sahakari Bank Ltd Nagpur New India Co-operative Bank Ltd Mumbai Nutan Nagrik Sahakari Bank Ltd Ahmedabad Parsik Janata Sahakari Bank Ltd Thane Pravara Sahakari Bank Ltd Loni Punjab amp Maharashtra Co-operative Bank Ltd Mumbai Rajkot Nagrik Sahakari Bank Ltd Rajkot Rupee Co-operative Bank Ltd Pune Sangli Urban Co-operative Bank Ltd Sangli Saraswat Co-operative Bank Ltd Mumbai Sardar Bhiladwala Pardi Peoples Co-operative Bank Ltd Killa Pardi Shikshak Sahakari Bank Ltd Nagpur Solapur Janata Sahakari Bank Ltd Solapur Surat Peoples Co-operative Bank Ltd Surat Thane Bharat Sahakari Bank Ltd Thane Thane Janata Sahakari Bank Ltd Thane The Akola Urban Co-operative Bank Ltd Akola The Cosmos Co-operative Bank Ltd Pune The Goa Urban Co-operative Bank Ltd Panaji The Khamgaon Urban Co-operative Bank Ltd Khamgaon The Nasik Merchants Co-operative Bank Ltd Nasik The Shamrao Vithal Co-operative Bank Ltd Mumbai The Zoroastrian Co-operative Bank Ltd Mumbai Vasavi Co-operative Urban Bank Limited Hyderabad

SBI AND ASSOCIATES State Bank of India State Bank of Bikaner amp Jaipur State Bank of Hyderabad State Bank of Indore State Bank of Mysore State Bank of Patiala State Bank of Saurashtra State Bank of Travancore

NATIONALISED BANKS

Allahabad Bank Andhra Bank Bank of Baroda Bank of India Bank of Maharashtra Canara Bank Central Bank of India Corporation Bank Dena Bank Indian Bank Indian Overseas Bank Oriental Bank of Commerce Punjab National Bank Punjab and Sind Bank Syndicate Bank UCO Bank Union Bank of India United Bank of India Vijaya Bank

OTHER PUBLIC SECTOR BANKS

Industrial Development Bank of India Ltd

PRIVATE SECTOR BANKS Bank of Rajasthan Ltd Catholic Syrian Bank Ltd City Union Bank Ltd Development Credit Bank Ltd Dhanalakshmi Bank Ltd Federal Bank Ltd HDFC Bank Ltd ICICI Bank Ltd IndusInd Bank Ltd ING Vysya Bank Ltd Jammu and Kashmir Bank Ltd Karnataka Bank Ltd Karur Vysya Bank Ltd Kotak Mahindra Bank Ltd Lakshmi Vilas Bank Ltd Nainital Bank Ltd Ratnakar Bank Ltd SBI Commercial International Bank Ltd South Indian Bank Ltd Tamilnad Mercantile Bank Ltd Axis Bank Ltd Yes Bank Ltd

FOREIGN BANKS ABN Amro Bank NV Abu Dhabi Commercial Bank Ltd American Express Banking Corporation Antwerp Diamond Bank NV Arab Bangladesh Bank Bank International Indonesia Bank of America Bank of Bahrain and Kuwait BSC Bank of Ceylon Bank of Nova Scotia Bank of Tokyo ndash Mitsubishi Ltd Barclays Bank Plc BNP Paribas China Trust Commercial Bank Shinhan Bank Citi Bank NA Calyon Bank Deutsche Bank DBS Bank Ltd The Hongkong and Shanghai Banking Corporation Ltd JP Morgan Chase Bank NA Krung Thai Bank Public Company Ltd Mashreq Bank psc Mizuho Corporate Bank Ltd Oman International Bank SAOG Societe Generale Sonali Bank Standard Chartered Bank State Bank of Mauritius Ltd

GRAMIN BANKS Andhra Pradesh Grameen Vikas Bank Warangal (Andhra Pradesh) Andhra Pragathi Grameena Bank Kadapa (Andhra Pradesh) Aryavart Gramin Bank Lucknow (Uttar Pradesh) Arunachal Pradesh Rural Bank Naharlagun (Arunachal Pradesh) Assam Gramin Vikas Bank Guwahati (Assam) Baitarani Gramya Bank Baripada (Orissa) Ballia Kshetriya Gramin Bank Ballia (Uttar Pradesh) Bangiya Gramin Vikash Bank Berhampore (West Bengal) Baroda Gujarat Gramin Bank Bharuch (Gujarat) Baroda Rajasthan Gramin Bank Ajmer (Rajasthan) Baroda Uttar Pradesh Gramin Bank Rae Bareli (Uttar Pradesh) Bihar Kshetriya Gramin Bank Monghyr (Bihar) Cauvery Kalpatharu Grameena Bank Mysore (Karnataka) Chaitanya Godavari Grameena Bank (Andhra Pradesh) Chhattisgarh Gramin Bank Raipur (Chhattisgarh) Chikmagalur-Kodaga Grameena Bank Chikmagalur (Karnataka) Deccan Grameena Bank Dilsukhnagar (Hyderabad) Dena Gujarat Gramin Bank Gandhinagar (Gujarat) Durg-Rajnandgaon Gramin Bank Rajnandgaon (Chhattisgarh) Ellaquai Dehati Bank Srinagar (Jammu and Kashmir) Etawah Kshetriya Gramin Bank Etawah (Uttar Pradesh) Faridkot Bhatinda Kshetriya Gramin Bank Bhatinda (Punjab) Gurgaon Gramin Bank Gurgaon (Haryana) Hadoti Kshetriya Gramin Bank Kota (Rajasthan) Haryana Gramin Bank Rohtak (Haryana) Himachal Gramin Bank Mandi (Himachal Pradesh) Jaipur Thar Gramin Bank Jaipur (Rajasthan) Jammu Rural Bank Jammu Jhabua-Dhar Kshetriya Gramin Bank Jhabua (Madhya Pradesh) Jharkhand Gramin Bank Ranchi (Jharkhand) Kalinga Gramya Bank Cuttack (Orissa) Kamraz Rural Bank Sopore (Jammu and Kashmir) Karnatka Vikas Gramin Bank Dharwad (Karnataka) Kashi Gomti Samyut Gramin Bank Varanasi (Uttar Pradesh) Khasi J Bank Shillong (Meghalaya) Krishna Grameena Bank Gulbarga (Karnataka) Kshetriya Kisan Gramin Bank Mainpuri (Uttar Pradesh) Langpi Dehangi Rural Bank Dhiphu (Assam) Lucknow Kshetriya Gramin Bank Sitapur (Uttar Pradesh) Madhya Bharath Gramin Bank Sagar (Madhya Pradesh) Madhya Bihar Gramin Bank Patna (Bihar) Mahakaushal Kshetriya Gramin Bank Jabalpur (Madhya Pradesh) Maharashtra Godavari Gramin Bank (Maharashtra) Malwa Gramin Bank Sangrur (Punjab) Marwar Ganganagar Bikaner Gramin Bank Pali (Rajasthan) Manipur Rural Bank Imphal (Manipur) Marathwada Gramin Bank Nanded (Maharashtra) Mewar Aanchalik Gramin Bank Udaipur (Rajasthan) Mizoram Rural Bank Aizawl (Mizoram) Nagaland Rural Bank Kohima (Nagaland) Nainital Almora Kshetriya Gramin Bank Nainital (Uttaranchal) Narmada Malwa Gramin Bank Indore (Madhya Pradesh) Neelachal Gramya Bank (Orissa) North Malabar Gramin Bank Kannur (Kerala) Pallavan Grama Bank Salem (Tamil Nadu)

Pandyan Grama Bank Virudhunagar (Tamil Nadu) Paschim Banga Gramin Bank Howrah (West Bengal) Parvatiya Gramin Bank Chamba (Himachal Pradesh) Pragathi Gramin Bank Bellary (Karnataka) Prathama Bank Moradabad (Uttar Pradesh) Puduvai Bharthiar Grama Bank (Pondicherry) Punjab Gramin Bank Kapurthala (Punjab) Purvanchal Gramin Bank Gorakhpur (Uttar Pradesh) Rajasthan Gramin Bank Alwar (Rajasthan) Ratnagiri Sindhudurg Gramin Bank Ratnagiri (Maharashtra) Rewa-Sidhi Gramin Bank Rewa (Madhya Pradesh) Rushikulya Gramya Bank Berhampur (Orissa) Samastipur Kshetriya Gramin Bank Samastipur (Bihar) Saptagiri Grameena Bank Chitoor (Andhra Pradesh) Sarva UP Gramin Bank (Uttar Pradesh) Satpura Narmada Kshetriya Gramin Bank Chhindwara (Madhya Pradesh) Saurashtra Gramin Bank Rajkot (Gujarat) Sharda Gramin Bank Satna (MP) Shreyas Gramin Bank Aligarh (Uttar Pradesh) Solapur Gramin Bank Solapur (Maharashtra) South Malabar Gramin Bank (Kerala) Surguja Kshetriya Gramin Bank Ambikapur (Chhattisgarh) Tripura Gramin Bank Agartala (Tripura) Triveni Kshetriya Gramin Bank Orai (Uttar Pradesh) Utkal Gramya Bank Bolangir (Orissa) Uttaranchal Gramin Bank Dehradun (Uttaranchal) Uttar Banga Kshetriya Gramin Bank Cooch-Behar (West Bengal) Uttar Bihar Kshetriya Gramin Bank Muzaffarpur (Bihar) Vananchal Gramin Bank Dhumka (Jharkhand) Vidharbha Kshetriya Gramin Bank Akola (Maharashtra) Vidisha-Bhopal Kshetriya Gramin Bank Vidisha (Masdhya Pradesh) Visveshwaraya Grameen Bank Mandya (Karnataka) Wainganga Kshetriya Gramin Bank Chandrapur (Maharashtra)

  • 101910JPG
  • 101934JPG
  • 101945JPG
  • 101956JPG
  • 102006JPG
  • NIQpdf
  • PQR2pdf
  • BOQ Audio-Videopdf
  • Technical Specificationspdf
  • ITB3pdf
  • GCC6pdf
  • Listofscheduledbankpdf
    • PRE QUALIFICATION CRITERIA

      PPR-NJHPS-1163 (OampM)2014

      Qualifying requirement for ldquoSupply Installation amp Testing of AudioVideo Equipments for Conference Room of New Office Building of NJHPS SJVN Ltd Jhakrirdquo

      (A) Proven Experience

      10 The bidder should be a regular contractor for ldquoSupply Installation amp Testing of AudioVideo Equipmentsrdquo The bidder must submit the supporting documents (LOAs work orders agreements for the similar work along with the satisfactory completion certificate) to this effect from their clients In the case LOAs work orders agreements are from the private company (ies) firm (s) then copy (ies) of TDS for the same are also need to be submitted along with the satisfactory completion certificate

      20 The bidder should have completed such type of job in the past

      (B) Financial Requirement

      10 Financial Requirement The Bidder must have an average annual financial turn over of ` 1097615 (Rupees Ten Lacs Ninety Seven Thousand Six Hundred Fifteen only) during last three years ending 31st March of previous financial year

      20 The Bidder should have successfully completed the similar work as per any of the following criteria during last 7 years ending last day of month previous to one in which applications are invited

      (a) The Bidder should have carried out the 3 similar works valuing not less than ` 14 63487- (Rupees Fourteen Lacs Sixty Three Thousand Four Hundred Eighty Seven only) each

      Or

      (b) 2 similar completed works valuing not less than ` 18 29359- (Rupees Eighteen Lacs Twenty Nine Thousand Three Hundred Fifty Nine only) each

      Or

      (c) 1 similar completed work valuing not less than ` 29 26974- (Rupees Twenty Nine Lacs Twenty Six Thousand Nine Hundred Seventy Four only)

      Note Similar work means work related to Supply Installation amp Testing of AudioVideo Equipments

      The bidder must submit the supporting documents (LOAs work orders agreements for the similar work along with the satisfactory completion certificate) to this effect from their clients In the case LOAs work orders agreements are from the private company (ies) firm (s) then copy (ies) of TDS for the same are also need to be submitted along with the satisfactory completion certificate

      (C) General Conditions of Prequalification

      1 Bidder must furnish Code number photocopies for PAN Sales tax VATTIN amp Service Tax (If applicable) etc

      2 SJVN Ltd reserves the right to cancel withdraw the invitation for bid without assigning any reason and shall bear no liability whatsoever consequent upon such a decision

      3 Notwithstanding anything stated above SJVN Ltd reserves the right to assess the Bidderrsquos capability and capacity to perform the contract satisfactorily should the circumstances warrant such assessment in the overall interest of SJVN Ltd

      4 Price bid of only those bidders shall be opened who qualify based on the specified qualifying requirements after Scrutiny of details documents furnished by them and found to be techno- commercial responsive

      SJVN Ltd

      Annexure-I

      Under Taking From Bidder

      Bidderrsquos Name amp Address

      11 We are qualified under clause (A) amp (C) of the qualifying requirements (any qualifying requirements which bidder does not meet shall be mentioned in the separate sheet)

      12 We are regular contractor for Supply Installation amp Testing of AudioVideo Equipments

      13 We confirm having carried out following contracts for similar nature of job related to Supply Installation amp Testing of AudioVideo Equipments

      Name and Address of Client

      Details of work executed

      Order No amp Date

      Date of Completion

      Order Value

      Copy of order Enclosed

      These details are to be furnished in Schedule-5 of Techno commercial part of the bid

Page 21: PPR-NJHPS-1163 NOTICE INVITING TENDER (Domestic ...sjvn.nic.in/writereaddata/Portal/Tender/179_1/1_Tender_Doc1163.pdf · certificate) to this effect from their clients. In the case

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 5 of 7

Default and Outbreak of War The Owner shall in such an event give seven (7) days notice in writing to the Contractor of his decision to do so

122 The Contractor upon receipt of such notice shall discontinue the work on the date and to the extent specified in the notice make all reasonable efforts to obtain cancellation of all orders and contracts to the Owner stop all further sub-contracting or purchasing activity related to the work terminated and assist the Owner in storage maintenance protection and disposition of the works acquired under the contract by the Owner

123 In the event of such a termination the Contractor shall be paid equitable and reasonable compensation as dictated by the circumstances prevalent at the time of termination

130 SETTLEMENT OF DISPUTES131 Any dispute(s) or difference(s) arising out of or in connection with the Contract

shall to the extent possible in the first instance be resolved amicably between the Contractor and the Ownerrsquos Engineer

132 If any dispute or difference of any kind whatsoever shall arise between the Owner and the Contractor arising out of the Contract for the performance of the Works whether during the progress of the Works or after its completion or whether before or after the termination abandonment or breach of the Contract it shall in the first place be referred to and settled by the Engineer who within a period of ten (10 ) days after being requested by either party to do so shall give written notice of his decision to the Owner and the Contractor

133 Save as hereinafter provided such decision in respect of every matter so referred shall be final and binding upon the parties until the completion of the entire work under the Contract and shall forthwith be given effect to by the Contractor who shall comply with all such decisions with all due diligence whether he or the Owner requires arbitration as hereinafter provided or not

134 If after the Engineer has given written notice of his decision to the parties no claim to arbitration has been communicated to him by either party within ten (10) days from the receipt of such notice the said decision shall become final and binding on the parties

135 In the event of the Engineer failing to notify his decision within ten (10) days after being requested as aforesaid or in the event of either the Owner or the Contractor being dissatisfied with any such decision or within ten (10) days after the expiry of the first mentioned period of ten (10) days as the case may be either party may require by written notice to the other party that the matters in dispute be referred to arbitration as hereinafter provided

140 ARBITRATION

141 All disputes or differences in respect of which the decision if any of the Engineer has not become final or binding as aforesaid shall be settled by arbitration in the manner hereinafter provided

142 In the event of the Contractor that is to say a citizen andor a permanent resident of India a firm or a company duly registered or incorporated in India the arbitration shall be conducted by three arbitrators one each to be nominated

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 6 of 7

by the contractor and the Owner and the third to be named by the President of Institution of Engineers India If either of the parties fails to appoint its arbitrator within thirty (30) days after receipt of a notice from the other party invoking the arbitration clause the President of the Institution of Engineers India shall have the power at the request of either of the parties to appoint the arbitrators A certified copy of the said President making such an appointment shall be furnished to both the parties

143 The arbitration shall be conducted in accordance with the provisions of the Arbitration amp Conciliation Act 1996 or any statutory modification thereof

144 Arbitration(s) shall give reasoned award

145 The decision of the majority of the arbitrators shall be final and binding upon the parties The expenses of the arbitration shall be paid as may be determined by the arbitrators The arbitrators may from time to time with the consent of all the parties enlarge the time for making the award In the event of any of the aforesaid arbitrators dying neglecting resigning of being unable to act for any reason it will be lawful for the party concerned to nominate another arbitrator in place of the outgoing arbitrator

146 The arbitrator shall have full powers to review andor revise any decision opinion directions certification or valuation of the Engineer in consonance with the contract

150 APPLICABLE LAW

151 The Contract shall be governed by and interpreted in accordance with the laws in force in India The courts of Rampur BushahrShimla shall have exclusive jurisdiction in all matters arising under the Contract

160 NOTICES

Any notice given by one party to the other pursuant to this Contract shall be sent to the other party in writing or by cable telex or facsimile and confirmed in writing to the other partys address specified in NITNIQ

A notice shall be effective when delivered or on the notices effective date whichever is later

17 CORRESPONDENCE(i) All correspondence related to this contract before award of the contract shall

be addressed to DGM Procurement amp Contract Deptt NJHPS SJVN Ltd Jhakri Distt Shimla (HP) PIN- 172201 PH No 0091-1782-275794 Fax No 0091-1782-234049

(ii) All the correspondences after award of the contract shall be addressed to DGM(ITampCPSSM) NJHPS SJVN Ltd Jhakri

18 Engineer in Charge (EIC)DGM (ITampCPSSM) NJHPS SJVN Ltd Jhakri shall be the EIC of this work The material shall be drawn by EIC from store for the installation

19 CONSIGNEEThe Goods under this Contract shall be dispatched to the Consignee at the following address-

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 7 of 7

Manager (OampM Stores)Nathpa Jhakri Hydro Power Station SJVN Ltd Jhakri Distt Shimla (HP)Pin-172201 (INDIA)Phone No 0091-1782-275041 Fax No 0091-1782-234049

20 The material is to transported through ldquoRegistered Common Carrierrdquo only (Registered Common Carrier mean the carrier registered with a State Transport Authority or a Regional Transport Authority)

21 TESTING amp INSPECTIONInspection of material supplied against this supply order shall be carried out by EIC or his authorized representative at project stores Jhakri on receipt of material amp subsequently after successful installation testing amp commissioning at site

THE SECOND SCHEDULE TO THE RESERVE BANK OF INDIA ACT 1934

[Sections 2(e) and 42]

SCHEDULED BANKS

STATE CO-OPERATIVE BANKS Andhra Pradesh State Co-operative Bank Ltd Hyderabad Bihar State Co-operative Bank Ltd Bihar Goa State Co-operative Bank Ltd Panaji Gujarat State Co-operative Bank Ltd Ahmedabad Haryana State Co-operative Apex Bank Ltd Chandigarh Karnataka State Co-operative Apex Bank Ltd Bangalore Kerala State Co-operative Bank Ltd Thiruvananthapuram Madhya Pradesh Rajya Sahakari Bank Maryadit Bhopal Maharashtra State Co-operative Bank Ltd Mumbai Orissa State Co-operative Bank Ltd Bhubaneswar Pondicherry State Co-operative Bank Ltd Pondicherry Punjab State Co-operative Bank Ltd Chandigarh Rajasthan State Co-operative Bank Ltd Jaipur Tamil Nadu State Apex Co-operative Bank Ltd Chennai Uttar Pradesh Co-operative Bank Ltd Lucknow West Bengal State Co-operative Bank Ltd Kolkata

