32
Registered & Corporate Office SJVN Corporate Office Complex, Shanan, Shimla (HP) PIN-171006 Liaison/Co- ordination Office SJVN, IRCON Building, Ground Floor, Saket New Delhi. PIN-110017, TELE: 011- 41659210/17 FAX: 011- 41659204/14 एसजेविएन लिलिटेड ( SJVN Limited) (भारत सरकार एवं हिमाचल देश सरकार का एक संयु उपम) एक ममनी रा और सेयूल- A कंपनी (A Mini Ratna and Schedule A Company) (6X250MW नाथपा झाकड जिविुत टेशन) ापण एवं संवदा वभाग झाकड़ी. जिला मशमला. हि.. 172201 फन : 01782-275236,275459,275106, फैस न. 01782-275106,234049, http://www.sjvn.nic.in हिन . (TIN No.) 02011000291 मसन ् न. (CIN No.) L40101HP1988GOI008409 No. SJVN/P&C/PPR-NJHPS-1511(O&M)/2016: Dated: NOTICE INVITING QUOTATION The open tender enquiries through e-tendering are herewith invited for PPR-NJHPS- 1511(O&M)/2016-Supply of Electrical Consumables materials for one year at NJHPS, SJVN Ltd., Jhakrias given below: - Sr. No. Description& Technical Specification of Material Earnest Money (In ) Last Date & Time of Submission of filled in bids and Opening 1. Purchase of Electrical Consumables materials (As per Annexure-A enclosed) 17,200/- (Seventeen Thousand Two Hundred only) Last Date & Time for availability/downloading of Bid Documents is up to 25/10/2016 at 12:00 Hrs Last Date & Time for submission of Bid Documents is up to 26/10/2016 at 13:00 Hrs. Price Cum Techno-commercial Bid opening on 26/10/2016 at 14:00 Hrs . Note: 1. The complete NIT without schedules shall be made available at www.sjvn.nic.in, www.eprocure.gov.in and on www.tenders.gov.in w.e.f 04/10/2016. 2. The complete NIT along with schedules shall be made available on https://sjvn.abcprocure.com w.e.f. 04/10/2016. 3. The bids are to be submitted electronically through e-tendering at https://sjvn.abcprocure.com. कृ ते एसजेविएन लिलिटेड, िरि बंधक ापण एिं संविदा विभाग, एनजेएचपीएस, एसजेविएन लिलिटेड, झाकड (हि. .)-172201

PPR-NJHPS-1511 NOTICE INVITING QUOTATIONsjvn.nic.in/writereaddata/Portal/Tender/1361_1/1_Tender_Documents.pdf · Registered & Corporate Office SJVN Corporate Office Complex, Shanan,

Embed Size (px)

Citation preview

  • Registered &

    Corporate

    Office

    SJVN Corporate Office Complex, Shanan,

    Shimla (HP) PIN-171006

    Liaison/Co-

    ordination Office

    SJVN, IRCON Building, Ground Floor, Saket New

    Delhi. PIN-110017, TELE: 011- 41659210/17

    FAX: 011- 41659204/14

    (SJVN Limited) ( )

    - A (A Mini Ratna and Schedule A Company) (6X250MW )

    . . .. 172201 : 01782-275236,275459,275106, . 01782-275106,234049,

    http://www.sjvn.nic.in

    . (TIN No.) 02011000291 . (CIN No.) L40101HP1988GOI008409

    No. SJVN/P&C/PPR-NJHPS-1511(O&M)/2016: Dated:

    NOTICE INVITING QUOTATION

    The open tender enquiries through e-tendering are herewith invited for PPR-NJHPS-1511(O&M)/2016-Supply of Electrical Consumables materials for one year at NJHPS, SJVN Ltd., Jhakri as given below: -

    Sr. No.

    Description& Technical Specification of Material

    Earnest Money (In )

    Last Date & Time of Submission of filled in bids and Opening

    1.