Urban Co-operative Banks

A P Mahesh Co-operative Urban Bank Ltd Hyderabad Abhyudaya Co-operative Bank Ltd Mumbai Ahmedabad Mercantile Co-operative Bank Ltd Ahmedabad Akola Janata Commercial Co-operative Bank Ltd Akola Amanath Co-operative Bank Ltd Bangalore Bassein Catholic Co-operative Bank Limited Vasai Bharat Co-operative Bank (Mumbai) Ltd Mumbai Bharati Sahakari Bank Ltd Pune Bombay Mercantile Co-operative Bank Limited Mumbai Charminar Co-operative Urban Bank Ltd Hyderabad Citizen Credit Co-operative Bank Ltd Mumbai Dombivli Nagari Sahakari Bank Ltd Dombivli Greater Bombay Co-operative Bank Limited Mumbai Indian Mercantile Co-operative Bank Ltd Lucknow Jalgaon Janata Sahakari Bank Ltd Jalgaon Janakalyan Sahakari Bank Ltd Mumbai Janalaxmi Cooperative Bank Ltd Nashik Janata Sahakari Bank Ltd Pune Kallappanna Awade Ichalkaranji Janata Sahakari Bank Ltd Ichalkaranji Kalupur Commercial Co-operative Bank Ltd Ahmedabad Kalyan Janata Sahakari Bank Ltd Kalyan Kapol Cooperative Bank Ltd Mumbai Karad Urban Co-operative Bank Ltd Karad Madhavapura Mercantile Co-operative Bank Ltd Ahmedabad Mahanagar Co-operative Bank Ltd Mumbai Mapusa Urban Co-operative Bank of Goa Ltd Mapusa Mehsana Urban Co-operative Bank Ltd Mehsana N K G S B Co-operative Bank Ltd Mumbai Nagar Urban Co-operative Bank Ltd Ahmednagar Nagpur Nagrik Sahakari Bank Ltd Nagpur New India Co-operative Bank Ltd Mumbai Nutan Nagrik Sahakari Bank Ltd Ahmedabad Parsik Janata Sahakari Bank Ltd Thane Pravara Sahakari Bank Ltd Loni Punjab amp Maharashtra Co-operative Bank Ltd Mumbai Rajkot Nagrik Sahakari Bank Ltd Rajkot Rupee Co-operative Bank Ltd Pune Sangli Urban Co-operative Bank Ltd Sangli Saraswat Co-operative Bank Ltd Mumbai Sardar Bhiladwala Pardi Peoples Co-operative Bank Ltd Killa Pardi Shikshak Sahakari Bank Ltd Nagpur Solapur Janata Sahakari Bank Ltd Solapur Surat Peoples Co-operative Bank Ltd Surat Thane Bharat Sahakari Bank Ltd Thane Thane Janata Sahakari Bank Ltd Thane The Akola Urban Co-operative Bank Ltd Akola The Cosmos Co-operative Bank Ltd Pune The Goa Urban Co-operative Bank Ltd Panaji The Khamgaon Urban Co-operative Bank Ltd Khamgaon The Nasik Merchants Co-operative Bank Ltd Nasik The Shamrao Vithal Co-operative Bank Ltd Mumbai The Zoroastrian Co-operative Bank Ltd Mumbai Vasavi Co-operative Urban Bank Limited Hyderabad

SBI AND ASSOCIATES State Bank of India State Bank of Bikaner amp Jaipur State Bank of Hyderabad State Bank of Indore State Bank of Mysore State Bank of Patiala State Bank of Saurashtra State Bank of Travancore

NATIONALISED BANKS

Allahabad Bank Andhra Bank Bank of Baroda Bank of India Bank of Maharashtra Canara Bank Central Bank of India Corporation Bank Dena Bank Indian Bank Indian Overseas Bank Oriental Bank of Commerce Punjab National Bank Punjab and Sind Bank Syndicate Bank UCO Bank Union Bank of India United Bank of India Vijaya Bank

OTHER PUBLIC SECTOR BANKS

Industrial Development Bank of India Ltd

PRIVATE SECTOR BANKS Bank of Rajasthan Ltd Catholic Syrian Bank Ltd City Union Bank Ltd Development Credit Bank Ltd Dhanalakshmi Bank Ltd Federal Bank Ltd HDFC Bank Ltd ICICI Bank Ltd IndusInd Bank Ltd ING Vysya Bank Ltd Jammu and Kashmir Bank Ltd Karnataka Bank Ltd Karur Vysya Bank Ltd Kotak Mahindra Bank Ltd Lakshmi Vilas Bank Ltd Nainital Bank Ltd Ratnakar Bank Ltd SBI Commercial International Bank Ltd South Indian Bank Ltd Tamilnad Mercantile Bank Ltd Axis Bank Ltd Yes Bank Ltd

FOREIGN BANKS ABN Amro Bank NV Abu Dhabi Commercial Bank Ltd American Express Banking Corporation Antwerp Diamond Bank NV Arab Bangladesh Bank Bank International Indonesia Bank of America Bank of Bahrain and Kuwait BSC Bank of Ceylon Bank of Nova Scotia Bank of Tokyo ndash Mitsubishi Ltd Barclays Bank Plc BNP Paribas China Trust Commercial Bank Shinhan Bank Citi Bank NA Calyon Bank Deutsche Bank DBS Bank Ltd The Hongkong and Shanghai Banking Corporation Ltd JP Morgan Chase Bank NA Krung Thai Bank Public Company Ltd Mashreq Bank psc Mizuho Corporate Bank Ltd Oman International Bank SAOG Societe Generale Sonali Bank Standard Chartered Bank State Bank of Mauritius Ltd

GRAMIN BANKS Andhra Pradesh Grameen Vikas Bank Warangal (Andhra Pradesh) Andhra Pragathi Grameena Bank Kadapa (Andhra Pradesh) Aryavart Gramin Bank Lucknow (Uttar Pradesh) Arunachal Pradesh Rural Bank Naharlagun (Arunachal Pradesh) Assam Gramin Vikas Bank Guwahati (Assam) Baitarani Gramya Bank Baripada (Orissa) Ballia Kshetriya Gramin Bank Ballia (Uttar Pradesh) Bangiya Gramin Vikash Bank Berhampore (West Bengal) Baroda Gujarat Gramin Bank Bharuch (Gujarat) Baroda Rajasthan Gramin Bank Ajmer (Rajasthan) Baroda Uttar Pradesh Gramin Bank Rae Bareli (Uttar Pradesh) Bihar Kshetriya Gramin Bank Monghyr (Bihar) Cauvery Kalpatharu Grameena Bank Mysore (Karnataka) Chaitanya Godavari Grameena Bank (Andhra Pradesh) Chhattisgarh Gramin Bank Raipur (Chhattisgarh) Chikmagalur-Kodaga Grameena Bank Chikmagalur (Karnataka) Deccan Grameena Bank Dilsukhnagar (Hyderabad) Dena Gujarat Gramin Bank Gandhinagar (Gujarat) Durg-Rajnandgaon Gramin Bank Rajnandgaon (Chhattisgarh) Ellaquai Dehati Bank Srinagar (Jammu and Kashmir) Etawah Kshetriya Gramin Bank Etawah (Uttar Pradesh) Faridkot Bhatinda Kshetriya Gramin Bank Bhatinda (Punjab) Gurgaon Gramin Bank Gurgaon (Haryana) Hadoti Kshetriya Gramin Bank Kota (Rajasthan) Haryana Gramin Bank Rohtak (Haryana) Himachal Gramin Bank Mandi (Himachal Pradesh) Jaipur Thar Gramin Bank Jaipur (Rajasthan) Jammu Rural Bank Jammu Jhabua-Dhar Kshetriya Gramin Bank Jhabua (Madhya Pradesh) Jharkhand Gramin Bank Ranchi (Jharkhand) Kalinga Gramya Bank Cuttack (Orissa) Kamraz Rural Bank Sopore (Jammu and Kashmir) Karnatka Vikas Gramin Bank Dharwad (Karnataka) Kashi Gomti Samyut Gramin Bank Varanasi (Uttar Pradesh) Khasi J Bank Shillong (Meghalaya) Krishna Grameena Bank Gulbarga (Karnataka) Kshetriya Kisan Gramin Bank Mainpuri (Uttar Pradesh) Langpi Dehangi Rural Bank Dhiphu (Assam) Lucknow Kshetriya Gramin Bank Sitapur (Uttar Pradesh) Madhya Bharath Gramin Bank Sagar (Madhya Pradesh) Madhya Bihar Gramin Bank Patna (Bihar) Mahakaushal Kshetriya Gramin Bank Jabalpur (Madhya Pradesh) Maharashtra Godavari Gramin Bank (Maharashtra) Malwa Gramin Bank Sangrur (Punjab) Marwar Ganganagar Bikaner Gramin Bank Pali (Rajasthan) Manipur Rural Bank Imphal (Manipur) Marathwada Gramin Bank Nanded (Maharashtra) Mewar Aanchalik Gramin Bank Udaipur (Rajasthan) Mizoram Rural Bank Aizawl (Mizoram) Nagaland Rural Bank Kohima (Nagaland) Nainital Almora Kshetriya Gramin Bank Nainital (Uttaranchal) Narmada Malwa Gramin Bank Indore (Madhya Pradesh) Neelachal Gramya Bank (Orissa) North Malabar Gramin Bank Kannur (Kerala) Pallavan Grama Bank Salem (Tamil Nadu)

Pandyan Grama Bank Virudhunagar (Tamil Nadu) Paschim Banga Gramin Bank Howrah (West Bengal) Parvatiya Gramin Bank Chamba (Himachal Pradesh) Pragathi Gramin Bank Bellary (Karnataka) Prathama Bank Moradabad (Uttar Pradesh) Puduvai Bharthiar Grama Bank (Pondicherry) Punjab Gramin Bank Kapurthala (Punjab) Purvanchal Gramin Bank Gorakhpur (Uttar Pradesh) Rajasthan Gramin Bank Alwar (Rajasthan) Ratnagiri Sindhudurg Gramin Bank Ratnagiri (Maharashtra) Rewa-Sidhi Gramin Bank Rewa (Madhya Pradesh) Rushikulya Gramya Bank Berhampur (Orissa) Samastipur Kshetriya Gramin Bank Samastipur (Bihar) Saptagiri Grameena Bank Chitoor (Andhra Pradesh) Sarva UP Gramin Bank (Uttar Pradesh) Satpura Narmada Kshetriya Gramin Bank Chhindwara (Madhya Pradesh) Saurashtra Gramin Bank Rajkot (Gujarat) Sharda Gramin Bank Satna (MP) Shreyas Gramin Bank Aligarh (Uttar Pradesh) Solapur Gramin Bank Solapur (Maharashtra) South Malabar Gramin Bank (Kerala) Surguja Kshetriya Gramin Bank Ambikapur (Chhattisgarh) Tripura Gramin Bank Agartala (Tripura) Triveni Kshetriya Gramin Bank Orai (Uttar Pradesh) Utkal Gramya Bank Bolangir (Orissa) Uttaranchal Gramin Bank Dehradun (Uttaranchal) Uttar Banga Kshetriya Gramin Bank Cooch-Behar (West Bengal) Uttar Bihar Kshetriya Gramin Bank Muzaffarpur (Bihar) Vananchal Gramin Bank Dhumka (Jharkhand) Vidharbha Kshetriya Gramin Bank Akola (Maharashtra) Vidisha-Bhopal Kshetriya Gramin Bank Vidisha (Masdhya Pradesh) Visveshwaraya Grameen Bank Mandya (Karnataka) Wainganga Kshetriya Gramin Bank Chandrapur (Maharashtra)

  • 101910JPG
  • 101934JPG
  • 101945JPG
  • 101956JPG
  • 102006JPG
  • NIQpdf
  • PQR2pdf
  • BOQ Audio-Videopdf
  • Technical Specificationspdf
  • ITB3pdf
  • GCC6pdf
  • Listofscheduledbankpdf
    • PRE QUALIFICATION CRITERIA

      PPR-NJHPS-1163 (OampM)2014

      Qualifying requirement for ldquoSupply Installation amp Testing of AudioVideo Equipments for Conference Room of New Office Building of NJHPS SJVN Ltd Jhakrirdquo

      (A) Proven Experience

      10 The bidder should be a regular contractor for ldquoSupply Installation amp Testing of AudioVideo Equipmentsrdquo The bidder must submit the supporting documents (LOAs work orders agreements for the similar work along with the satisfactory completion certificate) to this effect from their clients In the case LOAs work orders agreements are from the private company (ies) firm (s) then copy (ies) of TDS for the same are also need to be submitted along with the satisfactory completion certificate

      20 The bidder should have completed such type of job in the past

      (B) Financial Requirement

      10 Financial Requirement The Bidder must have an average annual financial turn over of ` 1097615 (Rupees Ten Lacs Ninety Seven Thousand Six Hundred Fifteen only) during last three years ending 31st March of previous financial year

      20 The Bidder should have successfully completed the similar work as per any of the following criteria during last 7 years ending last day of month previous to one in which applications are invited

      (a) The Bidder should have carried out the 3 similar works valuing not less than ` 14 63487- (Rupees Fourteen Lacs Sixty Three Thousand Four Hundred Eighty Seven only) each

      Or

      (b) 2 similar completed works valuing not less than ` 18 29359- (Rupees Eighteen Lacs Twenty Nine Thousand Three Hundred Fifty Nine only) each

      Or

      (c) 1 similar completed work valuing not less than ` 29 26974- (Rupees Twenty Nine Lacs Twenty Six Thousand Nine Hundred Seventy Four only)

      Note Similar work means work related to Supply Installation amp Testing of AudioVideo Equipments

      The bidder must submit the supporting documents (LOAs work orders agreements for the similar work along with the satisfactory completion certificate) to this effect from their clients In the case LOAs work orders agreements are from the private company (ies) firm (s) then copy (ies) of TDS for the same are also need to be submitted along with the satisfactory completion certificate

      (C) General Conditions of Prequalification

      1 Bidder must furnish Code number photocopies for PAN Sales tax VATTIN amp Service Tax (If applicable) etc

      2 SJVN Ltd reserves the right to cancel withdraw the invitation for bid without assigning any reason and shall bear no liability whatsoever consequent upon such a decision

      3 Notwithstanding anything stated above SJVN Ltd reserves the right to assess the Bidderrsquos capability and capacity to perform the contract satisfactorily should the circumstances warrant such assessment in the overall interest of SJVN Ltd

      4 Price bid of only those bidders shall be opened who qualify based on the specified qualifying requirements after Scrutiny of details documents furnished by them and found to be techno- commercial responsive

      SJVN Ltd

      Annexure-I

      Under Taking From Bidder

      Bidderrsquos Name amp Address

      11 We are qualified under clause (A) amp (C) of the qualifying requirements (any qualifying requirements which bidder does not meet shall be mentioned in the separate sheet)

      12 We are regular contractor for Supply Installation amp Testing of AudioVideo Equipments

      13 We confirm having carried out following contracts for similar nature of job related to Supply Installation amp Testing of AudioVideo Equipments

      Name and Address of Client

      Details of work executed

      Order No amp Date

      Date of Completion

      Order Value

      Copy of order Enclosed

      These details are to be furnished in Schedule-5 of Techno commercial part of the bid

Page 22: PPR-NJHPS-1163 NOTICE INVITING TENDER (Domestic ...sjvn.nic.in/writereaddata/Portal/Tender/179_1/1_Tender_Doc1163.pdf · certificate) to this effect from their clients. In the case

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 6 of 7

by the contractor and the Owner and the third to be named by the President of Institution of Engineers India If either of the parties fails to appoint its arbitrator within thirty (30) days after receipt of a notice from the other party invoking the arbitration clause the President of the Institution of Engineers India shall have the power at the request of either of the parties to appoint the arbitrators A certified copy of the said President making such an appointment shall be furnished to both the parties

143 The arbitration shall be conducted in accordance with the provisions of the Arbitration amp Conciliation Act 1996 or any statutory modification thereof

144 Arbitration(s) shall give reasoned award

145 The decision of the majority of the arbitrators shall be final and binding upon the parties The expenses of the arbitration shall be paid as may be determined by the arbitrators The arbitrators may from time to time with the consent of all the parties enlarge the time for making the award In the event of any of the aforesaid arbitrators dying neglecting resigning of being unable to act for any reason it will be lawful for the party concerned to nominate another arbitrator in place of the outgoing arbitrator

146 The arbitrator shall have full powers to review andor revise any decision opinion directions certification or valuation of the Engineer in consonance with the contract

150 APPLICABLE LAW

151 The Contract shall be governed by and interpreted in accordance with the laws in force in India The courts of Rampur BushahrShimla shall have exclusive jurisdiction in all matters arising under the Contract

160 NOTICES

Any notice given by one party to the other pursuant to this Contract shall be sent to the other party in writing or by cable telex or facsimile and confirmed in writing to the other partys address specified in NITNIQ

A notice shall be effective when delivered or on the notices effective date whichever is later

17 CORRESPONDENCE(i) All correspondence related to this contract before award of the contract shall

be addressed to DGM Procurement amp Contract Deptt NJHPS SJVN Ltd Jhakri Distt Shimla (HP) PIN- 172201 PH No 0091-1782-275794 Fax No 0091-1782-234049

(ii) All the correspondences after award of the contract shall be addressed to DGM(ITampCPSSM) NJHPS SJVN Ltd Jhakri

18 Engineer in Charge (EIC)DGM (ITampCPSSM) NJHPS SJVN Ltd Jhakri shall be the EIC of this work The material shall be drawn by EIC from store for the installation

19 CONSIGNEEThe Goods under this Contract shall be dispatched to the Consignee at the following address-

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 7 of 7

Manager (OampM Stores)Nathpa Jhakri Hydro Power Station SJVN Ltd Jhakri Distt Shimla (HP)Pin-172201 (INDIA)Phone No 0091-1782-275041 Fax No 0091-1782-234049

20 The material is to transported through ldquoRegistered Common Carrierrdquo only (Registered Common Carrier mean the carrier registered with a State Transport Authority or a Regional Transport Authority)

21 TESTING amp INSPECTIONInspection of material supplied against this supply order shall be carried out by EIC or his authorized representative at project stores Jhakri on receipt of material amp subsequently after successful installation testing amp commissioning at site

THE SECOND SCHEDULE TO THE RESERVE BANK OF INDIA ACT 1934

[Sections 2(e) and 42]

SCHEDULED BANKS

STATE CO-OPERATIVE BANKS Andhra Pradesh State Co-operative Bank Ltd Hyderabad Bihar State Co-operative Bank Ltd Bihar Goa State Co-operative Bank Ltd Panaji Gujarat State Co-operative Bank Ltd Ahmedabad Haryana State Co-operative Apex Bank Ltd Chandigarh Karnataka State Co-operative Apex Bank Ltd Bangalore Kerala State Co-operative Bank Ltd Thiruvananthapuram Madhya Pradesh Rajya Sahakari Bank Maryadit Bhopal Maharashtra State Co-operative Bank Ltd Mumbai Orissa State Co-operative Bank Ltd Bhubaneswar Pondicherry State Co-operative Bank Ltd Pondicherry Punjab State Co-operative Bank Ltd Chandigarh Rajasthan State Co-operative Bank Ltd Jaipur Tamil Nadu State Apex Co-operative Bank Ltd Chennai Uttar Pradesh Co-operative Bank Ltd Lucknow West Bengal State Co-operative Bank Ltd Kolkata

Urban Co-operative Banks

A P Mahesh Co-operative Urban Bank Ltd Hyderabad Abhyudaya Co-operative Bank Ltd Mumbai Ahmedabad Mercantile Co-operative Bank Ltd Ahmedabad Akola Janata Commercial Co-operative Bank Ltd Akola Amanath Co-operative Bank Ltd Bangalore Bassein Catholic Co-operative Bank Limited Vasai Bharat Co-operative Bank (Mumbai) Ltd Mumbai Bharati Sahakari Bank Ltd Pune Bombay Mercantile Co-operative Bank Limited Mumbai Charminar Co-operative Urban Bank Ltd Hyderabad Citizen Credit Co-operative Bank Ltd Mumbai Dombivli Nagari Sahakari Bank Ltd Dombivli Greater Bombay Co-operative Bank Limited Mumbai Indian Mercantile Co-operative Bank Ltd Lucknow Jalgaon Janata Sahakari Bank Ltd Jalgaon Janakalyan Sahakari Bank Ltd Mumbai Janalaxmi Cooperative Bank Ltd Nashik Janata Sahakari Bank Ltd Pune Kallappanna Awade Ichalkaranji Janata Sahakari Bank Ltd Ichalkaranji Kalupur Commercial Co-operative Bank Ltd Ahmedabad Kalyan Janata Sahakari Bank Ltd Kalyan Kapol Cooperative Bank Ltd Mumbai Karad Urban Co-operative Bank Ltd Karad Madhavapura Mercantile Co-operative Bank Ltd Ahmedabad Mahanagar Co-operative Bank Ltd Mumbai Mapusa Urban Co-operative Bank of Goa Ltd Mapusa Mehsana Urban Co-operative Bank Ltd Mehsana N K G S B Co-operative Bank Ltd Mumbai Nagar Urban Co-operative Bank Ltd Ahmednagar Nagpur Nagrik Sahakari Bank Ltd Nagpur New India Co-operative Bank Ltd Mumbai Nutan Nagrik Sahakari Bank Ltd Ahmedabad Parsik Janata Sahakari Bank Ltd Thane Pravara Sahakari Bank Ltd Loni Punjab amp Maharashtra Co-operative Bank Ltd Mumbai Rajkot Nagrik Sahakari Bank Ltd Rajkot Rupee Co-operative Bank Ltd Pune Sangli Urban Co-operative Bank Ltd Sangli Saraswat Co-operative Bank Ltd Mumbai Sardar Bhiladwala Pardi Peoples Co-operative Bank Ltd Killa Pardi Shikshak Sahakari Bank Ltd Nagpur Solapur Janata Sahakari Bank Ltd Solapur Surat Peoples Co-operative Bank Ltd Surat Thane Bharat Sahakari Bank Ltd Thane Thane Janata Sahakari Bank Ltd Thane The Akola Urban Co-operative Bank Ltd Akola The Cosmos Co-operative Bank Ltd Pune The Goa Urban Co-operative Bank Ltd Panaji The Khamgaon Urban Co-operative Bank Ltd Khamgaon The Nasik Merchants Co-operative Bank Ltd Nasik The Shamrao Vithal Co-operative Bank Ltd Mumbai The Zoroastrian Co-operative Bank Ltd Mumbai Vasavi Co-operative Urban Bank Limited Hyderabad