    Purchase of Electrical Consumables materials (As per Annexure-A enclosed)

    17,200/- (Seventeen Thousand Two Hundred only)

    Last Date & Time for availability/downloading of Bid Documents is up to 25/10/2016 at 12:00 Hrs

    Last Date & Time for submission of Bid Documents is up to 26/10/2016 at 13:00 Hrs.

    Price Cum Techno-commercial Bid opening on 26/10/2016 at 14:00 Hrs .

    Note:

    1. The complete NIT without schedules shall be made available at www.sjvn.nic.in, www.eprocure.gov.in and on www.tenders.gov.in w.e.f 04/10/2016.

    2. The complete NIT along with schedules shall be made available on https://sjvn.abcprocure.com w.e.f. 04/10/2016.

    3. The bids are to be submitted electronically through e-tendering at https://sjvn.abcprocure.com.

    ,

    ,

    , , (. .)-172201

    http://www.sjvn.nic.in/http://www.eprocure.gov.in/http://www.tenders.gov.in/https://sjvn.abcprocure.com/http://www.tenderwizard.com/SJVNL%20%20%20%20w.e.fhttp://www.tenderwizard.com/SJVNL%20%20%20%20w.e.fhttps://sjvn.abcprocure.com/

  • 16 Amp. 1 way switch ISI Marked

    Make:- Anchor/Havells/SSK

    PCS 350

    26 & 16 Amp. Universal Socket ISI Marked

    Make:- Anchor/Havells/SSK

    PCS 300

    3 16 Amp. 1 way switch ISI Marked Make:- Anchor/Havells/SSK PCS 300

    46 Amp. 5 Pin socket White colour Make:-

    Anchor/Havells/SSK

    PCS 300

    5 Angle lamp holder (bakelite) ISI Marked White colour

    Make:- Anchor/SSK/Leader.

    PCS 50

    6 Fan Capacitor 2.5 PCS 100

    7 Wooden screw 35 mm (1 Pkt. = 100 Pcs) PKT 70

    8 PVC Square Box 4 x4" PCS 150

    9 Wooden screw 50 mm (1 Pkt. = 100 Pcs) PKT 30

    10 Steel sheet screw (1 Pkt. = 1000 Pcs) PKT 20

    11 Bkt. Sheet 8 x 10 (over size) ISI Marked Make:- Hylum PCS 30

    12PVC Tape (0.125 mm thick x 1.8 cm width x 8 mtr.) Red , Yellow & Blue colour Make: Steel Grip Roll 700

    13B Series single pole Miniature Circuit Breaker (MCB) 10A ISI marked 240/415V, 50Hz, 10 KA

    Make:- Havells/Anchor/Legrand/L&T.

    PCS 150

    14B Series single pole Miniature Circuit Breaker (MCB) 20A ISI marked 240/415V, 50Hz, 10 KA

    Make:- Havells/Anchor/Legrand/L&T.

    PCS 150

    15B Series Double pole Miniature Circuit Breaker (MCB) 40A ISI marked 240/415V, 50Hz, 10 KA

    Make:- Havells/Anchor/Legrand/L&T.

    PCS 50

    16 MCB 4 pole 40Amp Make:- Havells/Anchor/Legrand/L&T. PCS 30

    17 MCB 63Amp TPN Make:- Havells/Anchor/Legrand/L&T. PCS 20

    18Tube rod 36 watt

    Make:- Bajaj/Philips/Anchor/Havells/Surya.

    PCS 500

    19 Tube Starter 40 watt PCS 300

    20T-5 Energy efficient tube rod 28 watt

    Make:- Bajaj/Philips/Anchor/Havells/Surya.

    PCS 150

    21PVC casing capping ISI Marked 1 length = 2 Mtr.

    Make:-Deeplast/Maru.

    PCS 200

    22PVC casing capping ISI Marked 1 length = 2 Mtr.

    Make:-Deeplast/Maru.

    PCS 200

    23PVC casing capping 1 ISI Marked 1 length = 2 Mtr.

    Make:-Deeplast/Maru.

    PCS 100

    24PVC conduit pipe ISI Marked 1 piece = 3 Mtr.

    Make:-Deeplast/Maru.

    PCS 50

    25PVC conduit pipe 1 ISI Marked 1 piece = 3 Mtr.

    Make:-Deeplast/Maru.

    PCS 50

    26Electronic Blast for 36 watt

    Make:- Bajaj/Philips/Anchor/Havells.

    PCS 200

    27 PVC Amuminium T/C unarmoured 6mm2 (Each Roll length -90mtrs) Make: Plaza/Anchor/Havells/Legrand Roll 3

    28 PVC Amuminium single core wire 2.5mm2 (Each Roll length -90mtrs) Make: Plaza/Anchor/Havells/Legrand Roll 2

    29 PVC Amuminium single core wire 1.5mm2 (Each Roll length -90mtrs) Make: Plaza/Anchor/Havells/Legrand Roll 3

    30 PVC Copper wire 4mm Multi standrad (Each Roll length -90mtrs) Make: Plaza/Anchor/Havells/Legrand Roll 15

    31 PVC Copper wire 2.5mm Multi standrad (Each Roll length -90mtrs) Make: Plaza/Anchor/Havells/Legrand Roll 30

    32 PVC Copper wire 1.5mm Multi standard (Each Roll length -90mtrs) Make: Plaza/Anchor/Havells/Legrand Roll 50

    33 PVC Copper wire 0.75mm Multi standrad (Each Roll length -90mtrs) Make: Plaza/Anchor/Havells/Legrand Roll 15

    34 Hacksaw blade (D/E) PCS 100

    35 Hacksaw blade (S/E) Dozen 10

    36 Room heater rod 1000W PCS 100

    37 3 pin plug top with indicator 5 Amp. PCS 50

    38 3 pin plug top with indicator 16 Amp. PCS 70

    39 PVC Roul Plug 35 mm (6.5 mm x 35 mm) 100 Pcs. Pkt. PKT 60

    40

    Double Pole 40Amp Earth leakage/ residual current circuit breaker, (ELCB/RCCB), 240/415V, 50Hz, 10 KA short

    circuit with-stand capacity, confirming to IS-12640-1-2000 and IEC 61008-1 with 300mA sensitivity

    Make:- Anchor/L&T/Legrand/HPL/Havells.

    PCS 100

    41

    40Amp Earth leakage/ residual current circuit breaker, (ELCB/RCCB) 415V, 50Hz, 10 KA short circuit with-stand capacity,

    confirming to IS-12640-1-2000 and IEC 61008-1 with 300mA sensitivity Make:-

    Anchor/L&T/Legrand/HPL/Havells

    PCS 15

    42 MCCB 160Amp /40KA/3p Make: Havells PCS 3

    43 Tube side Holder spring type PCS 150

    44 LED driver 15W I/P 240V AC O/P 36V DC Make:- Bajaj/Philips/Anchor/Havells/Surya. PCS 20

    45 LED driver 36W I/P 240V AC O/P 36V DC Make:- Bajaj/Philips/Anchor/Havells/Surya. PCS 25

    46 LED driver 3W I/P 240V AC O/P 12V DC Make:- Bajaj/Philips/Anchor/Havells/Surya. PCS 20

    47 LED driver 9W I/P 240V AC O/P 36V DC Make:- Bajaj/Philips/Anchor/Havells/Surya. PCS 10

    48 3 core 1.5sqmm copper wire PVC (Each Roll length -90mtrs) Make: Plaza/Anchor/Havells/Legrand Roll 4