SBI AND ASSOCIATES State Bank of India State Bank of Bikaner amp Jaipur State Bank of Hyderabad State Bank of Indore State Bank of Mysore State Bank of Patiala State Bank of Saurashtra State Bank of Travancore

NATIONALISED BANKS

Allahabad Bank Andhra Bank Bank of Baroda Bank of India Bank of Maharashtra Canara Bank Central Bank of India Corporation Bank Dena Bank Indian Bank Indian Overseas Bank Oriental Bank of Commerce Punjab National Bank Punjab and Sind Bank Syndicate Bank UCO Bank Union Bank of India United Bank of India Vijaya Bank

OTHER PUBLIC SECTOR BANKS

Industrial Development Bank of India Ltd

PRIVATE SECTOR BANKS Bank of Rajasthan Ltd Catholic Syrian Bank Ltd City Union Bank Ltd Development Credit Bank Ltd Dhanalakshmi Bank Ltd Federal Bank Ltd HDFC Bank Ltd ICICI Bank Ltd IndusInd Bank Ltd ING Vysya Bank Ltd Jammu and Kashmir Bank Ltd Karnataka Bank Ltd Karur Vysya Bank Ltd Kotak Mahindra Bank Ltd Lakshmi Vilas Bank Ltd Nainital Bank Ltd Ratnakar Bank Ltd SBI Commercial International Bank Ltd South Indian Bank Ltd Tamilnad Mercantile Bank Ltd Axis Bank Ltd Yes Bank Ltd

FOREIGN BANKS ABN Amro Bank NV Abu Dhabi Commercial Bank Ltd American Express Banking Corporation Antwerp Diamond Bank NV Arab Bangladesh Bank Bank International Indonesia Bank of America Bank of Bahrain and Kuwait BSC Bank of Ceylon Bank of Nova Scotia Bank of Tokyo ndash Mitsubishi Ltd Barclays Bank Plc BNP Paribas China Trust Commercial Bank Shinhan Bank Citi Bank NA Calyon Bank Deutsche Bank DBS Bank Ltd The Hongkong and Shanghai Banking Corporation Ltd JP Morgan Chase Bank NA Krung Thai Bank Public Company Ltd Mashreq Bank psc Mizuho Corporate Bank Ltd Oman International Bank SAOG Societe Generale Sonali Bank Standard Chartered Bank State Bank of Mauritius Ltd

GRAMIN BANKS Andhra Pradesh Grameen Vikas Bank Warangal (Andhra Pradesh) Andhra Pragathi Grameena Bank Kadapa (Andhra Pradesh) Aryavart Gramin Bank Lucknow (Uttar Pradesh) Arunachal Pradesh Rural Bank Naharlagun (Arunachal Pradesh) Assam Gramin Vikas Bank Guwahati (Assam) Baitarani Gramya Bank Baripada (Orissa) Ballia Kshetriya Gramin Bank Ballia (Uttar Pradesh) Bangiya Gramin Vikash Bank Berhampore (West Bengal) Baroda Gujarat Gramin Bank Bharuch (Gujarat) Baroda Rajasthan Gramin Bank Ajmer (Rajasthan) Baroda Uttar Pradesh Gramin Bank Rae Bareli (Uttar Pradesh) Bihar Kshetriya Gramin Bank Monghyr (Bihar) Cauvery Kalpatharu Grameena Bank Mysore (Karnataka) Chaitanya Godavari Grameena Bank (Andhra Pradesh) Chhattisgarh Gramin Bank Raipur (Chhattisgarh) Chikmagalur-Kodaga Grameena Bank Chikmagalur (Karnataka) Deccan Grameena Bank Dilsukhnagar (Hyderabad) Dena Gujarat Gramin Bank Gandhinagar (Gujarat) Durg-Rajnandgaon Gramin Bank Rajnandgaon (Chhattisgarh) Ellaquai Dehati Bank Srinagar (Jammu and Kashmir) Etawah Kshetriya Gramin Bank Etawah (Uttar Pradesh) Faridkot Bhatinda Kshetriya Gramin Bank Bhatinda (Punjab) Gurgaon Gramin Bank Gurgaon (Haryana) Hadoti Kshetriya Gramin Bank Kota (Rajasthan) Haryana Gramin Bank Rohtak (Haryana) Himachal Gramin Bank Mandi (Himachal Pradesh) Jaipur Thar Gramin Bank Jaipur (Rajasthan) Jammu Rural Bank Jammu Jhabua-Dhar Kshetriya Gramin Bank Jhabua (Madhya Pradesh) Jharkhand Gramin Bank Ranchi (Jharkhand) Kalinga Gramya Bank Cuttack (Orissa) Kamraz Rural Bank Sopore (Jammu and Kashmir) Karnatka Vikas Gramin Bank Dharwad (Karnataka) Kashi Gomti Samyut Gramin Bank Varanasi (Uttar Pradesh) Khasi J Bank Shillong (Meghalaya) Krishna Grameena Bank Gulbarga (Karnataka) Kshetriya Kisan Gramin Bank Mainpuri (Uttar Pradesh) Langpi Dehangi Rural Bank Dhiphu (Assam) Lucknow Kshetriya Gramin Bank Sitapur (Uttar Pradesh) Madhya Bharath Gramin Bank Sagar (Madhya Pradesh) Madhya Bihar Gramin Bank Patna (Bihar) Mahakaushal Kshetriya Gramin Bank Jabalpur (Madhya Pradesh) Maharashtra Godavari Gramin Bank (Maharashtra) Malwa Gramin Bank Sangrur (Punjab) Marwar Ganganagar Bikaner Gramin Bank Pali (Rajasthan) Manipur Rural Bank Imphal (Manipur) Marathwada Gramin Bank Nanded (Maharashtra) Mewar Aanchalik Gramin Bank Udaipur (Rajasthan) Mizoram Rural Bank Aizawl (Mizoram) Nagaland Rural Bank Kohima (Nagaland) Nainital Almora Kshetriya Gramin Bank Nainital (Uttaranchal) Narmada Malwa Gramin Bank Indore (Madhya Pradesh) Neelachal Gramya Bank (Orissa) North Malabar Gramin Bank Kannur (Kerala) Pallavan Grama Bank Salem (Tamil Nadu)

Pandyan Grama Bank Virudhunagar (Tamil Nadu) Paschim Banga Gramin Bank Howrah (West Bengal) Parvatiya Gramin Bank Chamba (Himachal Pradesh) Pragathi Gramin Bank Bellary (Karnataka) Prathama Bank Moradabad (Uttar Pradesh) Puduvai Bharthiar Grama Bank (Pondicherry) Punjab Gramin Bank Kapurthala (Punjab) Purvanchal Gramin Bank Gorakhpur (Uttar Pradesh) Rajasthan Gramin Bank Alwar (Rajasthan) Ratnagiri Sindhudurg Gramin Bank Ratnagiri (Maharashtra) Rewa-Sidhi Gramin Bank Rewa (Madhya Pradesh) Rushikulya Gramya Bank Berhampur (Orissa) Samastipur Kshetriya Gramin Bank Samastipur (Bihar) Saptagiri Grameena Bank Chitoor (Andhra Pradesh) Sarva UP Gramin Bank (Uttar Pradesh) Satpura Narmada Kshetriya Gramin Bank Chhindwara (Madhya Pradesh) Saurashtra Gramin Bank Rajkot (Gujarat) Sharda Gramin Bank Satna (MP) Shreyas Gramin Bank Aligarh (Uttar Pradesh) Solapur Gramin Bank Solapur (Maharashtra) South Malabar Gramin Bank (Kerala) Surguja Kshetriya Gramin Bank Ambikapur (Chhattisgarh) Tripura Gramin Bank Agartala (Tripura) Triveni Kshetriya Gramin Bank Orai (Uttar Pradesh) Utkal Gramya Bank Bolangir (Orissa) Uttaranchal Gramin Bank Dehradun (Uttaranchal) Uttar Banga Kshetriya Gramin Bank Cooch-Behar (West Bengal) Uttar Bihar Kshetriya Gramin Bank Muzaffarpur (Bihar) Vananchal Gramin Bank Dhumka (Jharkhand) Vidharbha Kshetriya Gramin Bank Akola (Maharashtra) Vidisha-Bhopal Kshetriya Gramin Bank Vidisha (Masdhya Pradesh) Visveshwaraya Grameen Bank Mandya (Karnataka) Wainganga Kshetriya Gramin Bank Chandrapur (Maharashtra)

  • 101910JPG
  • 101934JPG
  • 101945JPG
  • 101956JPG
  • 102006JPG
  • NIQpdf
  • PQR2pdf
  • BOQ Audio-Videopdf
  • Technical Specificationspdf
  • ITB3pdf
  • GCC6pdf
  • Listofscheduledbankpdf
    • PRE QUALIFICATION CRITERIA

      PPR-NJHPS-1163 (OampM)2014

      Qualifying requirement for ldquoSupply Installation amp Testing of AudioVideo Equipments for Conference Room of New Office Building of NJHPS SJVN Ltd Jhakrirdquo

      (A) Proven Experience

      10 The bidder should be a regular contractor for ldquoSupply Installation amp Testing of AudioVideo Equipmentsrdquo The bidder must submit the supporting documents (LOAs work orders agreements for the similar work along with the satisfactory completion certificate) to this effect from their clients In the case LOAs work orders agreements are from the private company (ies) firm (s) then copy (ies) of TDS for the same are also need to be submitted along with the satisfactory completion certificate

      20 The bidder should have completed such type of job in the past

      (B) Financial Requirement

      10 Financial Requirement The Bidder must have an average annual financial turn over of ` 1097615 (Rupees Ten Lacs Ninety Seven Thousand Six Hundred Fifteen only) during last three years ending 31st March of previous financial year

      20 The Bidder should have successfully completed the similar work as per any of the following criteria during last 7 years ending last day of month previous to one in which applications are invited

      (a) The Bidder should have carried out the 3 similar works valuing not less than ` 14 63487- (Rupees Fourteen Lacs Sixty Three Thousand Four Hundred Eighty Seven only) each

      Or

      (b) 2 similar completed works valuing not less than ` 18 29359- (Rupees Eighteen Lacs Twenty Nine Thousand Three Hundred Fifty Nine only) each

      Or

      (c) 1 similar completed work valuing not less than ` 29 26974- (Rupees Twenty Nine Lacs Twenty Six Thousand Nine Hundred Seventy Four only)

      Note Similar work means work related to Supply Installation amp Testing of AudioVideo Equipments

      The bidder must submit the supporting documents (LOAs work orders agreements for the similar work along with the satisfactory completion certificate) to this effect from their clients In the case LOAs work orders agreements are from the private company (ies) firm (s) then copy (ies) of TDS for the same are also need to be submitted along with the satisfactory completion certificate

      (C) General Conditions of Prequalification

      1 Bidder must furnish Code number photocopies for PAN Sales tax VATTIN amp Service Tax (If applicable) etc

      2 SJVN Ltd reserves the right to cancel withdraw the invitation for bid without assigning any reason and shall bear no liability whatsoever consequent upon such a decision

      3 Notwithstanding anything stated above SJVN Ltd reserves the right to assess the Bidderrsquos capability and capacity to perform the contract satisfactorily should the circumstances warrant such assessment in the overall interest of SJVN Ltd

      4 Price bid of only those bidders shall be opened who qualify based on the specified qualifying requirements after Scrutiny of details documents furnished by them and found to be techno- commercial responsive

      SJVN Ltd

      Annexure-I

      Under Taking From Bidder

      Bidderrsquos Name amp Address

      11 We are qualified under clause (A) amp (C) of the qualifying requirements (any qualifying requirements which bidder does not meet shall be mentioned in the separate sheet)

      12 We are regular contractor for Supply Installation amp Testing of AudioVideo Equipments

      13 We confirm having carried out following contracts for similar nature of job related to Supply Installation amp Testing of AudioVideo Equipments

      Name and Address of Client

      Details of work executed

      Order No amp Date

      Date of Completion

      Order Value

      Copy of order Enclosed

      These details are to be furnished in Schedule-5 of Techno commercial part of the bid

Page 23: PPR-NJHPS-1163 NOTICE INVITING TENDER (Domestic ...sjvn.nic.in/writereaddata/Portal/Tender/179_1/1_Tender_Doc1163.pdf · certificate) to this effect from their clients. In the case

PPR-1163-GCC (AudioVideo Equipments for conference room)Page 7 of 7

Manager (OampM Stores)Nathpa Jhakri Hydro Power Station SJVN Ltd Jhakri Distt Shimla (HP)Pin-172201 (INDIA)Phone No 0091-1782-275041 Fax No 0091-1782-234049

20 The material is to transported through ldquoRegistered Common Carrierrdquo only (Registered Common Carrier mean the carrier registered with a State Transport Authority or a Regional Transport Authority)

21 TESTING amp INSPECTIONInspection of material supplied against this supply order shall be carried out by EIC or his authorized representative at project stores Jhakri on receipt of material amp subsequently after successful installation testing amp commissioning at site

THE SECOND SCHEDULE TO THE RESERVE BANK OF INDIA ACT 1934

[Sections 2(e) and 42]

SCHEDULED BANKS

STATE CO-OPERATIVE BANKS Andhra Pradesh State Co-operative Bank Ltd Hyderabad Bihar State Co-operative Bank Ltd Bihar Goa State Co-operative Bank Ltd Panaji Gujarat State Co-operative Bank Ltd Ahmedabad Haryana State Co-operative Apex Bank Ltd Chandigarh Karnataka State Co-operative Apex Bank Ltd Bangalore Kerala State Co-operative Bank Ltd Thiruvananthapuram Madhya Pradesh Rajya Sahakari Bank Maryadit Bhopal Maharashtra State Co-operative Bank Ltd Mumbai Orissa State Co-operative Bank Ltd Bhubaneswar Pondicherry State Co-operative Bank Ltd Pondicherry Punjab State Co-operative Bank Ltd Chandigarh Rajasthan State Co-operative Bank Ltd Jaipur Tamil Nadu State Apex Co-operative Bank Ltd Chennai Uttar Pradesh Co-operative Bank Ltd Lucknow West Bengal State Co-operative Bank Ltd Kolkata

Urban Co-operative Banks

A P Mahesh Co-operative Urban Bank Ltd Hyderabad Abhyudaya Co-operative Bank Ltd Mumbai Ahmedabad Mercantile Co-operative Bank Ltd Ahmedabad Akola Janata Commercial Co-operative Bank Ltd Akola Amanath Co-operative Bank Ltd Bangalore Bassein Catholic Co-operative Bank Limited Vasai Bharat Co-operative Bank (Mumbai) Ltd Mumbai Bharati Sahakari Bank Ltd Pune Bombay Mercantile Co-operative Bank Limited Mumbai Charminar Co-operative Urban Bank Ltd Hyderabad Citizen Credit Co-operative Bank Ltd Mumbai Dombivli Nagari Sahakari Bank Ltd Dombivli Greater Bombay Co-operative Bank Limited Mumbai Indian Mercantile Co-operative Bank Ltd Lucknow Jalgaon Janata Sahakari Bank Ltd Jalgaon Janakalyan Sahakari Bank Ltd Mumbai Janalaxmi Cooperative Bank Ltd Nashik Janata Sahakari Bank Ltd Pune Kallappanna Awade Ichalkaranji Janata Sahakari Bank Ltd Ichalkaranji Kalupur Commercial Co-operative Bank Ltd Ahmedabad Kalyan Janata Sahakari Bank Ltd Kalyan Kapol Cooperative Bank Ltd Mumbai Karad Urban Co-operative Bank Ltd Karad Madhavapura Mercantile Co-operative Bank Ltd Ahmedabad Mahanagar Co-operative Bank Ltd Mumbai Mapusa Urban Co-operative Bank of Goa Ltd Mapusa Mehsana Urban Co-operative Bank Ltd Mehsana N K G S B Co-operative Bank Ltd Mumbai Nagar Urban Co-operative Bank Ltd Ahmednagar Nagpur Nagrik Sahakari Bank Ltd Nagpur New India Co-operative Bank Ltd Mumbai Nutan Nagrik Sahakari Bank Ltd Ahmedabad Parsik Janata Sahakari Bank Ltd Thane Pravara Sahakari Bank Ltd Loni Punjab amp Maharashtra Co-operative Bank Ltd Mumbai Rajkot Nagrik Sahakari Bank Ltd Rajkot Rupee Co-operative Bank Ltd Pune Sangli Urban Co-operative Bank Ltd Sangli Saraswat Co-operative Bank Ltd Mumbai Sardar Bhiladwala Pardi Peoples Co-operative Bank Ltd Killa Pardi Shikshak Sahakari Bank Ltd Nagpur Solapur Janata Sahakari Bank Ltd Solapur Surat Peoples Co-operative Bank Ltd Surat Thane Bharat Sahakari Bank Ltd Thane Thane Janata Sahakari Bank Ltd Thane The Akola Urban Co-operative Bank Ltd Akola The Cosmos Co-operative Bank Ltd Pune The Goa Urban Co-operative Bank Ltd Panaji The Khamgaon Urban Co-operative Bank Ltd Khamgaon The Nasik Merchants Co-operative Bank Ltd Nasik The Shamrao Vithal Co-operative Bank Ltd Mumbai The Zoroastrian Co-operative Bank Ltd Mumbai Vasavi Co-operative Urban Bank Limited Hyderabad

SBI AND ASSOCIATES State Bank of India State Bank of Bikaner amp Jaipur State Bank of Hyderabad State Bank of Indore State Bank of Mysore State Bank of Patiala State Bank of Saurashtra State Bank of Travancore

NATIONALISED BANKS

Allahabad Bank Andhra Bank Bank of Baroda Bank of India Bank of Maharashtra Canara Bank Central Bank of India Corporation Bank Dena Bank Indian Bank Indian Overseas Bank Oriental Bank of Commerce Punjab National Bank Punjab and Sind Bank Syndicate Bank UCO Bank Union Bank of India United Bank of India Vijaya Bank

OTHER PUBLIC SECTOR BANKS

Industrial Development Bank of India Ltd

PRIVATE SECTOR BANKS Bank of Rajasthan Ltd Catholic Syrian Bank Ltd City Union Bank Ltd Development Credit Bank Ltd Dhanalakshmi Bank Ltd Federal Bank Ltd HDFC Bank Ltd ICICI Bank Ltd IndusInd Bank Ltd ING Vysya Bank Ltd Jammu and Kashmir Bank Ltd Karnataka Bank Ltd Karur Vysya Bank Ltd Kotak Mahindra Bank Ltd Lakshmi Vilas Bank Ltd Nainital Bank Ltd Ratnakar Bank Ltd SBI Commercial International Bank Ltd South Indian Bank Ltd Tamilnad Mercantile Bank Ltd Axis Bank Ltd Yes Bank Ltd

FOREIGN BANKS ABN Amro Bank NV Abu Dhabi Commercial Bank Ltd American Express Banking Corporation Antwerp Diamond Bank NV Arab Bangladesh Bank Bank International Indonesia Bank of America Bank of Bahrain and Kuwait BSC Bank of Ceylon Bank of Nova Scotia Bank of Tokyo ndash Mitsubishi Ltd Barclays Bank Plc BNP Paribas China Trust Commercial Bank Shinhan Bank Citi Bank NA Calyon Bank Deutsche Bank DBS Bank Ltd The Hongkong and Shanghai Banking Corporation Ltd JP Morgan Chase Bank NA Krung Thai Bank Public Company Ltd Mashreq Bank psc Mizuho Corporate Bank Ltd Oman International Bank SAOG Societe Generale Sonali Bank Standard Chartered Bank State Bank of Mauritius Ltd