    49 PVC two core Alluminium 4 sqmm (Each Roll length -90mtrs) Make: Plaza/Anchor/Havells/Legrand Roll 4

    50 Ceiling rose PCS 50

    51 Fan regulator switch type Make: Bajaj/Havells/Usha/CG PCS 50

    52 MCB 32Amp TP Make:- L&T/Legrand/HPL/Havells/Anchor PCS 30

    53 Distilled water 5 litres jar Jar 20

    54 Geyser element 1.5KW PCS 15

    55 LED bulb 15W Make:- Bajaj/Philips/Anchor/Havells/Surya. PCS 50

    Remarks:- The bidder(s) not offering items as per above make(s) and specifcations should not be considered for price bid evalution for such

    item(s)

    Annexure A

    Technical SpecifcationsSr.

    No. Description of Items Unit Qty

  • PPR-1511 1

    1 Registered &

    Corporate Office

    SJVN Corporate Office Complex, Shanan,

    Shimla (HP) PIN-171006,

    Liaison/Co-

    ordination Office

    SJVN, IRCON Building, Ground Floor, Saket New

    Delhi. PIN-110017, TELE: 011- 41659210/17 FAX: 011- 41659204/14

    TERMS AND CONDITIONS OF PPR-NJHPS-1511(O&M)/2016

    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. The Open tender enquiries through e-tendering under one part system are herewith invited for Supply of Electrical Consumables materials for one year at NJHPS, SJVN Ltd., Jhakri as per technical specification enclosed at Annexure-A. 1.0 General Instructions 1.1 The SJVN Limited, hereinafter called "SJVN Ltd." / "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.

    1.2 SJVN Ltd. has issued an invitation to bid as enclosed and will receive bids as set

    forth in the accompanying Bid documents. 1.3 Bids cannot be uploaded after the time & date fixed for receipt of bids as set out in

    the Invitation of Bid. 1.4 SJVN Ltd. reserves the right to accept or reject any or all Bids without assigning any

    reason for such a decision. 1.5 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.

    1.6 Please note that bids in physical form shall not be entertained under any

    circumstances and are only to be submitted through e-tendering at https://sjvn.abcprocure.com.

    1.7 DIGITAL SIGNATURES: The bidder should also have the Digital Signatures (Class

    IIA or higher with both signing & encryption) which are mandatory for security purpose. The digital signatures can be obtained from any of the authorized agencies in India as per IT Act.2000. Valid Digital Certificate must be installed in a computer system from where you want to login on website. Perform the below steps to confirm whether valid digital certificate is available on your computer system or not. Steps:

    Open Internet Explorer.

    Select Tools menu from menu bar. OR (Press Alt + T on your keyboard).

  • PPR-1511 2

    2 Registered &

    Corporate Office

    SJVN Corporate Office Complex, Shanan,

    Shimla (HP) PIN-171006,

    Liaison/Co-

    ordination Office

    SJVN, IRCON Building, Ground Floor, Saket New

    Delhi. PIN-110017, TELE: 011- 41659210/17 FAX: 011- 41659204/14

    Click on Internet Options >>Content >>Certificate button. The bidder should view your digital certificate under Personal heading Requirement of Digital Signature Certificate

    Please enable ActiveX Controls & Plug-ins. (Tools->Internet Options-> Security- >Custom Level) Active-X controls need to be enabled in your Internet browser. In order to ensure this, please do the following:

    a. In Menu Bar ---Click on Tools - Internet Options Security Click on Trusted Sites Icon Click on Sites button. Add 2 Website in Trusted Sites

    1. https://sjvn.abcprocure.com

    & 2. https://www.tpsl-india.in After that, click on

    Tools menu of Internet explorer - Internet Options Security Click on Internet Icon. After Click on Custom Level button From below ActiveX controls and plug-ins ---- Select below 5 Items to be enabled 1) Download signed ActiveX controls select Prompt or Enable 2) Download unsigned ActiveX controls select Prompt or Enable 3) Initialize and script ActiveX controls not marked as safe for scripting select

    Prompt or Enable 4) Run ActiveX controls and plug-ins-select Enable 5) Script ActiveX controls marked safe for scripting select Enable After completed this above selection----Below option has available---Reset custom settings---Reset To: Select low or medium ---Click on OK. Also, please check your system Date & Time it should be set as current date & time.