GRAMIN BANKS Andhra Pradesh Grameen Vikas Bank Warangal (Andhra Pradesh) Andhra Pragathi Grameena Bank Kadapa (Andhra Pradesh) Aryavart Gramin Bank Lucknow (Uttar Pradesh) Arunachal Pradesh Rural Bank Naharlagun (Arunachal Pradesh) Assam Gramin Vikas Bank Guwahati (Assam) Baitarani Gramya Bank Baripada (Orissa) Ballia Kshetriya Gramin Bank Ballia (Uttar Pradesh) Bangiya Gramin Vikash Bank Berhampore (West Bengal) Baroda Gujarat Gramin Bank Bharuch (Gujarat) Baroda Rajasthan Gramin Bank Ajmer (Rajasthan) Baroda Uttar Pradesh Gramin Bank Rae Bareli (Uttar Pradesh) Bihar Kshetriya Gramin Bank Monghyr (Bihar) Cauvery Kalpatharu Grameena Bank Mysore (Karnataka) Chaitanya Godavari Grameena Bank (Andhra Pradesh) Chhattisgarh Gramin Bank Raipur (Chhattisgarh) Chikmagalur-Kodaga Grameena Bank Chikmagalur (Karnataka) Deccan Grameena Bank Dilsukhnagar (Hyderabad) Dena Gujarat Gramin Bank Gandhinagar (Gujarat) Durg-Rajnandgaon Gramin Bank Rajnandgaon (Chhattisgarh) Ellaquai Dehati Bank Srinagar (Jammu and Kashmir) Etawah Kshetriya Gramin Bank Etawah (Uttar Pradesh) Faridkot Bhatinda Kshetriya Gramin Bank Bhatinda (Punjab) Gurgaon Gramin Bank Gurgaon (Haryana) Hadoti Kshetriya Gramin Bank Kota (Rajasthan) Haryana Gramin Bank Rohtak (Haryana) Himachal Gramin Bank Mandi (Himachal Pradesh) Jaipur Thar Gramin Bank Jaipur (Rajasthan) Jammu Rural Bank Jammu Jhabua-Dhar Kshetriya Gramin Bank Jhabua (Madhya Pradesh) Jharkhand Gramin Bank Ranchi (Jharkhand) Kalinga Gramya Bank Cuttack (Orissa) Kamraz Rural Bank Sopore (Jammu and Kashmir) Karnatka Vikas Gramin Bank Dharwad (Karnataka) Kashi Gomti Samyut Gramin Bank Varanasi (Uttar Pradesh) Khasi J Bank Shillong (Meghalaya) Krishna Grameena Bank Gulbarga (Karnataka) Kshetriya Kisan Gramin Bank Mainpuri (Uttar Pradesh) Langpi Dehangi Rural Bank Dhiphu (Assam) Lucknow Kshetriya Gramin Bank Sitapur (Uttar Pradesh) Madhya Bharath Gramin Bank Sagar (Madhya Pradesh) Madhya Bihar Gramin Bank Patna (Bihar) Mahakaushal Kshetriya Gramin Bank Jabalpur (Madhya Pradesh) Maharashtra Godavari Gramin Bank (Maharashtra) Malwa Gramin Bank Sangrur (Punjab) Marwar Ganganagar Bikaner Gramin Bank Pali (Rajasthan) Manipur Rural Bank Imphal (Manipur) Marathwada Gramin Bank Nanded (Maharashtra) Mewar Aanchalik Gramin Bank Udaipur (Rajasthan) Mizoram Rural Bank Aizawl (Mizoram) Nagaland Rural Bank Kohima (Nagaland) Nainital Almora Kshetriya Gramin Bank Nainital (Uttaranchal) Narmada Malwa Gramin Bank Indore (Madhya Pradesh) Neelachal Gramya Bank (Orissa) North Malabar Gramin Bank Kannur (Kerala) Pallavan Grama Bank Salem (Tamil Nadu)

Pandyan Grama Bank Virudhunagar (Tamil Nadu) Paschim Banga Gramin Bank Howrah (West Bengal) Parvatiya Gramin Bank Chamba (Himachal Pradesh) Pragathi Gramin Bank Bellary (Karnataka) Prathama Bank Moradabad (Uttar Pradesh) Puduvai Bharthiar Grama Bank (Pondicherry) Punjab Gramin Bank Kapurthala (Punjab) Purvanchal Gramin Bank Gorakhpur (Uttar Pradesh) Rajasthan Gramin Bank Alwar (Rajasthan) Ratnagiri Sindhudurg Gramin Bank Ratnagiri (Maharashtra) Rewa-Sidhi Gramin Bank Rewa (Madhya Pradesh) Rushikulya Gramya Bank Berhampur (Orissa) Samastipur Kshetriya Gramin Bank Samastipur (Bihar) Saptagiri Grameena Bank Chitoor (Andhra Pradesh) Sarva UP Gramin Bank (Uttar Pradesh) Satpura Narmada Kshetriya Gramin Bank Chhindwara (Madhya Pradesh) Saurashtra Gramin Bank Rajkot (Gujarat) Sharda Gramin Bank Satna (MP) Shreyas Gramin Bank Aligarh (Uttar Pradesh) Solapur Gramin Bank Solapur (Maharashtra) South Malabar Gramin Bank (Kerala) Surguja Kshetriya Gramin Bank Ambikapur (Chhattisgarh) Tripura Gramin Bank Agartala (Tripura) Triveni Kshetriya Gramin Bank Orai (Uttar Pradesh) Utkal Gramya Bank Bolangir (Orissa) Uttaranchal Gramin Bank Dehradun (Uttaranchal) Uttar Banga Kshetriya Gramin Bank Cooch-Behar (West Bengal) Uttar Bihar Kshetriya Gramin Bank Muzaffarpur (Bihar) Vananchal Gramin Bank Dhumka (Jharkhand) Vidharbha Kshetriya Gramin Bank Akola (Maharashtra) Vidisha-Bhopal Kshetriya Gramin Bank Vidisha (Masdhya Pradesh) Visveshwaraya Grameen Bank Mandya (Karnataka) Wainganga Kshetriya Gramin Bank Chandrapur (Maharashtra)

  • 101910JPG
  • 101934JPG
  • 101945JPG
  • 101956JPG
  • 102006JPG
  • NIQpdf
  • PQR2pdf
  • BOQ Audio-Videopdf
  • Technical Specificationspdf
  • ITB3pdf
  • GCC6pdf
  • Listofscheduledbankpdf
    • PRE QUALIFICATION CRITERIA

      PPR-NJHPS-1163 (OampM)2014

      Qualifying requirement for ldquoSupply Installation amp Testing of AudioVideo Equipments for Conference Room of New Office Building of NJHPS SJVN Ltd Jhakrirdquo

      (A) Proven Experience

      10 The bidder should be a regular contractor for ldquoSupply Installation amp Testing of AudioVideo Equipmentsrdquo The bidder must submit the supporting documents (LOAs work orders agreements for the similar work along with the satisfactory completion certificate) to this effect from their clients In the case LOAs work orders agreements are from the private company (ies) firm (s) then copy (ies) of TDS for the same are also need to be submitted along with the satisfactory completion certificate

      20 The bidder should have completed such type of job in the past

      (B) Financial Requirement

      10 Financial Requirement The Bidder must have an average annual financial turn over of ` 1097615 (Rupees Ten Lacs Ninety Seven Thousand Six Hundred Fifteen only) during last three years ending 31st March of previous financial year

      20 The Bidder should have successfully completed the similar work as per any of the following criteria during last 7 years ending last day of month previous to one in which applications are invited

      (a) The Bidder should have carried out the 3 similar works valuing not less than ` 14 63487- (Rupees Fourteen Lacs Sixty Three Thousand Four Hundred Eighty Seven only) each

      Or

      (b) 2 similar completed works valuing not less than ` 18 29359- (Rupees Eighteen Lacs Twenty Nine Thousand Three Hundred Fifty Nine only) each

      Or

      (c) 1 similar completed work valuing not less than ` 29 26974- (Rupees Twenty Nine Lacs Twenty Six Thousand Nine Hundred Seventy Four only)

      Note Similar work means work related to Supply Installation amp Testing of AudioVideo Equipments

      The bidder must submit the supporting documents (LOAs work orders agreements for the similar work along with the satisfactory completion certificate) to this effect from their clients In the case LOAs work orders agreements are from the private company (ies) firm (s) then copy (ies) of TDS for the same are also need to be submitted along with the satisfactory completion certificate

      (C) General Conditions of Prequalification

      1 Bidder must furnish Code number photocopies for PAN Sales tax VATTIN amp Service Tax (If applicable) etc

      2 SJVN Ltd reserves the right to cancel withdraw the invitation for bid without assigning any reason and shall bear no liability whatsoever consequent upon such a decision

      3 Notwithstanding anything stated above SJVN Ltd reserves the right to assess the Bidderrsquos capability and capacity to perform the contract satisfactorily should the circumstances warrant such assessment in the overall interest of SJVN Ltd

      4 Price bid of only those bidders shall be opened who qualify based on the specified qualifying requirements after Scrutiny of details documents furnished by them and found to be techno- commercial responsive

      SJVN Ltd

      Annexure-I

      Under Taking From Bidder

      Bidderrsquos Name amp Address

      11 We are qualified under clause (A) amp (C) of the qualifying requirements (any qualifying requirements which bidder does not meet shall be mentioned in the separate sheet)

      12 We are regular contractor for Supply Installation amp Testing of AudioVideo Equipments

      13 We confirm having carried out following contracts for similar nature of job related to Supply Installation amp Testing of AudioVideo Equipments

      Name and Address of Client

      Details of work executed

      Order No amp Date

      Date of Completion

      Order Value

      Copy of order Enclosed

      These details are to be furnished in Schedule-5 of Techno commercial part of the bid

Page 24: PPR-NJHPS-1163 NOTICE INVITING TENDER (Domestic ...sjvn.nic.in/writereaddata/Portal/Tender/179_1/1_Tender_Doc1163.pdf · certificate) to this effect from their clients. In the case

THE SECOND SCHEDULE TO THE RESERVE BANK OF INDIA ACT 1934

[Sections 2(e) and 42]

SCHEDULED BANKS

STATE CO-OPERATIVE BANKS Andhra Pradesh State Co-operative Bank Ltd Hyderabad Bihar State Co-operative Bank Ltd Bihar Goa State Co-operative Bank Ltd Panaji Gujarat State Co-operative Bank Ltd Ahmedabad Haryana State Co-operative Apex Bank Ltd Chandigarh Karnataka State Co-operative Apex Bank Ltd Bangalore Kerala State Co-operative Bank Ltd Thiruvananthapuram Madhya Pradesh Rajya Sahakari Bank Maryadit Bhopal Maharashtra State Co-operative Bank Ltd Mumbai Orissa State Co-operative Bank Ltd Bhubaneswar Pondicherry State Co-operative Bank Ltd Pondicherry Punjab State Co-operative Bank Ltd Chandigarh Rajasthan State Co-operative Bank Ltd Jaipur Tamil Nadu State Apex Co-operative Bank Ltd Chennai Uttar Pradesh Co-operative Bank Ltd Lucknow West Bengal State Co-operative Bank Ltd Kolkata

Urban Co-operative Banks

A P Mahesh Co-operative Urban Bank Ltd Hyderabad Abhyudaya Co-operative Bank Ltd Mumbai Ahmedabad Mercantile Co-operative Bank Ltd Ahmedabad Akola Janata Commercial Co-operative Bank Ltd Akola Amanath Co-operative Bank Ltd Bangalore Bassein Catholic Co-operative Bank Limited Vasai Bharat Co-operative Bank (Mumbai) Ltd Mumbai Bharati Sahakari Bank Ltd Pune Bombay Mercantile Co-operative Bank Limited Mumbai Charminar Co-operative Urban Bank Ltd Hyderabad Citizen Credit Co-operative Bank Ltd Mumbai Dombivli Nagari Sahakari Bank Ltd Dombivli Greater Bombay Co-operative Bank Limited Mumbai Indian Mercantile Co-operative Bank Ltd Lucknow Jalgaon Janata Sahakari Bank Ltd Jalgaon Janakalyan Sahakari Bank Ltd Mumbai Janalaxmi Cooperative Bank Ltd Nashik Janata Sahakari Bank Ltd Pune Kallappanna Awade Ichalkaranji Janata Sahakari Bank Ltd Ichalkaranji Kalupur Commercial Co-operative Bank Ltd Ahmedabad Kalyan Janata Sahakari Bank Ltd Kalyan Kapol Cooperative Bank Ltd Mumbai Karad Urban Co-operative Bank Ltd Karad Madhavapura Mercantile Co-operative Bank Ltd Ahmedabad Mahanagar Co-operative Bank Ltd Mumbai Mapusa Urban Co-operative Bank of Goa Ltd Mapusa Mehsana Urban Co-operative Bank Ltd Mehsana N K G S B Co-operative Bank Ltd Mumbai Nagar Urban Co-operative Bank Ltd Ahmednagar Nagpur Nagrik Sahakari Bank Ltd Nagpur New India Co-operative Bank Ltd Mumbai Nutan Nagrik Sahakari Bank Ltd Ahmedabad Parsik Janata Sahakari Bank Ltd Thane Pravara Sahakari Bank Ltd Loni Punjab amp Maharashtra Co-operative Bank Ltd Mumbai Rajkot Nagrik Sahakari Bank Ltd Rajkot Rupee Co-operative Bank Ltd Pune Sangli Urban Co-operative Bank Ltd Sangli Saraswat Co-operative Bank Ltd Mumbai Sardar Bhiladwala Pardi Peoples Co-operative Bank Ltd Killa Pardi Shikshak Sahakari Bank Ltd Nagpur Solapur Janata Sahakari Bank Ltd Solapur Surat Peoples Co-operative Bank Ltd Surat Thane Bharat Sahakari Bank Ltd Thane Thane Janata Sahakari Bank Ltd Thane The Akola Urban Co-operative Bank Ltd Akola The Cosmos Co-operative Bank Ltd Pune The Goa Urban Co-operative Bank Ltd Panaji The Khamgaon Urban Co-operative Bank Ltd Khamgaon The Nasik Merchants Co-operative Bank Ltd Nasik The Shamrao Vithal Co-operative Bank Ltd Mumbai The Zoroastrian Co-operative Bank Ltd Mumbai Vasavi Co-operative Urban Bank Limited Hyderabad

SBI AND ASSOCIATES State Bank of India State Bank of Bikaner amp Jaipur State Bank of Hyderabad State Bank of Indore State Bank of Mysore State Bank of Patiala State Bank of Saurashtra State Bank of Travancore

NATIONALISED BANKS

Allahabad Bank Andhra Bank Bank of Baroda Bank of India Bank of Maharashtra Canara Bank Central Bank of India Corporation Bank Dena Bank Indian Bank Indian Overseas Bank Oriental Bank of Commerce Punjab National Bank Punjab and Sind Bank Syndicate Bank UCO Bank Union Bank of India United Bank of India Vijaya Bank

OTHER PUBLIC SECTOR BANKS

Industrial Development Bank of India Ltd

PRIVATE SECTOR BANKS Bank of Rajasthan Ltd Catholic Syrian Bank Ltd City Union Bank Ltd Development Credit Bank Ltd Dhanalakshmi Bank Ltd Federal Bank Ltd HDFC Bank Ltd ICICI Bank Ltd IndusInd Bank Ltd ING Vysya Bank Ltd Jammu and Kashmir Bank Ltd Karnataka Bank Ltd Karur Vysya Bank Ltd Kotak Mahindra Bank Ltd Lakshmi Vilas Bank Ltd Nainital Bank Ltd Ratnakar Bank Ltd SBI Commercial International Bank Ltd South Indian Bank Ltd Tamilnad Mercantile Bank Ltd Axis Bank Ltd Yes Bank Ltd

FOREIGN BANKS ABN Amro Bank NV Abu Dhabi Commercial Bank Ltd American Express Banking Corporation Antwerp Diamond Bank NV Arab Bangladesh Bank Bank International Indonesia Bank of America Bank of Bahrain and Kuwait BSC Bank of Ceylon Bank of Nova Scotia Bank of Tokyo ndash Mitsubishi Ltd Barclays Bank Plc BNP Paribas China Trust Commercial Bank Shinhan Bank Citi Bank NA Calyon Bank Deutsche Bank DBS Bank Ltd The Hongkong and Shanghai Banking Corporation Ltd JP Morgan Chase Bank NA Krung Thai Bank Public Company Ltd Mashreq Bank psc Mizuho Corporate Bank Ltd Oman International Bank SAOG Societe Generale Sonali Bank Standard Chartered Bank State Bank of Mauritius Ltd

GRAMIN BANKS Andhra Pradesh Grameen Vikas Bank Warangal (Andhra Pradesh) Andhra Pragathi Grameena Bank Kadapa (Andhra Pradesh) Aryavart Gramin Bank Lucknow (Uttar Pradesh) Arunachal Pradesh Rural Bank Naharlagun (Arunachal Pradesh) Assam Gramin Vikas Bank Guwahati (Assam) Baitarani Gramya Bank Baripada (Orissa) Ballia Kshetriya Gramin Bank Ballia (Uttar Pradesh) Bangiya Gramin Vikash Bank Berhampore (West Bengal) Baroda Gujarat Gramin Bank Bharuch (Gujarat) Baroda Rajasthan Gramin Bank Ajmer (Rajasthan) Baroda Uttar Pradesh Gramin Bank Rae Bareli (Uttar Pradesh) Bihar Kshetriya Gramin Bank Monghyr (Bihar) Cauvery Kalpatharu Grameena Bank Mysore (Karnataka) Chaitanya Godavari Grameena Bank (Andhra Pradesh) Chhattisgarh Gramin Bank Raipur (Chhattisgarh) Chikmagalur-Kodaga Grameena Bank Chikmagalur (Karnataka) Deccan Grameena Bank Dilsukhnagar (Hyderabad) Dena Gujarat Gramin Bank Gandhinagar (Gujarat) Durg-Rajnandgaon Gramin Bank Rajnandgaon (Chhattisgarh) Ellaquai Dehati Bank Srinagar (Jammu and Kashmir) Etawah Kshetriya Gramin Bank Etawah (Uttar Pradesh) Faridkot Bhatinda Kshetriya Gramin Bank Bhatinda (Punjab) Gurgaon Gramin Bank Gurgaon (Haryana) Hadoti Kshetriya Gramin Bank Kota (Rajasthan) Haryana Gramin Bank Rohtak (Haryana) Himachal Gramin Bank Mandi (Himachal Pradesh) Jaipur Thar Gramin Bank Jaipur (Rajasthan) Jammu Rural Bank Jammu Jhabua-Dhar Kshetriya Gramin Bank Jhabua (Madhya Pradesh) Jharkhand Gramin Bank Ranchi (Jharkhand) Kalinga Gramya Bank Cuttack (Orissa) Kamraz Rural Bank Sopore (Jammu and Kashmir) Karnatka Vikas Gramin Bank Dharwad (Karnataka) Kashi Gomti Samyut Gramin Bank Varanasi (Uttar Pradesh) Khasi J Bank Shillong (Meghalaya) Krishna Grameena Bank Gulbarga (Karnataka) Kshetriya Kisan Gramin Bank Mainpuri (Uttar Pradesh) Langpi Dehangi Rural Bank Dhiphu (Assam) Lucknow Kshetriya Gramin Bank Sitapur (Uttar Pradesh) Madhya Bharath Gramin Bank Sagar (Madhya Pradesh) Madhya Bihar Gramin Bank Patna (Bihar) Mahakaushal Kshetriya Gramin Bank Jabalpur (Madhya Pradesh) Maharashtra Godavari Gramin Bank (Maharashtra) Malwa Gramin Bank Sangrur (Punjab) Marwar Ganganagar Bikaner Gramin Bank Pali (Rajasthan) Manipur Rural Bank Imphal (Manipur) Marathwada Gramin Bank Nanded (Maharashtra) Mewar Aanchalik Gramin Bank Udaipur (Rajasthan) Mizoram Rural Bank Aizawl (Mizoram) Nagaland Rural Bank Kohima (Nagaland) Nainital Almora Kshetriya Gramin Bank Nainital (Uttaranchal) Narmada Malwa Gramin Bank Indore (Madhya Pradesh) Neelachal Gramya Bank (Orissa) North Malabar Gramin Bank Kannur (Kerala) Pallavan Grama Bank Salem (Tamil Nadu)

Pandyan Grama Bank Virudhunagar (Tamil Nadu) Paschim Banga Gramin Bank Howrah (West Bengal) Parvatiya Gramin Bank Chamba (Himachal Pradesh) Pragathi Gramin Bank Bellary (Karnataka) Prathama Bank Moradabad (Uttar Pradesh) Puduvai Bharthiar Grama Bank (Pondicherry) Punjab Gramin Bank Kapurthala (Punjab) Purvanchal Gramin Bank Gorakhpur (Uttar Pradesh) Rajasthan Gramin Bank Alwar (Rajasthan) Ratnagiri Sindhudurg Gramin Bank Ratnagiri (Maharashtra) Rewa-Sidhi Gramin Bank Rewa (Madhya Pradesh) Rushikulya Gramya Bank Berhampur (Orissa) Samastipur Kshetriya Gramin Bank Samastipur (Bihar) Saptagiri Grameena Bank Chitoor (Andhra Pradesh) Sarva UP Gramin Bank (Uttar Pradesh) Satpura Narmada Kshetriya Gramin Bank Chhindwara (Madhya Pradesh) Saurashtra Gramin Bank Rajkot (Gujarat) Sharda Gramin Bank Satna (MP) Shreyas Gramin Bank Aligarh (Uttar Pradesh) Solapur Gramin Bank Solapur (Maharashtra) South Malabar Gramin Bank (Kerala) Surguja Kshetriya Gramin Bank Ambikapur (Chhattisgarh) Tripura Gramin Bank Agartala (Tripura) Triveni Kshetriya Gramin Bank Orai (Uttar Pradesh) Utkal Gramya Bank Bolangir (Orissa) Uttaranchal Gramin Bank Dehradun (Uttaranchal) Uttar Banga Kshetriya Gramin Bank Cooch-Behar (West Bengal) Uttar Bihar Kshetriya Gramin Bank Muzaffarpur (Bihar) Vananchal Gramin Bank Dhumka (Jharkhand) Vidharbha Kshetriya Gramin Bank Akola (Maharashtra) Vidisha-Bhopal Kshetriya Gramin Bank Vidisha (Masdhya Pradesh) Visveshwaraya Grameen Bank Mandya (Karnataka) Wainganga Kshetriya Gramin Bank Chandrapur (Maharashtra)

  • 101910JPG
  • 101934JPG
  • 101945JPG
  • 101956JPG
  • 102006JPG
  • NIQpdf
  • PQR2pdf
  • BOQ Audio-Videopdf
  • Technical Specificationspdf
  • ITB3pdf
  • GCC6pdf
  • Listofscheduledbankpdf
    • PRE QUALIFICATION CRITERIA

      PPR-NJHPS-1163 (OampM)2014

      Qualifying requirement for ldquoSupply Installation amp Testing of AudioVideo Equipments for Conference Room of New Office Building of NJHPS SJVN Ltd Jhakrirdquo

      (A) Proven Experience

      10 The bidder should be a regular contractor for ldquoSupply Installation amp Testing of AudioVideo Equipmentsrdquo The bidder must submit the supporting documents (LOAs work orders agreements for the similar work along with the satisfactory completion certificate) to this effect from their clients In the case LOAs work orders agreements are from the private company (ies) firm (s) then copy (ies) of TDS for the same are also need to be submitted along with the satisfactory completion certificate

      20 The bidder should have completed such type of job in the past

      (B) Financial Requirement

      10 Financial Requirement The Bidder must have an average annual financial turn over of ` 1097615 (Rupees Ten Lacs Ninety Seven Thousand Six Hundred Fifteen only) during last three years ending 31st March of previous financial year

      20 The Bidder should have successfully completed the similar work as per any of the following criteria during last 7 years ending last day of month previous to one in which applications are invited

      (a) The Bidder should have carried out the 3 similar works valuing not less than ` 14 63487- (Rupees Fourteen Lacs Sixty Three Thousand Four Hundred Eighty Seven only) each

      Or

      (b) 2 similar completed works valuing not less than ` 18 29359- (Rupees Eighteen Lacs Twenty Nine Thousand Three Hundred Fifty Nine only) each

      Or

      (c) 1 similar completed work valuing not less than ` 29 26974- (Rupees Twenty Nine Lacs Twenty Six Thousand Nine Hundred Seventy Four only)

      Note Similar work means work related to Supply Installation amp Testing of AudioVideo Equipments

      The bidder must submit the supporting documents (LOAs work orders agreements for the similar work along with the satisfactory completion certificate) to this effect from their clients In the case LOAs work orders agreements are from the private company (ies) firm (s) then copy (ies) of TDS for the same are also need to be submitted along with the satisfactory completion certificate

      (C) General Conditions of Prequalification

      1 Bidder must furnish Code number photocopies for PAN Sales tax VATTIN amp Service Tax (If applicable) etc

      2 SJVN Ltd reserves the right to cancel withdraw the invitation for bid without assigning any reason and shall bear no liability whatsoever consequent upon such a decision

      3 Notwithstanding anything stated above SJVN Ltd reserves the right to assess the Bidderrsquos capability and capacity to perform the contract satisfactorily should the circumstances warrant such assessment in the overall interest of SJVN Ltd

      4 Price bid of only those bidders shall be opened who qualify based on the specified qualifying requirements after Scrutiny of details documents furnished by them and found to be techno- commercial responsive

      SJVN Ltd

      Annexure-I

      Under Taking From Bidder

      Bidderrsquos Name amp Address

      11 We are qualified under clause (A) amp (C) of the qualifying requirements (any qualifying requirements which bidder does not meet shall be mentioned in the separate sheet)

      12 We are regular contractor for Supply Installation amp Testing of AudioVideo Equipments

      13 We confirm having carried out following contracts for similar nature of job related to Supply Installation amp Testing of AudioVideo Equipments

      Name and Address of Client

      Details of work executed

      Order No amp Date

      Date of Completion

      Order Value

      Copy of order Enclosed

      These details are to be furnished in Schedule-5 of Techno commercial part of the bid

Page 25: PPR-NJHPS-1163 NOTICE INVITING TENDER (Domestic ...sjvn.nic.in/writereaddata/Portal/Tender/179_1/1_Tender_Doc1163.pdf · certificate) to this effect from their clients. In the case

Urban Co-operative Banks

A P Mahesh Co-operative Urban Bank Ltd Hyderabad Abhyudaya Co-operative Bank Ltd Mumbai Ahmedabad Mercantile Co-operative Bank Ltd Ahmedabad Akola Janata Commercial Co-operative Bank Ltd Akola Amanath Co-operative Bank Ltd Bangalore Bassein Catholic Co-operative Bank Limited Vasai Bharat Co-operative Bank (Mumbai) Ltd Mumbai Bharati Sahakari Bank Ltd Pune Bombay Mercantile Co-operative Bank Limited Mumbai Charminar Co-operative Urban Bank Ltd Hyderabad Citizen Credit Co-operative Bank Ltd Mumbai Dombivli Nagari Sahakari Bank Ltd Dombivli Greater Bombay Co-operative Bank Limited Mumbai Indian Mercantile Co-operative Bank Ltd Lucknow Jalgaon Janata Sahakari Bank Ltd Jalgaon Janakalyan Sahakari Bank Ltd Mumbai Janalaxmi Cooperative Bank Ltd Nashik Janata Sahakari Bank Ltd Pune Kallappanna Awade Ichalkaranji Janata Sahakari Bank Ltd Ichalkaranji Kalupur Commercial Co-operative Bank Ltd Ahmedabad Kalyan Janata Sahakari Bank Ltd Kalyan Kapol Cooperative Bank Ltd Mumbai Karad Urban Co-operative Bank Ltd Karad Madhavapura Mercantile Co-operative Bank Ltd Ahmedabad Mahanagar Co-operative Bank Ltd Mumbai Mapusa Urban Co-operative Bank of Goa Ltd Mapusa Mehsana Urban Co-operative Bank Ltd Mehsana N K G S B Co-operative Bank Ltd Mumbai Nagar Urban Co-operative Bank Ltd Ahmednagar Nagpur Nagrik Sahakari Bank Ltd Nagpur New India Co-operative Bank Ltd Mumbai Nutan Nagrik Sahakari Bank Ltd Ahmedabad Parsik Janata Sahakari Bank Ltd Thane Pravara Sahakari Bank Ltd Loni Punjab amp Maharashtra Co-operative Bank Ltd Mumbai Rajkot Nagrik Sahakari Bank Ltd Rajkot Rupee Co-operative Bank Ltd Pune Sangli Urban Co-operative Bank Ltd Sangli Saraswat Co-operative Bank Ltd Mumbai Sardar Bhiladwala Pardi Peoples Co-operative Bank Ltd Killa Pardi Shikshak Sahakari Bank Ltd Nagpur Solapur Janata Sahakari Bank Ltd Solapur Surat Peoples Co-operative Bank Ltd Surat Thane Bharat Sahakari Bank Ltd Thane Thane Janata Sahakari Bank Ltd Thane The Akola Urban Co-operative Bank Ltd Akola The Cosmos Co-operative Bank Ltd Pune The Goa Urban Co-operative Bank Ltd Panaji The Khamgaon Urban Co-operative Bank Ltd Khamgaon The Nasik Merchants Co-operative Bank Ltd Nasik The Shamrao Vithal Co-operative Bank Ltd Mumbai The Zoroastrian Co-operative Bank Ltd Mumbai Vasavi Co-operative Urban Bank Limited Hyderabad

SBI AND ASSOCIATES State Bank of India State Bank of Bikaner amp Jaipur State Bank of Hyderabad State Bank of Indore State Bank of Mysore State Bank of Patiala State Bank of Saurashtra State Bank of Travancore

NATIONALISED BANKS

Allahabad Bank Andhra Bank Bank of Baroda Bank of India Bank of Maharashtra Canara Bank Central Bank of India Corporation Bank Dena Bank Indian Bank Indian Overseas Bank Oriental Bank of Commerce Punjab National Bank Punjab and Sind Bank Syndicate Bank UCO Bank Union Bank of India United Bank of India Vijaya Bank

OTHER PUBLIC SECTOR BANKS

Industrial Development Bank of India Ltd

PRIVATE SECTOR BANKS Bank of Rajasthan Ltd Catholic Syrian Bank Ltd City Union Bank Ltd Development Credit Bank Ltd Dhanalakshmi Bank Ltd Federal Bank Ltd HDFC Bank Ltd ICICI Bank Ltd IndusInd Bank Ltd ING Vysya Bank Ltd Jammu and Kashmir Bank Ltd Karnataka Bank Ltd Karur Vysya Bank Ltd Kotak Mahindra Bank Ltd Lakshmi Vilas Bank Ltd Nainital Bank Ltd Ratnakar Bank Ltd SBI Commercial International Bank Ltd South Indian Bank Ltd Tamilnad Mercantile Bank Ltd Axis Bank Ltd Yes Bank Ltd

FOREIGN BANKS ABN Amro Bank NV Abu Dhabi Commercial Bank Ltd American Express Banking Corporation Antwerp Diamond Bank NV Arab Bangladesh Bank Bank International Indonesia Bank of America Bank of Bahrain and Kuwait BSC Bank of Ceylon Bank of Nova Scotia Bank of Tokyo ndash Mitsubishi Ltd Barclays Bank Plc BNP Paribas China Trust Commercial Bank Shinhan Bank Citi Bank NA Calyon Bank Deutsche Bank DBS Bank Ltd The Hongkong and Shanghai Banking Corporation Ltd JP Morgan Chase Bank NA Krung Thai Bank Public Company Ltd Mashreq Bank psc Mizuho Corporate Bank Ltd Oman International Bank SAOG Societe Generale Sonali Bank Standard Chartered Bank State Bank of Mauritius Ltd

GRAMIN BANKS Andhra Pradesh Grameen Vikas Bank Warangal (Andhra Pradesh) Andhra Pragathi Grameena Bank Kadapa (Andhra Pradesh) Aryavart Gramin Bank Lucknow (Uttar Pradesh) Arunachal Pradesh Rural Bank Naharlagun (Arunachal Pradesh) Assam Gramin Vikas Bank Guwahati (Assam) Baitarani Gramya Bank Baripada (Orissa) Ballia Kshetriya Gramin Bank Ballia (Uttar Pradesh) Bangiya Gramin Vikash Bank Berhampore (West Bengal) Baroda Gujarat Gramin Bank Bharuch (Gujarat) Baroda Rajasthan Gramin Bank Ajmer (Rajasthan) Baroda Uttar Pradesh Gramin Bank Rae Bareli (Uttar Pradesh) Bihar Kshetriya Gramin Bank Monghyr (Bihar) Cauvery Kalpatharu Grameena Bank Mysore (Karnataka) Chaitanya Godavari Grameena Bank (Andhra Pradesh) Chhattisgarh Gramin Bank Raipur (Chhattisgarh) Chikmagalur-Kodaga Grameena Bank Chikmagalur (Karnataka) Deccan Grameena Bank Dilsukhnagar (Hyderabad) Dena Gujarat Gramin Bank Gandhinagar (Gujarat) Durg-Rajnandgaon Gramin Bank Rajnandgaon (Chhattisgarh) Ellaquai Dehati Bank Srinagar (Jammu and Kashmir) Etawah Kshetriya Gramin Bank Etawah (Uttar Pradesh) Faridkot Bhatinda Kshetriya Gramin Bank Bhatinda (Punjab) Gurgaon Gramin Bank Gurgaon (Haryana) Hadoti Kshetriya Gramin Bank Kota (Rajasthan) Haryana Gramin Bank Rohtak (Haryana) Himachal Gramin Bank Mandi (Himachal Pradesh) Jaipur Thar Gramin Bank Jaipur (Rajasthan) Jammu Rural Bank Jammu Jhabua-Dhar Kshetriya Gramin Bank Jhabua (Madhya Pradesh) Jharkhand Gramin Bank Ranchi (Jharkhand) Kalinga Gramya Bank Cuttack (Orissa) Kamraz Rural Bank Sopore (Jammu and Kashmir) Karnatka Vikas Gramin Bank Dharwad (Karnataka) Kashi Gomti Samyut Gramin Bank Varanasi (Uttar Pradesh) Khasi J Bank Shillong (Meghalaya) Krishna Grameena Bank Gulbarga (Karnataka) Kshetriya Kisan Gramin Bank Mainpuri (Uttar Pradesh) Langpi Dehangi Rural Bank Dhiphu (Assam) Lucknow Kshetriya Gramin Bank Sitapur (Uttar Pradesh) Madhya Bharath Gramin Bank Sagar (Madhya Pradesh) Madhya Bihar Gramin Bank Patna (Bihar) Mahakaushal Kshetriya Gramin Bank Jabalpur (Madhya Pradesh) Maharashtra Godavari Gramin Bank (Maharashtra) Malwa Gramin Bank Sangrur (Punjab) Marwar Ganganagar Bikaner Gramin Bank Pali (Rajasthan) Manipur Rural Bank Imphal (Manipur) Marathwada Gramin Bank Nanded (Maharashtra) Mewar Aanchalik Gramin Bank Udaipur (Rajasthan) Mizoram Rural Bank Aizawl (Mizoram) Nagaland Rural Bank Kohima (Nagaland) Nainital Almora Kshetriya Gramin Bank Nainital (Uttaranchal) Narmada Malwa Gramin Bank Indore (Madhya Pradesh) Neelachal Gramya Bank (Orissa) North Malabar Gramin Bank Kannur (Kerala) Pallavan Grama Bank Salem (Tamil Nadu)

Pandyan Grama Bank Virudhunagar (Tamil Nadu) Paschim Banga Gramin Bank Howrah (West Bengal) Parvatiya Gramin Bank Chamba (Himachal Pradesh) Pragathi Gramin Bank Bellary (Karnataka) Prathama Bank Moradabad (Uttar Pradesh) Puduvai Bharthiar Grama Bank (Pondicherry) Punjab Gramin Bank Kapurthala (Punjab) Purvanchal Gramin Bank Gorakhpur (Uttar Pradesh) Rajasthan Gramin Bank Alwar (Rajasthan) Ratnagiri Sindhudurg Gramin Bank Ratnagiri (Maharashtra) Rewa-Sidhi Gramin Bank Rewa (Madhya Pradesh) Rushikulya Gramya Bank Berhampur (Orissa) Samastipur Kshetriya Gramin Bank Samastipur (Bihar) Saptagiri Grameena Bank Chitoor (Andhra Pradesh) Sarva UP Gramin Bank (Uttar Pradesh) Satpura Narmada Kshetriya Gramin Bank Chhindwara (Madhya Pradesh) Saurashtra Gramin Bank Rajkot (Gujarat) Sharda Gramin Bank Satna (MP) Shreyas Gramin Bank Aligarh (Uttar Pradesh) Solapur Gramin Bank Solapur (Maharashtra) South Malabar Gramin Bank (Kerala) Surguja Kshetriya Gramin Bank Ambikapur (Chhattisgarh) Tripura Gramin Bank Agartala (Tripura) Triveni Kshetriya Gramin Bank Orai (Uttar Pradesh) Utkal Gramya Bank Bolangir (Orissa) Uttaranchal Gramin Bank Dehradun (Uttaranchal) Uttar Banga Kshetriya Gramin Bank Cooch-Behar (West Bengal) Uttar Bihar Kshetriya Gramin Bank Muzaffarpur (Bihar) Vananchal Gramin Bank Dhumka (Jharkhand) Vidharbha Kshetriya Gramin Bank Akola (Maharashtra) Vidisha-Bhopal Kshetriya Gramin Bank Vidisha (Masdhya Pradesh) Visveshwaraya Grameen Bank Mandya (Karnataka) Wainganga Kshetriya Gramin Bank Chandrapur (Maharashtra)

  • 101910JPG
  • 101934JPG
  • 101945JPG
  • 101956JPG
  • 102006JPG
  • NIQpdf
  • PQR2pdf
  • BOQ Audio-Videopdf
  • Technical Specificationspdf
  • ITB3pdf
  • GCC6pdf
  • Listofscheduledbankpdf
    • PRE QUALIFICATION CRITERIA

      PPR-NJHPS-1163 (OampM)2014

      Qualifying requirement for ldquoSupply Installation amp Testing of AudioVideo Equipments for Conference Room of New Office Building of NJHPS SJVN Ltd Jhakrirdquo

      (A) Proven Experience

      10 The bidder should be a regular contractor for ldquoSupply Installation amp Testing of AudioVideo Equipmentsrdquo The bidder must submit the supporting documents (LOAs work orders agreements for the similar work along with the satisfactory completion certificate) to this effect from their clients In the case LOAs work orders agreements are from the private company (ies) firm (s) then copy (ies) of TDS for the same are also need to be submitted along with the satisfactory completion certificate

      20 The bidder should have completed such type of job in the past

      (B) Financial Requirement

      10 Financial Requirement The Bidder must have an average annual financial turn over of ` 1097615 (Rupees Ten Lacs Ninety Seven Thousand Six Hundred Fifteen only) during last three years ending 31st March of previous financial year

      20 The Bidder should have successfully completed the similar work as per any of the following criteria during last 7 years ending last day of month previous to one in which applications are invited

      (a) The Bidder should have carried out the 3 similar works valuing not less than ` 14 63487- (Rupees Fourteen Lacs Sixty Three Thousand Four Hundred Eighty Seven only) each

      Or

      (b) 2 similar completed works valuing not less than ` 18 29359- (Rupees Eighteen Lacs Twenty Nine Thousand Three Hundred Fifty Nine only) each

      Or

      (c) 1 similar completed work valuing not less than ` 29 26974- (Rupees Twenty Nine Lacs Twenty Six Thousand Nine Hundred Seventy Four only)

      Note Similar work means work related to Supply Installation amp Testing of AudioVideo Equipments

      The bidder must submit the supporting documents (LOAs work orders agreements for the similar work along with the satisfactory completion certificate) to this effect from their clients In the case LOAs work orders agreements are from the private company (ies) firm (s) then copy (ies) of TDS for the same are also need to be submitted along with the satisfactory completion certificate

      (C) General Conditions of Prequalification

      1 Bidder must furnish Code number photocopies for PAN Sales tax VATTIN amp Service Tax (If applicable) etc

      2 SJVN Ltd reserves the right to cancel withdraw the invitation for bid without assigning any reason and shall bear no liability whatsoever consequent upon such a decision

      3 Notwithstanding anything stated above SJVN Ltd reserves the right to assess the Bidderrsquos capability and capacity to perform the contract satisfactorily should the circumstances warrant such assessment in the overall interest of SJVN Ltd

      4 Price bid of only those bidders shall be opened who qualify based on the specified qualifying requirements after Scrutiny of details documents furnished by them and found to be techno- commercial responsive

      SJVN Ltd

      Annexure-I

      Under Taking From Bidder

      Bidderrsquos Name amp Address

      11 We are qualified under clause (A) amp (C) of the qualifying requirements (any qualifying requirements which bidder does not meet shall be mentioned in the separate sheet)

      12 We are regular contractor for Supply Installation amp Testing of AudioVideo Equipments

      13 We confirm having carried out following contracts for similar nature of job related to Supply Installation amp Testing of AudioVideo Equipments

      Name and Address of Client

      Details of work executed

      Order No amp Date

      Date of Completion

      Order Value

      Copy of order Enclosed

      These details are to be furnished in Schedule-5 of Techno commercial part of the bid

Page 26: PPR-NJHPS-1163 NOTICE INVITING TENDER (Domestic ...sjvn.nic.in/writereaddata/Portal/Tender/179_1/1_Tender_Doc1163.pdf · certificate) to this effect from their clients. In the case

SBI AND ASSOCIATES State Bank of India State Bank of Bikaner amp Jaipur State Bank of Hyderabad State Bank of Indore State Bank of Mysore State Bank of Patiala State Bank of Saurashtra State Bank of Travancore

NATIONALISED BANKS

Allahabad Bank Andhra Bank Bank of Baroda Bank of India Bank of Maharashtra Canara Bank Central Bank of India Corporation Bank Dena Bank Indian Bank Indian Overseas Bank Oriental Bank of Commerce Punjab National Bank Punjab and Sind Bank Syndicate Bank UCO Bank Union Bank of India United Bank of India Vijaya Bank