    In case of Digital Certificate based Login, user need to download & install "Signer" file available under Download Section at https://sjvn.abcprocure.com.

    Download & Install "Intermediary Certificate" available under Download Section at https://sjvn.abcprocure.com.

    Please disable or uninstall Third Party Toolbar / Add-ons from Browser.

    1.8 The contract & procurement process through e-tendering/e-procurement system is in process at NJHPS, SJVN Jhakri and hence this tender is to be processed through e-tendering/e-procurement system. The bids are to be filled and submitted online. To participate in e-tendering/e-procurement, it is requested to register with our website https//:sjvn.abcprocure.com. The one year cost of registration on web site is Rs

    https://www.tpsl-india.in/https://sjvn.abcprocure.com/

  • PPR-1511 3

    3 Registered &

    Corporate Office

    SJVN Corporate Office Complex, Shanan,

    Shimla (HP) PIN-171006,

    Liaison/Co-

    ordination Office

    SJVN, IRCON Building, Ground Floor, Saket New

    Delhi. PIN-110017, TELE: 011- 41659210/17 FAX: 011- 41659204/14

    2990/- (Rs 2600/- plus service tax @ 14.0% plus Swachh Bharat Cess @0.5% plus Krishi Kalyan Cess @0.5%) is payable directly to M/s e-Procurement Technologies Ltd. The bidder should also have the Digital Signatures for security purpose. The detailed procedure for the registration is as under:-

    a. Go to the url: - https://sjvn.abcprocure.com In the home page click on vender Registration.

    b. Click on New Bidders Registration link available on home page. c. You need to furnish individual details as well as of company details in

    registration form. d. After filling all mandatory fields, you need to click on submit button to

    complete the registration process. e. After submission of the form, the user id and password are generated in the

    form of Acknowledgement. f. The payment of annual registration fee amounting to Rs.2990/- is to be made

    through DD. g. The User ID will be activated after DD is received. Send the Acknowledgement

    copy and uploaded document below mentioned e-Mail ID. For Registration enquiry and to activate User ID please call abcprocure Help Desk Centre +91-79-40016865 / 37 / 02 / 85 / 79 / 91 / 23 / 52 e-Mail ID [email protected] and [email protected].

    1.9 All the bidders are requested to get themselves registered well in advance to facilitate

    timely submission of the bid. In case bidders wait till last moment for uploading the bids and if any technical problem is encountered at that time, the bid closing date & time may elapse.

    1.10 Down loading Bid Documents: Bidder to access e-Tender portal of SJVN

    (http://sjvn.abcprocure.com) to access NIT document, after completing registration formality and successful login vendor need to process for Tender Fee / Document Fee (if any) and after that bidder can download detailed tender document. Download Document link is available at the end of every tender notice along with access to Corrigendum.

    1.11 Bid Submission: (i) Bidder needs to login first on the tendering portal of SJVN (i.e.

    https://sjvn.abcprocure.com). (ii) Search tender by filling necessary searching criteria after Login. (iii) After finding the tender on the screen, click on the Dashboard. (iv) Click on Declaration and then click on I Agree. (v) Click on the Tender Fees (if any) & Pay the tender fees online. (vi) Click on the EMD & Pay the EMD online. (vii) Click on Prepare Bid and fill necessary Forms (Schedules). (viii) After filling Price Bid Form click on Final Encrypt. (ix) After filling all Forms & final Encryption of Price Bid click on Final

    Submission.

    https://sjvn.abcprocure.com/

  • PPR-1511 4

    4 Registered &

    Corporate Office

    SJVN Corporate Office Complex, Shanan,

    Shimla (HP) PIN-171006,

    Liaison/Co-

    ordination Office

    SJVN, IRCON Building, Ground Floor, Saket New

    Delhi. PIN-110017, TELE: 011- 41659210/17 FAX: 011- 41659204/14

    (x) After Final Submission bidder will get receipt of Final Submission of their Bid.