OTHER PUBLIC SECTOR BANKS

Industrial Development Bank of India Ltd

PRIVATE SECTOR BANKS Bank of Rajasthan Ltd Catholic Syrian Bank Ltd City Union Bank Ltd Development Credit Bank Ltd Dhanalakshmi Bank Ltd Federal Bank Ltd HDFC Bank Ltd ICICI Bank Ltd IndusInd Bank Ltd ING Vysya Bank Ltd Jammu and Kashmir Bank Ltd Karnataka Bank Ltd Karur Vysya Bank Ltd Kotak Mahindra Bank Ltd Lakshmi Vilas Bank Ltd Nainital Bank Ltd Ratnakar Bank Ltd SBI Commercial International Bank Ltd South Indian Bank Ltd Tamilnad Mercantile Bank Ltd Axis Bank Ltd Yes Bank Ltd

FOREIGN BANKS ABN Amro Bank NV Abu Dhabi Commercial Bank Ltd American Express Banking Corporation Antwerp Diamond Bank NV Arab Bangladesh Bank Bank International Indonesia Bank of America Bank of Bahrain and Kuwait BSC Bank of Ceylon Bank of Nova Scotia Bank of Tokyo ndash Mitsubishi Ltd Barclays Bank Plc BNP Paribas China Trust Commercial Bank Shinhan Bank Citi Bank NA Calyon Bank Deutsche Bank DBS Bank Ltd The Hongkong and Shanghai Banking Corporation Ltd JP Morgan Chase Bank NA Krung Thai Bank Public Company Ltd Mashreq Bank psc Mizuho Corporate Bank Ltd Oman International Bank SAOG Societe Generale Sonali Bank Standard Chartered Bank State Bank of Mauritius Ltd

GRAMIN BANKS Andhra Pradesh Grameen Vikas Bank Warangal (Andhra Pradesh) Andhra Pragathi Grameena Bank Kadapa (Andhra Pradesh) Aryavart Gramin Bank Lucknow (Uttar Pradesh) Arunachal Pradesh Rural Bank Naharlagun (Arunachal Pradesh) Assam Gramin Vikas Bank Guwahati (Assam) Baitarani Gramya Bank Baripada (Orissa) Ballia Kshetriya Gramin Bank Ballia (Uttar Pradesh) Bangiya Gramin Vikash Bank Berhampore (West Bengal) Baroda Gujarat Gramin Bank Bharuch (Gujarat) Baroda Rajasthan Gramin Bank Ajmer (Rajasthan) Baroda Uttar Pradesh Gramin Bank Rae Bareli (Uttar Pradesh) Bihar Kshetriya Gramin Bank Monghyr (Bihar) Cauvery Kalpatharu Grameena Bank Mysore (Karnataka) Chaitanya Godavari Grameena Bank (Andhra Pradesh) Chhattisgarh Gramin Bank Raipur (Chhattisgarh) Chikmagalur-Kodaga Grameena Bank Chikmagalur (Karnataka) Deccan Grameena Bank Dilsukhnagar (Hyderabad) Dena Gujarat Gramin Bank Gandhinagar (Gujarat) Durg-Rajnandgaon Gramin Bank Rajnandgaon (Chhattisgarh) Ellaquai Dehati Bank Srinagar (Jammu and Kashmir) Etawah Kshetriya Gramin Bank Etawah (Uttar Pradesh) Faridkot Bhatinda Kshetriya Gramin Bank Bhatinda (Punjab) Gurgaon Gramin Bank Gurgaon (Haryana) Hadoti Kshetriya Gramin Bank Kota (Rajasthan) Haryana Gramin Bank Rohtak (Haryana) Himachal Gramin Bank Mandi (Himachal Pradesh) Jaipur Thar Gramin Bank Jaipur (Rajasthan) Jammu Rural Bank Jammu Jhabua-Dhar Kshetriya Gramin Bank Jhabua (Madhya Pradesh) Jharkhand Gramin Bank Ranchi (Jharkhand) Kalinga Gramya Bank Cuttack (Orissa) Kamraz Rural Bank Sopore (Jammu and Kashmir) Karnatka Vikas Gramin Bank Dharwad (Karnataka) Kashi Gomti Samyut Gramin Bank Varanasi (Uttar Pradesh) Khasi J Bank Shillong (Meghalaya) Krishna Grameena Bank Gulbarga (Karnataka) Kshetriya Kisan Gramin Bank Mainpuri (Uttar Pradesh) Langpi Dehangi Rural Bank Dhiphu (Assam) Lucknow Kshetriya Gramin Bank Sitapur (Uttar Pradesh) Madhya Bharath Gramin Bank Sagar (Madhya Pradesh) Madhya Bihar Gramin Bank Patna (Bihar) Mahakaushal Kshetriya Gramin Bank Jabalpur (Madhya Pradesh) Maharashtra Godavari Gramin Bank (Maharashtra) Malwa Gramin Bank Sangrur (Punjab) Marwar Ganganagar Bikaner Gramin Bank Pali (Rajasthan) Manipur Rural Bank Imphal (Manipur) Marathwada Gramin Bank Nanded (Maharashtra) Mewar Aanchalik Gramin Bank Udaipur (Rajasthan) Mizoram Rural Bank Aizawl (Mizoram) Nagaland Rural Bank Kohima (Nagaland) Nainital Almora Kshetriya Gramin Bank Nainital (Uttaranchal) Narmada Malwa Gramin Bank Indore (Madhya Pradesh) Neelachal Gramya Bank (Orissa) North Malabar Gramin Bank Kannur (Kerala) Pallavan Grama Bank Salem (Tamil Nadu)

Pandyan Grama Bank Virudhunagar (Tamil Nadu) Paschim Banga Gramin Bank Howrah (West Bengal) Parvatiya Gramin Bank Chamba (Himachal Pradesh) Pragathi Gramin Bank Bellary (Karnataka) Prathama Bank Moradabad (Uttar Pradesh) Puduvai Bharthiar Grama Bank (Pondicherry) Punjab Gramin Bank Kapurthala (Punjab) Purvanchal Gramin Bank Gorakhpur (Uttar Pradesh) Rajasthan Gramin Bank Alwar (Rajasthan) Ratnagiri Sindhudurg Gramin Bank Ratnagiri (Maharashtra) Rewa-Sidhi Gramin Bank Rewa (Madhya Pradesh) Rushikulya Gramya Bank Berhampur (Orissa) Samastipur Kshetriya Gramin Bank Samastipur (Bihar) Saptagiri Grameena Bank Chitoor (Andhra Pradesh) Sarva UP Gramin Bank (Uttar Pradesh) Satpura Narmada Kshetriya Gramin Bank Chhindwara (Madhya Pradesh) Saurashtra Gramin Bank Rajkot (Gujarat) Sharda Gramin Bank Satna (MP) Shreyas Gramin Bank Aligarh (Uttar Pradesh) Solapur Gramin Bank Solapur (Maharashtra) South Malabar Gramin Bank (Kerala) Surguja Kshetriya Gramin Bank Ambikapur (Chhattisgarh) Tripura Gramin Bank Agartala (Tripura) Triveni Kshetriya Gramin Bank Orai (Uttar Pradesh) Utkal Gramya Bank Bolangir (Orissa) Uttaranchal Gramin Bank Dehradun (Uttaranchal) Uttar Banga Kshetriya Gramin Bank Cooch-Behar (West Bengal) Uttar Bihar Kshetriya Gramin Bank Muzaffarpur (Bihar) Vananchal Gramin Bank Dhumka (Jharkhand) Vidharbha Kshetriya Gramin Bank Akola (Maharashtra) Vidisha-Bhopal Kshetriya Gramin Bank Vidisha (Masdhya Pradesh) Visveshwaraya Grameen Bank Mandya (Karnataka) Wainganga Kshetriya Gramin Bank Chandrapur (Maharashtra)

  • 101910JPG
  • 101934JPG
  • 101945JPG
  • 101956JPG
  • 102006JPG
  • NIQpdf
  • PQR2pdf
  • BOQ Audio-Videopdf
  • Technical Specificationspdf
  • ITB3pdf
  • GCC6pdf
  • Listofscheduledbankpdf
    • PRE QUALIFICATION CRITERIA

      PPR-NJHPS-1163 (OampM)2014

      Qualifying requirement for ldquoSupply Installation amp Testing of AudioVideo Equipments for Conference Room of New Office Building of NJHPS SJVN Ltd Jhakrirdquo

      (A) Proven Experience

      10 The bidder should be a regular contractor for ldquoSupply Installation amp Testing of AudioVideo Equipmentsrdquo The bidder must submit the supporting documents (LOAs work orders agreements for the similar work along with the satisfactory completion certificate) to this effect from their clients In the case LOAs work orders agreements are from the private company (ies) firm (s) then copy (ies) of TDS for the same are also need to be submitted along with the satisfactory completion certificate

      20 The bidder should have completed such type of job in the past

      (B) Financial Requirement

      10 Financial Requirement The Bidder must have an average annual financial turn over of ` 1097615 (Rupees Ten Lacs Ninety Seven Thousand Six Hundred Fifteen only) during last three years ending 31st March of previous financial year

      20 The Bidder should have successfully completed the similar work as per any of the following criteria during last 7 years ending last day of month previous to one in which applications are invited

      (a) The Bidder should have carried out the 3 similar works valuing not less than ` 14 63487- (Rupees Fourteen Lacs Sixty Three Thousand Four Hundred Eighty Seven only) each

      Or

      (b) 2 similar completed works valuing not less than ` 18 29359- (Rupees Eighteen Lacs Twenty Nine Thousand Three Hundred Fifty Nine only) each

      Or

      (c) 1 similar completed work valuing not less than ` 29 26974- (Rupees Twenty Nine Lacs Twenty Six Thousand Nine Hundred Seventy Four only)

      Note Similar work means work related to Supply Installation amp Testing of AudioVideo Equipments

      The bidder must submit the supporting documents (LOAs work orders agreements for the similar work along with the satisfactory completion certificate) to this effect from their clients In the case LOAs work orders agreements are from the private company (ies) firm (s) then copy (ies) of TDS for the same are also need to be submitted along with the satisfactory completion certificate

      (C) General Conditions of Prequalification

      1 Bidder must furnish Code number photocopies for PAN Sales tax VATTIN amp Service Tax (If applicable) etc

      2 SJVN Ltd reserves the right to cancel withdraw the invitation for bid without assigning any reason and shall bear no liability whatsoever consequent upon such a decision

      3 Notwithstanding anything stated above SJVN Ltd reserves the right to assess the Bidderrsquos capability and capacity to perform the contract satisfactorily should the circumstances warrant such assessment in the overall interest of SJVN Ltd

      4 Price bid of only those bidders shall be opened who qualify based on the specified qualifying requirements after Scrutiny of details documents furnished by them and found to be techno- commercial responsive

      SJVN Ltd

      Annexure-I

      Under Taking From Bidder

      Bidderrsquos Name amp Address

      11 We are qualified under clause (A) amp (C) of the qualifying requirements (any qualifying requirements which bidder does not meet shall be mentioned in the separate sheet)

      12 We are regular contractor for Supply Installation amp Testing of AudioVideo Equipments

      13 We confirm having carried out following contracts for similar nature of job related to Supply Installation amp Testing of AudioVideo Equipments

      Name and Address of Client

      Details of work executed

      Order No amp Date

      Date of Completion

      Order Value

      Copy of order Enclosed

      These details are to be furnished in Schedule-5 of Techno commercial part of the bid

Page 27: PPR-NJHPS-1163 NOTICE INVITING TENDER (Domestic ...sjvn.nic.in/writereaddata/Portal/Tender/179_1/1_Tender_Doc1163.pdf · certificate) to this effect from their clients. In the case

FOREIGN BANKS ABN Amro Bank NV Abu Dhabi Commercial Bank Ltd American Express Banking Corporation Antwerp Diamond Bank NV Arab Bangladesh Bank Bank International Indonesia Bank of America Bank of Bahrain and Kuwait BSC Bank of Ceylon Bank of Nova Scotia Bank of Tokyo ndash Mitsubishi Ltd Barclays Bank Plc BNP Paribas China Trust Commercial Bank Shinhan Bank Citi Bank NA Calyon Bank Deutsche Bank DBS Bank Ltd The Hongkong and Shanghai Banking Corporation Ltd JP Morgan Chase Bank NA Krung Thai Bank Public Company Ltd Mashreq Bank psc Mizuho Corporate Bank Ltd Oman International Bank SAOG Societe Generale Sonali Bank Standard Chartered Bank State Bank of Mauritius Ltd

GRAMIN BANKS Andhra Pradesh Grameen Vikas Bank Warangal (Andhra Pradesh) Andhra Pragathi Grameena Bank Kadapa (Andhra Pradesh) Aryavart Gramin Bank Lucknow (Uttar Pradesh) Arunachal Pradesh Rural Bank Naharlagun (Arunachal Pradesh) Assam Gramin Vikas Bank Guwahati (Assam) Baitarani Gramya Bank Baripada (Orissa) Ballia Kshetriya Gramin Bank Ballia (Uttar Pradesh) Bangiya Gramin Vikash Bank Berhampore (West Bengal) Baroda Gujarat Gramin Bank Bharuch (Gujarat) Baroda Rajasthan Gramin Bank Ajmer (Rajasthan) Baroda Uttar Pradesh Gramin Bank Rae Bareli (Uttar Pradesh) Bihar Kshetriya Gramin Bank Monghyr (Bihar) Cauvery Kalpatharu Grameena Bank Mysore (Karnataka) Chaitanya Godavari Grameena Bank (Andhra Pradesh) Chhattisgarh Gramin Bank Raipur (Chhattisgarh) Chikmagalur-Kodaga Grameena Bank Chikmagalur (Karnataka) Deccan Grameena Bank Dilsukhnagar (Hyderabad) Dena Gujarat Gramin Bank Gandhinagar (Gujarat) Durg-Rajnandgaon Gramin Bank Rajnandgaon (Chhattisgarh) Ellaquai Dehati Bank Srinagar (Jammu and Kashmir) Etawah Kshetriya Gramin Bank Etawah (Uttar Pradesh) Faridkot Bhatinda Kshetriya Gramin Bank Bhatinda (Punjab) Gurgaon Gramin Bank Gurgaon (Haryana) Hadoti Kshetriya Gramin Bank Kota (Rajasthan) Haryana Gramin Bank Rohtak (Haryana) Himachal Gramin Bank Mandi (Himachal Pradesh) Jaipur Thar Gramin Bank Jaipur (Rajasthan) Jammu Rural Bank Jammu Jhabua-Dhar Kshetriya Gramin Bank Jhabua (Madhya Pradesh) Jharkhand Gramin Bank Ranchi (Jharkhand) Kalinga Gramya Bank Cuttack (Orissa) Kamraz Rural Bank Sopore (Jammu and Kashmir) Karnatka Vikas Gramin Bank Dharwad (Karnataka) Kashi Gomti Samyut Gramin Bank Varanasi (Uttar Pradesh) Khasi J Bank Shillong (Meghalaya) Krishna Grameena Bank Gulbarga (Karnataka) Kshetriya Kisan Gramin Bank Mainpuri (Uttar Pradesh) Langpi Dehangi Rural Bank Dhiphu (Assam) Lucknow Kshetriya Gramin Bank Sitapur (Uttar Pradesh) Madhya Bharath Gramin Bank Sagar (Madhya Pradesh) Madhya Bihar Gramin Bank Patna (Bihar) Mahakaushal Kshetriya Gramin Bank Jabalpur (Madhya Pradesh) Maharashtra Godavari Gramin Bank (Maharashtra) Malwa Gramin Bank Sangrur (Punjab) Marwar Ganganagar Bikaner Gramin Bank Pali (Rajasthan) Manipur Rural Bank Imphal (Manipur) Marathwada Gramin Bank Nanded (Maharashtra) Mewar Aanchalik Gramin Bank Udaipur (Rajasthan) Mizoram Rural Bank Aizawl (Mizoram) Nagaland Rural Bank Kohima (Nagaland) Nainital Almora Kshetriya Gramin Bank Nainital (Uttaranchal) Narmada Malwa Gramin Bank Indore (Madhya Pradesh) Neelachal Gramya Bank (Orissa) North Malabar Gramin Bank Kannur (Kerala) Pallavan Grama Bank Salem (Tamil Nadu)

Pandyan Grama Bank Virudhunagar (Tamil Nadu) Paschim Banga Gramin Bank Howrah (West Bengal) Parvatiya Gramin Bank Chamba (Himachal Pradesh) Pragathi Gramin Bank Bellary (Karnataka) Prathama Bank Moradabad (Uttar Pradesh) Puduvai Bharthiar Grama Bank (Pondicherry) Punjab Gramin Bank Kapurthala (Punjab) Purvanchal Gramin Bank Gorakhpur (Uttar Pradesh) Rajasthan Gramin Bank Alwar (Rajasthan) Ratnagiri Sindhudurg Gramin Bank Ratnagiri (Maharashtra) Rewa-Sidhi Gramin Bank Rewa (Madhya Pradesh) Rushikulya Gramya Bank Berhampur (Orissa) Samastipur Kshetriya Gramin Bank Samastipur (Bihar) Saptagiri Grameena Bank Chitoor (Andhra Pradesh) Sarva UP Gramin Bank (Uttar Pradesh) Satpura Narmada Kshetriya Gramin Bank Chhindwara (Madhya Pradesh) Saurashtra Gramin Bank Rajkot (Gujarat) Sharda Gramin Bank Satna (MP) Shreyas Gramin Bank Aligarh (Uttar Pradesh) Solapur Gramin Bank Solapur (Maharashtra) South Malabar Gramin Bank (Kerala) Surguja Kshetriya Gramin Bank Ambikapur (Chhattisgarh) Tripura Gramin Bank Agartala (Tripura) Triveni Kshetriya Gramin Bank Orai (Uttar Pradesh) Utkal Gramya Bank Bolangir (Orissa) Uttaranchal Gramin Bank Dehradun (Uttaranchal) Uttar Banga Kshetriya Gramin Bank Cooch-Behar (West Bengal) Uttar Bihar Kshetriya Gramin Bank Muzaffarpur (Bihar) Vananchal Gramin Bank Dhumka (Jharkhand) Vidharbha Kshetriya Gramin Bank Akola (Maharashtra) Vidisha-Bhopal Kshetriya Gramin Bank Vidisha (Masdhya Pradesh) Visveshwaraya Grameen Bank Mandya (Karnataka) Wainganga Kshetriya Gramin Bank Chandrapur (Maharashtra)

  • 101910JPG
  • 101934JPG
  • 101945JPG
  • 101956JPG
  • 102006JPG
  • NIQpdf
  • PQR2pdf
  • BOQ Audio-Videopdf
  • Technical Specificationspdf
  • ITB3pdf
  • GCC6pdf
  • Listofscheduledbankpdf
    • PRE QUALIFICATION CRITERIA

      PPR-NJHPS-1163 (OampM)2014

      Qualifying requirement for ldquoSupply Installation amp Testing of AudioVideo Equipments for Conference Room of New Office Building of NJHPS SJVN Ltd Jhakrirdquo

      (A) Proven Experience

      10 The bidder should be a regular contractor for ldquoSupply Installation amp Testing of AudioVideo Equipmentsrdquo The bidder must submit the supporting documents (LOAs work orders agreements for the similar work along with the satisfactory completion certificate) to this effect from their clients In the case LOAs work orders agreements are from the private company (ies) firm (s) then copy (ies) of TDS for the same are also need to be submitted along with the satisfactory completion certificate

      20 The bidder should have completed such type of job in the past

      (B) Financial Requirement

      10 Financial Requirement The Bidder must have an average annual financial turn over of ` 1097615 (Rupees Ten Lacs Ninety Seven Thousand Six Hundred Fifteen only) during last three years ending 31st March of previous financial year

      20 The Bidder should have successfully completed the similar work as per any of the following criteria during last 7 years ending last day of month previous to one in which applications are invited

      (a) The Bidder should have carried out the 3 similar works valuing not less than ` 14 63487- (Rupees Fourteen Lacs Sixty Three Thousand Four Hundred Eighty Seven only) each

      Or

      (b) 2 similar completed works valuing not less than ` 18 29359- (Rupees Eighteen Lacs Twenty Nine Thousand Three Hundred Fifty Nine only) each

      Or

      (c) 1 similar completed work valuing not less than ` 29 26974- (Rupees Twenty Nine Lacs Twenty Six Thousand Nine Hundred Seventy Four only)

      Note Similar work means work related to Supply Installation amp Testing of AudioVideo Equipments

      The bidder must submit the supporting documents (LOAs work orders agreements for the similar work along with the satisfactory completion certificate) to this effect from their clients In the case LOAs work orders agreements are from the private company (ies) firm (s) then copy (ies) of TDS for the same are also need to be submitted along with the satisfactory completion certificate

      (C) General Conditions of Prequalification

      1 Bidder must furnish Code number photocopies for PAN Sales tax VATTIN amp Service Tax (If applicable) etc

      2 SJVN Ltd reserves the right to cancel withdraw the invitation for bid without assigning any reason and shall bear no liability whatsoever consequent upon such a decision

      3 Notwithstanding anything stated above SJVN Ltd reserves the right to assess the Bidderrsquos capability and capacity to perform the contract satisfactorily should the circumstances warrant such assessment in the overall interest of SJVN Ltd

      4 Price bid of only those bidders shall be opened who qualify based on the specified qualifying requirements after Scrutiny of details documents furnished by them and found to be techno- commercial responsive

      SJVN Ltd

      Annexure-I

      Under Taking From Bidder

      Bidderrsquos Name amp Address

      11 We are qualified under clause (A) amp (C) of the qualifying requirements (any qualifying requirements which bidder does not meet shall be mentioned in the separate sheet)

      12 We are regular contractor for Supply Installation amp Testing of AudioVideo Equipments

      13 We confirm having carried out following contracts for similar nature of job related to Supply Installation amp Testing of AudioVideo Equipments

      Name and Address of Client

      Details of work executed

      Order No amp Date

      Date of Completion

      Order Value

      Copy of order Enclosed

      These details are to be furnished in Schedule-5 of Techno commercial part of the bid

Page 28: PPR-NJHPS-1163 NOTICE INVITING TENDER (Domestic ...sjvn.nic.in/writereaddata/Portal/Tender/179_1/1_Tender_Doc1163.pdf · certificate) to this effect from their clients. In the case

GRAMIN BANKS Andhra Pradesh Grameen Vikas Bank Warangal (Andhra Pradesh) Andhra Pragathi Grameena Bank Kadapa (Andhra Pradesh) Aryavart Gramin Bank Lucknow (Uttar Pradesh) Arunachal Pradesh Rural Bank Naharlagun (Arunachal Pradesh) Assam Gramin Vikas Bank Guwahati (Assam) Baitarani Gramya Bank Baripada (Orissa) Ballia Kshetriya Gramin Bank Ballia (Uttar Pradesh) Bangiya Gramin Vikash Bank Berhampore (West Bengal) Baroda Gujarat Gramin Bank Bharuch (Gujarat) Baroda Rajasthan Gramin Bank Ajmer (Rajasthan) Baroda Uttar Pradesh Gramin Bank Rae Bareli (Uttar Pradesh) Bihar Kshetriya Gramin Bank Monghyr (Bihar) Cauvery Kalpatharu Grameena Bank Mysore (Karnataka) Chaitanya Godavari Grameena Bank (Andhra Pradesh) Chhattisgarh Gramin Bank Raipur (Chhattisgarh) Chikmagalur-Kodaga Grameena Bank Chikmagalur (Karnataka) Deccan Grameena Bank Dilsukhnagar (Hyderabad) Dena Gujarat Gramin Bank Gandhinagar (Gujarat) Durg-Rajnandgaon Gramin Bank Rajnandgaon (Chhattisgarh) Ellaquai Dehati Bank Srinagar (Jammu and Kashmir) Etawah Kshetriya Gramin Bank Etawah (Uttar Pradesh) Faridkot Bhatinda Kshetriya Gramin Bank Bhatinda (Punjab) Gurgaon Gramin Bank Gurgaon (Haryana) Hadoti Kshetriya Gramin Bank Kota (Rajasthan) Haryana Gramin Bank Rohtak (Haryana) Himachal Gramin Bank Mandi (Himachal Pradesh) Jaipur Thar Gramin Bank Jaipur (Rajasthan) Jammu Rural Bank Jammu Jhabua-Dhar Kshetriya Gramin Bank Jhabua (Madhya Pradesh) Jharkhand Gramin Bank Ranchi (Jharkhand) Kalinga Gramya Bank Cuttack (Orissa) Kamraz Rural Bank Sopore (Jammu and Kashmir) Karnatka Vikas Gramin Bank Dharwad (Karnataka) Kashi Gomti Samyut Gramin Bank Varanasi (Uttar Pradesh) Khasi J Bank Shillong (Meghalaya) Krishna Grameena Bank Gulbarga (Karnataka) Kshetriya Kisan Gramin Bank Mainpuri (Uttar Pradesh) Langpi Dehangi Rural Bank Dhiphu (Assam) Lucknow Kshetriya Gramin Bank Sitapur (Uttar Pradesh) Madhya Bharath Gramin Bank Sagar (Madhya Pradesh) Madhya Bihar Gramin Bank Patna (Bihar) Mahakaushal Kshetriya Gramin Bank Jabalpur (Madhya Pradesh) Maharashtra Godavari Gramin Bank (Maharashtra) Malwa Gramin Bank Sangrur (Punjab) Marwar Ganganagar Bikaner Gramin Bank Pali (Rajasthan) Manipur Rural Bank Imphal (Manipur) Marathwada Gramin Bank Nanded (Maharashtra) Mewar Aanchalik Gramin Bank Udaipur (Rajasthan) Mizoram Rural Bank Aizawl (Mizoram) Nagaland Rural Bank Kohima (Nagaland) Nainital Almora Kshetriya Gramin Bank Nainital (Uttaranchal) Narmada Malwa Gramin Bank Indore (Madhya Pradesh) Neelachal Gramya Bank (Orissa) North Malabar Gramin Bank Kannur (Kerala) Pallavan Grama Bank Salem (Tamil Nadu)

Pandyan Grama Bank Virudhunagar (Tamil Nadu) Paschim Banga Gramin Bank Howrah (West Bengal) Parvatiya Gramin Bank Chamba (Himachal Pradesh) Pragathi Gramin Bank Bellary (Karnataka) Prathama Bank Moradabad (Uttar Pradesh) Puduvai Bharthiar Grama Bank (Pondicherry) Punjab Gramin Bank Kapurthala (Punjab) Purvanchal Gramin Bank Gorakhpur (Uttar Pradesh) Rajasthan Gramin Bank Alwar (Rajasthan) Ratnagiri Sindhudurg Gramin Bank Ratnagiri (Maharashtra) Rewa-Sidhi Gramin Bank Rewa (Madhya Pradesh) Rushikulya Gramya Bank Berhampur (Orissa) Samastipur Kshetriya Gramin Bank Samastipur (Bihar) Saptagiri Grameena Bank Chitoor (Andhra Pradesh) Sarva UP Gramin Bank (Uttar Pradesh) Satpura Narmada Kshetriya Gramin Bank Chhindwara (Madhya Pradesh) Saurashtra Gramin Bank Rajkot (Gujarat) Sharda Gramin Bank Satna (MP) Shreyas Gramin Bank Aligarh (Uttar Pradesh) Solapur Gramin Bank Solapur (Maharashtra) South Malabar Gramin Bank (Kerala) Surguja Kshetriya Gramin Bank Ambikapur (Chhattisgarh) Tripura Gramin Bank Agartala (Tripura) Triveni Kshetriya Gramin Bank Orai (Uttar Pradesh) Utkal Gramya Bank Bolangir (Orissa) Uttaranchal Gramin Bank Dehradun (Uttaranchal) Uttar Banga Kshetriya Gramin Bank Cooch-Behar (West Bengal) Uttar Bihar Kshetriya Gramin Bank Muzaffarpur (Bihar) Vananchal Gramin Bank Dhumka (Jharkhand) Vidharbha Kshetriya Gramin Bank Akola (Maharashtra) Vidisha-Bhopal Kshetriya Gramin Bank Vidisha (Masdhya Pradesh) Visveshwaraya Grameen Bank Mandya (Karnataka) Wainganga Kshetriya Gramin Bank Chandrapur (Maharashtra)

  • 101910JPG
  • 101934JPG
  • 101945JPG
  • 101956JPG
  • 102006JPG
  • NIQpdf
  • PQR2pdf
  • BOQ Audio-Videopdf
  • Technical Specificationspdf
  • ITB3pdf
  • GCC6pdf
  • Listofscheduledbankpdf
    • PRE QUALIFICATION CRITERIA

      PPR-NJHPS-1163 (OampM)2014

      Qualifying requirement for ldquoSupply Installation amp Testing of AudioVideo Equipments for Conference Room of New Office Building of NJHPS SJVN Ltd Jhakrirdquo

      (A) Proven Experience

      10 The bidder should be a regular contractor for ldquoSupply Installation amp Testing of AudioVideo Equipmentsrdquo The bidder must submit the supporting documents (LOAs work orders agreements for the similar work along with the satisfactory completion certificate) to this effect from their clients In the case LOAs work orders agreements are from the private company (ies) firm (s) then copy (ies) of TDS for the same are also need to be submitted along with the satisfactory completion certificate

      20 The bidder should have completed such type of job in the past

      (B) Financial Requirement

      10 Financial Requirement The Bidder must have an average annual financial turn over of ` 1097615 (Rupees Ten Lacs Ninety Seven Thousand Six Hundred Fifteen only) during last three years ending 31st March of previous financial year

      20 The Bidder should have successfully completed the similar work as per any of the following criteria during last 7 years ending last day of month previous to one in which applications are invited

      (a) The Bidder should have carried out the 3 similar works valuing not less than ` 14 63487- (Rupees Fourteen Lacs Sixty Three Thousand Four Hundred Eighty Seven only) each

      Or

      (b) 2 similar completed works valuing not less than ` 18 29359- (Rupees Eighteen Lacs Twenty Nine Thousand Three Hundred Fifty Nine only) each

      Or

      (c) 1 similar completed work valuing not less than ` 29 26974- (Rupees Twenty Nine Lacs Twenty Six Thousand Nine Hundred Seventy Four only)

      Note Similar work means work related to Supply Installation amp Testing of AudioVideo Equipments

      The bidder must submit the supporting documents (LOAs work orders agreements for the similar work along with the satisfactory completion certificate) to this effect from their clients In the case LOAs work orders agreements are from the private company (ies) firm (s) then copy (ies) of TDS for the same are also need to be submitted along with the satisfactory completion certificate

      (C) General Conditions of Prequalification

      1 Bidder must furnish Code number photocopies for PAN Sales tax VATTIN amp Service Tax (If applicable) etc

      2 SJVN Ltd reserves the right to cancel withdraw the invitation for bid without assigning any reason and shall bear no liability whatsoever consequent upon such a decision

      3 Notwithstanding anything stated above SJVN Ltd reserves the right to assess the Bidderrsquos capability and capacity to perform the contract satisfactorily should the circumstances warrant such assessment in the overall interest of SJVN Ltd

      4 Price bid of only those bidders shall be opened who qualify based on the specified qualifying requirements after Scrutiny of details documents furnished by them and found to be techno- commercial responsive

      SJVN Ltd

      Annexure-I

      Under Taking From Bidder

      Bidderrsquos Name amp Address

      11 We are qualified under clause (A) amp (C) of the qualifying requirements (any qualifying requirements which bidder does not meet shall be mentioned in the separate sheet)

      12 We are regular contractor for Supply Installation amp Testing of AudioVideo Equipments

      13 We confirm having carried out following contracts for similar nature of job related to Supply Installation amp Testing of AudioVideo Equipments

      Name and Address of Client

      Details of work executed

      Order No amp Date

      Date of Completion

      Order Value

      Copy of order Enclosed

      These details are to be furnished in Schedule-5 of Techno commercial part of the bid

Page 29: PPR-NJHPS-1163 NOTICE INVITING TENDER (Domestic ...sjvn.nic.in/writereaddata/Portal/Tender/179_1/1_Tender_Doc1163.pdf · certificate) to this effect from their clients. In the case

Pandyan Grama Bank Virudhunagar (Tamil Nadu) Paschim Banga Gramin Bank Howrah (West Bengal) Parvatiya Gramin Bank Chamba (Himachal Pradesh) Pragathi Gramin Bank Bellary (Karnataka) Prathama Bank Moradabad (Uttar Pradesh) Puduvai Bharthiar Grama Bank (Pondicherry) Punjab Gramin Bank Kapurthala (Punjab) Purvanchal Gramin Bank Gorakhpur (Uttar Pradesh) Rajasthan Gramin Bank Alwar (Rajasthan) Ratnagiri Sindhudurg Gramin Bank Ratnagiri (Maharashtra) Rewa-Sidhi Gramin Bank Rewa (Madhya Pradesh) Rushikulya Gramya Bank Berhampur (Orissa) Samastipur Kshetriya Gramin Bank Samastipur (Bihar) Saptagiri Grameena Bank Chitoor (Andhra Pradesh) Sarva UP Gramin Bank (Uttar Pradesh) Satpura Narmada Kshetriya Gramin Bank Chhindwara (Madhya Pradesh) Saurashtra Gramin Bank Rajkot (Gujarat) Sharda Gramin Bank Satna (MP) Shreyas Gramin Bank Aligarh (Uttar Pradesh) Solapur Gramin Bank Solapur (Maharashtra) South Malabar Gramin Bank (Kerala) Surguja Kshetriya Gramin Bank Ambikapur (Chhattisgarh) Tripura Gramin Bank Agartala (Tripura) Triveni Kshetriya Gramin Bank Orai (Uttar Pradesh) Utkal Gramya Bank Bolangir (Orissa) Uttaranchal Gramin Bank Dehradun (Uttaranchal) Uttar Banga Kshetriya Gramin Bank Cooch-Behar (West Bengal) Uttar Bihar Kshetriya Gramin Bank Muzaffarpur (Bihar) Vananchal Gramin Bank Dhumka (Jharkhand) Vidharbha Kshetriya Gramin Bank Akola (Maharashtra) Vidisha-Bhopal Kshetriya Gramin Bank Vidisha (Masdhya Pradesh) Visveshwaraya Grameen Bank Mandya (Karnataka) Wainganga Kshetriya Gramin Bank Chandrapur (Maharashtra)

  • 101910JPG
  • 101934JPG
  • 101945JPG
  • 101956JPG
  • 102006JPG
  • NIQpdf
  • PQR2pdf
  • BOQ Audio-Videopdf
  • Technical Specificationspdf
  • ITB3pdf
  • GCC6pdf
  • Listofscheduledbankpdf
    • PRE QUALIFICATION CRITERIA

      PPR-NJHPS-1163 (OampM)2014

      Qualifying requirement for ldquoSupply Installation amp Testing of AudioVideo Equipments for Conference Room of New Office Building of NJHPS SJVN Ltd Jhakrirdquo

      (A) Proven Experience

      10 The bidder should be a regular contractor for ldquoSupply Installation amp Testing of AudioVideo Equipmentsrdquo The bidder must submit the supporting documents (LOAs work orders agreements for the similar work along with the satisfactory completion certificate) to this effect from their clients In the case LOAs work orders agreements are from the private company (ies) firm (s) then copy (ies) of TDS for the same are also need to be submitted along with the satisfactory completion certificate

      20 The bidder should have completed such type of job in the past

      (B) Financial Requirement

      10 Financial Requirement The Bidder must have an average annual financial turn over of ` 1097615 (Rupees Ten Lacs Ninety Seven Thousand Six Hundred Fifteen only) during last three years ending 31st March of previous financial year

      20 The Bidder should have successfully completed the similar work as per any of the following criteria during last 7 years ending last day of month previous to one in which applications are invited

      (a) The Bidder should have carried out the 3 similar works valuing not less than ` 14 63487- (Rupees Fourteen Lacs Sixty Three Thousand Four Hundred Eighty Seven only) each

      Or

      (b) 2 similar completed works valuing not less than ` 18 29359- (Rupees Eighteen Lacs Twenty Nine Thousand Three Hundred Fifty Nine only) each

      Or

      (c) 1 similar completed work valuing not less than ` 29 26974- (Rupees Twenty Nine Lacs Twenty Six Thousand Nine Hundred Seventy Four only)

      Note Similar work means work related to Supply Installation amp Testing of AudioVideo Equipments

      The bidder must submit the supporting documents (LOAs work orders agreements for the similar work along with the satisfactory completion certificate) to this effect from their clients In the case LOAs work orders agreements are from the private company (ies) firm (s) then copy (ies) of TDS for the same are also need to be submitted along with the satisfactory completion certificate

      (C) General Conditions of Prequalification

      1 Bidder must furnish Code number photocopies for PAN Sales tax VATTIN amp Service Tax (If applicable) etc

      2 SJVN Ltd reserves the right to cancel withdraw the invitation for bid without assigning any reason and shall bear no liability whatsoever consequent upon such a decision

      3 Notwithstanding anything stated above SJVN Ltd reserves the right to assess the Bidderrsquos capability and capacity to perform the contract satisfactorily should the circumstances warrant such assessment in the overall interest of SJVN Ltd

      4 Price bid of only those bidders shall be opened who qualify based on the specified qualifying requirements after Scrutiny of details documents furnished by them and found to be techno- commercial responsive

      SJVN Ltd

      Annexure-I

      Under Taking From Bidder

      Bidderrsquos Name amp Address

      11 We are qualified under clause (A) amp (C) of the qualifying requirements (any qualifying requirements which bidder does not meet shall be mentioned in the separate sheet)

      12 We are regular contractor for Supply Installation amp Testing of AudioVideo Equipments

      13 We confirm having carried out following contracts for similar nature of job related to Supply Installation amp Testing of AudioVideo Equipments

      Name and Address of Client

      Details of work executed

      Order No amp Date

      Date of Completion

      Order Value

      Copy of order Enclosed

      These details are to be furnished in Schedule-5 of Techno commercial part of the bid

Page 30: PPR-NJHPS-1163 NOTICE INVITING TENDER (Domestic ...sjvn.nic.in/writereaddata/Portal/Tender/179_1/1_Tender_Doc1163.pdf · certificate) to this effect from their clients. In the case

Audio - Video

Page 11 of 11ITB- PPR-1163- AudioVideo System)

INSTRUCTIONS TO BIDDERS (ITB)

The bids are invited using e-tendering mode so please read the instructions carefully and upload the filled in bids as per requirement of bid documents Any unfilled schedule information in schedules may lead to rejection of the bid

10 General Instructions

11 The SJVN Limited hereinafter called SJVN Owner is a Joint Venture of Govt of India and Govt of Himachal Pradesh having its registered office at Himfed Building New Shimla - 171 009 have their Nathpa Jhakri Hydroelectric Power Plant with a capacity of 6x250 MW at Nathpa (Distt Kinnaur) and Jhakri (Distt Shimla) in the State of Himachal Pradesh India

12 SJVN has issued an invitation to bid as enclosed and will receive bids as set forth in the accompanying Bid documents

13 Bids can not be uploaded after the time amp date fixed for receipt of bids as set out in the Invitation of Bid

14 SJVN reserves the right to accept or reject any or all Bids without assigning any reason for such a decision

15 All the cost and expenses incidental to preparation of the proposals discussions and conferences if any including pre-award discussions with the Bidder technical and other presentation including any demonstrations etc shall be to the account of the Bidder and Owner shall bear no liability whatsoever on such costs and expenses

16 The complete filled in bids and necessary scanned documents shall be uploaded at the mentioned address up to 03092014 at 1230 hrs The techno-commercial bid shall be opened on 04092014 at 1530 hrs The bids cannot be uploaded submitted later than 03092014 at 1230 hrs

17 However Price bid part of qualified amp techno-commercial responsive bidders shall be opened on subsequent date for which the qualified bidders shall be informed separately

18 Please note that bids in physical form shall not be entertained under any circumstances and are only to be submitted through e-tendering at httpssjvnabcprocurecom This tender is being processed through e-tenderinge-procurement system The bid documents are to be downloaded filled in and submitted through e-tendering system of SJVN Ltd at httpssjvnabcprocurecom

20 Plant Information

The 1500 MW Nathpa Jhakri Hydroelectric Power Plant is located between Nathpa (Distt Kinnaur) and Jhakri (Distt Shimla) in the State of Himachal Pradesh

30 Communication and Transport Limitation

The Plant Site is located in the interior of Himachal Pradesh The dam is located on the Sutlej River near village Nathpa in District Kinnaur The underground power house is located near village Jhakri in District Shimla Shimla the capital of the State of Himachal Pradesh is enroute about 150Km South-West from Jhakri The distance by road from Jhakri to Nathpa upstream is about 45 Km (Approx)

The rail head (broad gauge) is at Kalka (NR) Kalka is about 235 Km (Approx) from Jhakri

The distance from Kalka to Delhi by road is 285 Km (approx)

From the Kalka rail head the Project is approachable by the following roadsroutes-

Transport Limitation

The transport limitation by road from Kalka to the Plant Site at Nathpa Sholding would be the governing factor in respect of the permissible package size and weight Bidder should consider all factors as can be envisaged for transportation of equipment to avoid and overcome the hindrances limitations on existing road on account of weather conditions and any other reasons without affecting the schedule

The project area is situated in earthquake zone IV as per BIS 1893(1984) Hence the equipment shall have to be suitable to withstand safely and not to mal operate under earthquake forces corresponding to zone IV

40 Minimum Qualifying Requirement

As per PQR

50 Scope of Work

Supply Installation amp Testing of AudioVideo Equipments for Conference Room Of New Office Building Of NJHPS SJVN Ltd Jhakri as per Technical Specifications along with associated items which are mentioned in the BOQ(Annex ndash A)

60 Quality Assurance Programme

The Quality Assurance Program shall be as per relevant standards

70 Cost of Bidding

The Bidder shall bear all costs associated with the preparation and submission of its bid and the Owner will in no case be responsible or liable for these costs regardless of the conduct or outcome of the bidding process