    1.12 The link help manual and vendor help for submission of bids is also available on the website. For any assistance/ clarification for etendering registration, submission of bid through e-tendering/ procurement , bidder may contact the following persons/ representatives of M/s abcProcure:-

    i. Mr. Rakesh Panwar -M- 80913-81583, e-Mail: [email protected] ii. Mr. Yash Modi, No. +91 - 79- 400 16 802, E-Mail: [email protected] iii. Mr. Pankesh Kumar-Ph- 079-4001 6865, e-Mail: [email protected] iv. Mr. Pradip Parmar-Ph-079-4001 6865 e-Mail: [email protected] v. Mr. Prashant Rajyaguru, No. 0 79- 400 16 828, E-

    mail: [email protected] vi. Mr. Pankesh Kumar, No. +91 - 79- 400 16 865, E-Mail: [email protected] vii. Link Contact us available on the home page of https//:sjvn.abcprocure.com

    The above persons are to be contacted for help/ assistance related to etendering registration, submission of bid through e-tendering only.

    For any other clarifications regarding the tender bidder may contact the following persons/ representatives of M/s SJVN:-

    (i) Sh. Ajay Kumar: Mobile No. 09418014928 (E-mail ID: [email protected]) (ii) Sh. Devender Dhiman: Mobile No. 09418001243 Email ID:

    [email protected] (iii) Sh.Puneet Kumar Sharma : Mobile No. 09459030115 (E-mail ID :

    [email protected])

    2.0 Submission of Bids

    2.1 The bids will be submitted electronically at designated places in various schedules. The schedules cannot be downloaded as they are to be filled online. The bid is to be filled only in the in the schedules available on the web. The bid is called in one part as under:-

    (i) EMD as per clause 6.0 below Copy of NSIC/MSE Certificate as per Sr. No. 6.0 below.

    (ii) Price, Taxes and Duties detail Schedule-1 (iii) Deviation Schedule Schedule-2 (iv) General Information and Bank Account Details Schedule-3.

    Remarks:- 1. All above dynamic schedules are to be filled ONLINE. The bidders have to fill all the required information in the above schedule.

    2. SJVN reserves the right to ask additional information if necessary after opening of the techno-commercial bid.

    2.2 The bidder is advised to keep visiting the websites as mentioned below for any

    notifications/ amendments from SJVN side regarding the tender:- (i) https://sjvn.abcprocure.com. (ii) www.sjvn.nic.in

    mailto:[email protected]:[email protected]:main.compose('new',%20'[email protected]')mailto:[email protected]:[email protected]:[email protected]://sjvn.abcprocure.com/http://www.sjvn.nic.in/

  • PPR-1511 5

    5 Registered &

    Corporate Office

    SJVN Corporate Office Complex, Shanan,

    Shimla (HP) PIN-171006,

    Liaison/Co-

    ordination Office

    SJVN, IRCON Building, Ground Floor, Saket New

    Delhi. PIN-110017, TELE: 011- 41659210/17 FAX: 011- 41659204/14

    (iii) www.eprocure.gov.in. (iv) www.tender.gov.in.

    3. The schedule for bid submission and opening is as under:-

    Date of availability of Tender at https://sjvn.abcprocure.com

    Last Date and time for downloading of bid documents

    Bid Closing Date (Last Date and time for submission of filled in bids)

    Price cum Techno-Commercial Bid Opening

    04/10/2016 25/10/2016 at 12:00 HRS (IST)

    26/10/2016 at 13:00 HRS (IST)

    26/10/2016 at 14:00 HRS (IST

    4. Firm prices for delivery FOR SJVN Store, Jhakri basis by road transport to be quoted

    and should be valid for 120 days from the date of opening of quotation. The prices should be inclusive of Taxes and Freight Charges and any other misc. charges. Jhakri is at a distance of approx.150 KM from Shimla on Hindustan Tibet Road (NH-22).