80 The Bidder is expected to examine all instruction forms terms specifications and other information in the bidding documents Failure to furnish all information required by the bidding documents or submission of a bid not substantially responsive to the bidding documents in every respect will be at the Bidders risk and may result in rejection of its bid

90 Amendment of Bidding Documents

91 At any time prior to the deadline for submission of bids the Owner may for any reason whether at its own initiative or in response to a clarification requested by a prospective Bidder amend the bidding documents

92 The amendment will be notified in writing or by cable or through website (on httpssjvnabcprocurecom ) to all prospective Bidders that have received the bidding documents and will be binding on them Bidders are required to immediately acknowledge receipt of any such amendment and it will be assumed that the information contained therein has been taken into account by the Bidder in its bid

93 In order to afford prospective Bidders reasonable time in which to take the amendment into account in preparing their bid the Owner may at its discretion extend the deadline for the submission of bids

94 After publishing of on web any amendment corrigendum shall be uploaded on web The bidders who have not informed us about the download would be required to regularly visit our website for updating themselves about any amendments which may arise from time to time It will be assumed that all the information containedupdated in the website has been taken into account by the Bidder in its bid

100 Language of Bid

The bid prepared by the Bidder and all correspondence and documents related to the bid exchanged by the Bidder and the Owner shall be written in English language Any printed literature furnished by the bidder may also be written in English language

110 Bid Security Earnest Money deposit (EMD)

a) The offer must be accompanied with an Earnest money of ` 74000- (Rupees Seventy Four Thousand Eight Hundred Only) The bid security shall at the Bidders option be in the form of a crossed demand draftpay order Banker Cheque ( drawn in favour of NJHPS SJVN Ltd) FDRTDR ( Pledged in the name of ldquoNJHPS SJVN Ltdrdquo under the seal amp by the authorized signatory of issuing bank) Bid Security shall remain valid for a period of thirty (30) days beyond the original bid validity period and beyond any extension subsequently requested The DD should be payable at following branches

(i) State Bank of India Jhakri Branch Code - 6988

(ii) State Bank of India Rampur Bushahar Branch code - 0703

(iii) Punjab National Bank Rampur Bushahar Branch code - 94300

(iv) UCO Bank Rampur Bushahar Branch code - 1543

(v) HDFC Bank Rampur Bushahar Branch code - 805

Remarks - The EMD in the form of BG outstation local Cheque outstation DDs by hand written DDs is not acceptable

b) EMD of the bidder shall be forfeited if the bidder withdraws or amends its bids or impairs or derogates form the bid in any respect with in the period of validity of the bid The EMD of the successful bidder shall be retained as contract security until such period the contractor furnishes the required CPG or until supply the complete material If the contractor fails to fulfill his obligations the EMD retained as contract security shall be forfeited

c) Micro or Small Enterprises (MSE)NSIC registered firms are exempted from submission of EMD and must enclose (Upload scanned copy of the MSENSIC certificate) for the same products as in NIQ above If the MSENSIC certificate does not contain the same products and services as listed in our NIQ and no EMD is found enclosed the owner may ask the bidder to submit the EMD as above The copy of MSE NSIC certificate is to be sent by e-mailfaxpost with reference to the present tender

d) UPLOADING OF EMD The scanned copy of the EMD is to be uploaded on the website The bid is to be submitted through e-tendering and hence the EMD is to be sent to the undersigned by post after submitting the bid along with required details through e-procurement on the web The EMD in physical form should reach before the last date and time of submission of bid If EMD does not reach in physical form within the period of techno commercial evaluation the bid shall be considered as non responsive and price bid of such firms shall not be opened

120 Deviations

Deviations if any from the terms and conditions of Bidding Documents or Technical Specifications including drawings shall be listed only in Deviation Schedule of the bid ieSchedule-2 ldquoSchedule of Deviationsrdquo The Bidder shall also provide the additional price if any for withdrawal of the deviations

Bidder may further note that except for deviations listed in Deviation Schedule the bid shall be deemed to comply with all the requirement in the bidding documents and the bidders shall be required to comply with all such requirements of bidding documents and technical specifications and drawings without any extra cost to the Owner irrespective of any mention to the contrary anywhere else in the bid failing which the bid security of the Bidder may be forfeited

The owner has complete right to evaluate the deviations without prejudice After evaluation the deviations may or may not be agreed by the owner The bidder shall be intimated in writing accordingly

130 Work Completion Schedule

The basic consideration and the essence of the Contract shall be the strict adherence to the Work Completion Schedule Entire scope of work should be completed within 90 days from the issue of Supply Order

140 Price Adjustment Data

Not applicable being FIRM Price Contract

150 Bid Prices

middot Unless otherwise specified in the Technical Specifications Bidders shall quote for the entire supply on a single responsibility basis such that the total bid price covers all the suppliers obligations mentioned in or to be reasonably inferred from the bidding documents

middot Bidders are required to quote the price for the commercial contractual and technical obligations outlined in the bidding documents

middot Bidders shall give the required details and breakup of their prices as per Schedules specified

middot The Prices quoted by the Bidder shall be FIRM during the performance of the contract and not subject to variation on any account A bid submitted with an adjustable price quotation will be treated as non-responsive and rejected

160 Bid Currencies

Bidders shall quote all prices in Indian Rupees only

170 Period of Validity of Bid

middot Bids shall remain valid for a period of 120 days after the closing date prescribed by the Owner for the receipt of bids A bid valid for a shorter period shall be rejected by the Owner as being non-responsive

middot In exceptional circumstances the Owner may solicit the Bidderrsquos consent to an extension of the bid validity period The request and responses thereto shall be made in writing or by cablefax If a Bidder accepts to prolong the period of validity the bid security shall also be suitably extended A Bidder may refuse the request without forfeiting its bid security A Bidder granting the request will not be required nor permitted to modify its bid

180 BID PROPOSAL SHEETS (BPS)

The Bidder shall furnish complete all the appropriate Schedules data required as per the bidding documents at httpssjvnabcprocurecom

190 FORMAT AND SIGNING OF BID

middot The Bid must contain the name residence and place of business of the person or persons making the Bid and must be digitally signed The name of all persons signing should also be mentioned at appropriate place

middot Bid by Corporation Company must be digitally signed with the legal name of the Corporation Company by the President Managing Director or by the Secretary or other person or persons authorized to bid on behalf of such Corporation Company in the matter

middot Bidders name stated on the proposal shall be the exact legal name of the firm

middot All the requisite documents shall be scanned amp uploaded along with bid The hard copy of the documents shall also be posted as per details given in clause 32 0 so as to reach on or before the last date and time of submission of bid

middot If situation so warrants SJVN LTD NJHPS may ask the bidders to produce original documents which were submitted as scanned copies along with bid for verification

200 Submission of Bids

middot The bids will be submitted electronically at designated places in various schedules The complete bid document along with the schedules can be downloaded by the bidder through httpssjvnabcprocurecom only after registration as explained in ldquoVendor Registration Procedure amp Submission amp Filling of Bidsrdquo The bid is to be filled only in the in the schedules available on the web The price schedules cannot be downloaded as they are to be filled online however techno-commercial schedules and Bid Proposal Sheet etc are to be downloaded first and are to be uploaded again after filling the same The bid is called under 02 parts as under-

A Bid Proposal Sheet (BPS) Price Bid Part which consists of the followings schedules-

(i) Schedule-1 Page 1 of 2 ldquoSchedule of Pricesrdquo

(ii) Schedule-1 Page 2 of 2 ldquoSchedule of Taxes amp Dutiesrdquo

Remarks-All above schedule are available in single excel sheet ldquoBPS Price Schedulesrdquo The bidders have to fill the required information in the colored boxes only

middot The prevailing rate of taxes amp duties is to be clearly mentioned in the ldquoSchedule of Taxes amp Dutiesrdquo In case nothing is mentioned or mentioned ldquoNILrdquo then it shall be presumed that the rates quoted are inclusive of taxes and duties or as else the taxes amp duties are not applicable The taxes amp duties shall be paid as per applicable rate at the time of execution of work Any increase in taxes amp duties new introduction of new taxes amp duties levy by the Govt shall be paid by SJVN Ltd provided that such increase in taxes amp duties new introduction of new taxes amp duties levy by the Govt is made with in schedule work completion period as per LOA otherwise same shall be paid by the bidders The following may be considering by the bidders-

a The entry tax for the entry of goods in Himachal Pradesh shall be paid by SJVN directly to concerned authorities During bid evaluation the bid of the bidders quoting outside from HP shall be loaded at the applicable rate of the Entry Tax

b CSTVAT No ldquoCrdquo Form will be issued by SJVN Ltd for this tender thus Sale tax has to be quoted for accordingly by the bidder

c Any other deduction like TDS ldquoWCTrdquo (As per applicable rate in HP) if applicable as per the Govt laws shall be made from your payment and statement for the same shall be provided by SJVN for the same

d The successful bidder in his own interest shall have to register himselffirmcompany under the HP VAT Act-2005 with the Excise amp taxation Deptt Himachal Pradesh WCT on the material portion of the contract shall be deducted as applicable

B Bid Proposal Sheet Techno-commercial Bid Part which consists of the followings-

middot All documents as required CSTVATTIN No PAN etc and any other documents as required asked in the tender are to be uploaded submitted along with the bid These documents are to be uploaded along with the General Documents

middot Bid Security Earnest Money deposit (EMD)Copy of NSICSSI certificate as per sr no 110 above

middot Cost of Tender Document (If any)copy of NSICSSI certificate as per sr no 210 above

middot Undertaking as per sr no 330 below

middot The Bid Proposal Sheet (BPS) techno-commercial schedules to be filled are as under-

(i) Schedule-2 Page 1 of 1 ldquoSchedule of Deviationsrdquo

(ii) Schedule-3 Page 1 of 1 ldquoSchedule for Contact Details amp Bank Account Detailsrdquo

(iii) Schedule-4 Page 1 of 1 ldquoSchedule of make offeredrdquo

(iv) Schedule-5 Page 1 of 1 ldquoSchedule for Minimum Qualifying Requirementsrdquo

Remarks-All above schedule are available in single excel sheet ldquoBPS Techno commercial Schedulesrdquo The bidders have to fill the required information in the colored boxes only

middot The Techno-Commercial Bid part will be opened electronically as per schedule time and date as indicated in the bid documents in the Oo Dy General Manager (PampC) NJHPS SJVN Ltd Jhakri Distt Shimla (HP) ndash 172 201

middot The Price Part will be opened electronically at same place only for those bidders whose techno-commercial part is found to be techno-commercially acceptable and only such bidders will be intimated subsequently either telephonically or through Fax Courier about the time and date of price bid opening

middot The Owner further reserves the right to reject any Bid which is not submitted according to the instructions stipulated above

middot After submission of the bid through e-tendering an acknowledgment slip is automatically generated and same is to be send by fax poste-mail as per clause 320 as a proof for bid submission through e-tendering

210 Cost of Tender Documents The cost of tender document is Rs 1000- (One Thousand Only) in the shape of Demand Draft in favour of owner (NJHPS SJVN Ltd Jhakri) payable banks as mentioned at sr no 112 above and the bidder must submit the same in envelope which should be reached preferably before last date and time of submission of bid ie 1230 Hrs of 03092014 The scanned copy of the cost of bid document (DD) shall be uploaded in the designated place The NSICMSE registered firms are exempted from the submission of the cost of tender documents

220 Late Bids

No bid shall be received after last date and time of bid submission

230 Withdrawal of Bids

No bid may be withdrawn in the interval between the bid submission deadline and the expiration of the bid validity period specified in Bid documents Withdrawal of a bid during this interval may result in the Bidders forfeiture of its bid security EMD

240 Bid Opening and Evaluation

middot The Owner will open all bids electronically in the presence of bidders representatives who choose to attend the opening at the time on the date and at the place specified in the NIT NIQ Bidders representatives shall sign a register as proof of their attendance In the event of the specified date for the opening of bids being declared a holidaynetwork problem for the Owner the bids will be opened at the appointed time on the next working day

middot Bids will be evaluated for the complete scope of the supply on single responsibility basis and FOR Jhakri basis During bid evaluation the bid of the bidders quoting outside from HP shall be loaded at the applicable rate of the Entry Tax

middot No price preference shall be given to any bidder during the bid evaluation

middot No Mobile Phone will be permitted inside the bid opening room Therefore bidders should deposit Mobile Phones with Security gate at Reception

middot SJVN liability towards service tax shall also be considered as per service tax notification No 302012 dated 20062012 during bid evaluation

middot Cost loading will be carried out for the deviations taken by the bidder to determine the lowest evaluated Bid which will be considered for acceptance

middot The items for which bidder does not quote his price ie leaves the rate amount column blank or simply puts a (-) mark or () mark or indicates lsquoNILrsquo lsquoNArsquo or as applicable no cost shall be considered for bid evaluation for these items and for the purpose of award the value of such item shall be deemed to have been included in other quoted items If the bidder does not agree to this consideration his bid will be rejected and the bid guarantee may be forfeited

250 Clarification of Bids

During bid evaluation the Owner may at its discretion ask the Bidder for a clarification of its bid The request for clarification and the response shall be in writing and no change in the price or substance of the bid shall be sought offered or permitted

260 Correction of Errors (Applicable to extent possible)

A The errors discrepancies in respect of the specified amount in Bid Proposal Sheets for an individual item andor sub-item andor in the sub-total of a schedule andor in the Grand total of a schedule andor in the lump sum price of the package either due to discrepancy between figures and words andor simple arithmetical error while adding andor multiplying and or due to wrong extension of unit rates etc the error will be rectified and computed by SJVN as per the following method

(i) In case of discrepancy between figure and words the value specified in the words will be considered for computation

(ii) Firstly the unit rates in words will be considered for computation

(iii) In case unit rates are not indicated in words then unit rates indicated in figure will be considered and will be used for deriving the amount from the quantities specified in the bid documents

(iv) In case error is due to wrong extension of quantities the quantities as specified in the bid documents will be considered and multiplied by the quoted unit rates to obtain the amount The amounts will be computed as per the extension of amount on the basis of unit rates of individual item sub-item sub-total of a schedule grand total of a schedule and lump sum price of the package based on the above consideration

B After computation of the amounts as above the values as computed shall be considered for evaluation as well as for award If the bidder does not accept the above consideration his bid will be rejected and the Bid Security EMD may be forfeited

C The Owners determination of a bids responsiveness is to be based on the contents of the bid itself 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 non-conformity

270 Influencing the Owner

middot No Bidder shall contact the Owner on any matter relating to its bid from the time of the opening of bids to the time the contract is awarded

middot Any effort by a Bidder to influence the Owner in the Ownerrsquos bid evaluation bid comparison or contract award decisions may result in rejection of the Bidderrsquos bid

280 Award of Contract

middot The Owner will award the contract to the successful Bidder whose bid has been determined to be substantially responsive and to be the lowest evaluated bid further provided that the bidder is determined to be qualified to perform the contract satisfactorily

middot The owner may request the Bidder to withdraw any of the deviations listed in Deviation Schedule of the winning bid at the price shown for the deviation in Deviation schedule In case the Bidder does not withdraw the deviations proposed by him if any at the cost of withdrawal stated in the bid his bid will be rejected and bid security forfeited

middot Bidders would be required to comply with all other requirement of the Bidding Documents except for those deviations in Deviation Schedule which are accepted by the Owner failing which the bid security of the Bidder may be forfeited

middot Award will be placed for total quantity on L1 basis for substantially responsive bid on single responsibility basis for entire scope of supply

290 Owners Right to Accept Any Bid and to Reject Any Bids

The Owner reserves the right to accept or reject any bid and to annul the bidding process and reject all bids at any time prior to award of contract without thereby incurring any liability to the affected Bidder or bidders or any obligation to inform the affected Bidder or bidders of the grounds for the Owners action

300 Notification of Award

middot Prior to the expiration of the period of bid validity the Owner will notify the successful Bidder in writing by registered letter or by cable to be confirmed in writing by registered letter that its bid has been accepted The notification of award will constitute the formation of the contract

middot Upon the successful Bidders furnishing of the performance security the Owner will promptly notify each unsuccessful Bidder and will discharge its bid security

310 Corrupt or Fraudulent Practices

AThe Owner requires that Bidders to observe the highest standard of ethics during the procurement and execution of the Contract In pursuance of this policy the Owner

(a) defines for the purposes of this provision the terms set forth below as follows

(i) corrupt practice means the offering giving receiving or soliciting of any thing of value to influence the action of a public official in the procurement process or in contract execution and

(ii) fraudulent practice means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Owner and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Owner of the benefits of free and open competition

(b) will reject a proposal for award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question

(c) will declare a firm ineligible either indefinitely or for a stated period of time to be awarded a contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for or in executing a contract of the Owner

B Furthermore Bidders shall be aware of the provision stated in the General Conditions of Contract

320 Submission of documents by post

middot The following documents in hard copyoriginal form sealed in envelop super scribed as ldquoSupply Installation amp Testing of AudioVideo Equipments for Conference Room Of New Office Building Of NJHPS SJVN Ltd Jhakri - (PPR-1163 (OampM)2014)rdquo are to be sent through post-

(i) Earnest Money Deposit (In original)copy of MSE certificate as per clause no 110

(ii) Cost of tender document (In Original) copy of MSE certificate as per clause no 210

(iii) Undertaking form duly signed by the bidder shall be uploaded along with the bid the details of which are as per clause 330

(iv) Copy of TIN No

middot The scanned copies of above documents are to be uploaded on the web and must reach preferably 03092014 1230 HRS

middot Any documents as asked or required are to be sent to the following address-

Dy General Manager (GM)

Procurement and Contract Department

NJHPS SJVN LTD Jhakri

Distt Shimla (HP)-172201

Phone No 01782-275236

Fax No 01782-234049 275106

E-mail sksood_2000yahoocoin

middot Any documents as asked or required like scanned copies of EMD amp Cost of tender document (if any) copy of previous orders dealership certificate etc are to be uploaded at the link ldquoGeneral Documentsrdquo at httpssjvnabcprocurecom

330 Undertaking

331 I have read carefully all the bidding documents and agreed to the conditions except for deviation taken clause wise in deviation schedule

332 I have not changed the contents of the bidding documents

333 Scanned copy of documents uploaded along with the bid is true to the best of my knowledge

334 We have quoted for all the items If after opening of price bid it is found that we have not quoted for all items then our bid shall not be considered for price bid evaluation

(i)

Kalka - Dharampur - Solan - Shimla - Narkanda - Rampur - Jhakri (NH -22)

235 Km (Approx)

(ii)

Kalka - Dharampur - Solan - Shimla - Dhalli - Basantpur - Rampur ndash Jhakri

250 Km

(Approx)

(iii)

Kalka - Dharampur - Sabathu - Arki - Shalaghat - Dhami - Basantpur - Rampur ndash Jhakri

335 Km

(Approx)

Approximate Distance from

Kalka

To

Mumbai

To

Kolkata

To

Chennai

(i) By Rail

1906

1809

2558

(ii) By Road

1753

1791

2482

ANNEXURE-A
Bill of Quantity
Name of Work- Supply Installation amp Testing of AudioVideo Equipments for Conference Room Of New Office Building Of NJHPS SJVN Ltd Jhakri
Sr No Description of Items QTY Unit
1 Boundary Layer Mics (As per Technical Specification Attached) Probable Make- Beyerdynamic Clock Audio EV or Equivalent 16 Nos
2 Wireless Handheld Mics (As per Technical Specification Attached) Probable Make- AKG Clock Audio Beyerdynamic or equivalent 2 Nos
3 Wireless Lapel Mics (As per Technical Specification Attached) Make- AKG Clock Audio Beyerdynamic or equivalent 2 Nos
4 Pop Up Boxes (As per Technical Specification Attached) Probable Make- Extron Kramer Magnum or equivalent 6 Nos
5 Switcher (As per Technical Specification Attached) Make- Extron Kramer Analog Way or equivalent 1 Nos
6 DSP (As per Technical Specification Attached) Probable Make- BSS Clearone Bose or equivalent 2 Nos
7 Speakers (As per Technical Specification Attached) Probable Make- JBL Tannoy Renkus Heinz or equivalent 4 Nos
8 Amplifier (As per Technical Specification Attached) Probable Make- JBL Tannoy Renkus Heinz or equivalent 1 Nos
9 4500 Lumens WXGA Projector (As per Technical Specification Attached) Probable Make- Panasonic Christie Barco or equivalent 1 Nos
10 Motorized ceiling Mount Kit (As per Technical Specification Attached) Probable Make- Customised or equivalent 1 Nos
11 70 Full HD LED with wall Mount(As per Technical Specification Attached) Probable Make-Panasonic Sony Christie or equivalent 1 Nos
12 133 Diagonal Motorized Screen(As per Technical Specification Attached) Probable Make- Draper DNP or equivalent 1 Nos
13 Touch Panel Control System(As per Technical Specification Attached) Probable Make- Crestron Extron Analog way or equivalent 1 Nos
14 DVD player with HDMI amp USB pen Drive (As per Technical Specification Attached) Probable Make- Panasonic Sony Pioneer or equivalent 1 Nos