    5. Taxes and Duties: The applicable rate of taxes and duties to be paid extra shall be clearly mentioned in the Schedule-1(Page 1 of 1) - Schedule of Price along with Taxes and Duties. In case nothing is mentioned or mentioned NIL then it shall be presumed that the rates quoted are inclusive of taxes and duties or else the taxes & duties are not applicable. The taxes & duties shall be paid as per applicable rate at the time of delivery. Any increase in taxes & duties / introduction of new taxes & duties/ levy by the Govt. shall be paid by SJVN Ltd. provided that such increase in taxes & duties / introduction of new taxes & duties/ levy by the Govt. is made with in scheduled delivery period as per PO, otherwise same shall be paid by the bidders.

    The entry tax for the entry of goods in Himachal Pradesh shall be paid by SJVN directly to concerned authorities. During the bid evaluation, the bid of the bidders quoting outside from H.P. shall be loaded at the applicable rate of the entry tax.

    CST/VAT: No C Form will be issued by SJVN Ltd. For this tender, thus Sale Tax has to be quoted accordingly by the bidder.

    6. Cost of Bid Document and Bid Security / Earnest Money deposit (EMD)(FDR/TDR)(ONLINE):

    a) Cost of Bid Document: NIL b) The bidder shall furnish, a bid security/ earnest money as part of the bid amounting

    to Rs 17,200/-(Rupees Seventeen Thousand Two Hundred Only).

    I. 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.

    http://www.eprocure.gov.in/http://www.tender.gov.in/

  • PPR-1511 6

    6 Registered &

    Corporate Office

    SJVN Corporate Office Complex, Shanan,

    Shimla (HP) PIN-171006,

    Liaison/Co-

    ordination Office

    SJVN, IRCON Building, Ground Floor, Saket New

    Delhi. PIN-110017, TELE: 011- 41659210/17 FAX: 011- 41659204/14

    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/ complete entire scope of work. If the contractor fails to fulfill his obligations, the EMD, retained as contract security shall be forfeited. The EMD shall be forfeited @2% of the ordered value or estimated cost, whichever is higher for the ordered items.

    II. Micro or Small Entreprises (MSE)/NSIC registered firms are exempted from the

    submission of the Tender Document Cost (if any) and EMD and must enclose (Upload scanned copy of the MSE/ NSIC certificate). If the MSE/ NSIC certificate does not contain the item(s)/work(s)/Services as listed in our NIQ/NIT and no EMD is found submitted, then SJVN may ask the bidder to submit the EMD and the same should reach within ten (10) days from the date of SJVNs notification by E-mail/Fax Letter.

    c) The Cost of Bid Document and Earnest Money (EMD) shall be submitted using below mentioned facilities:-

    a) Credit Card b) Debit Card c) Net Banking d) NEFT/RTGS

    d) Credit Card/Debit Card/Net Banking:

    Bidder is required to add https://www.tpsl-india.in website in Trusted Zone as suggested above.

    Bidder needs to feed correct details while making the payment through online payment gateway.

    e) NEFT/RTGS:

    To make payment through NEFT/RTGS, bidders will get an auto generated e-Mail which contains details of their Unique Bidder Code and when and how to do RTGS/NEFT and details pertaining to it. This information will also be available on screen under heading of NEFT/RTGS Instruction once bidder gets login.

    Once bidder deposit amount in Beneficiary account number provided to them, while making payment for document fees and EMD by RTGS/NEFT payment option at the document fees and EMD payment screen, bidder shall be able to view the funds already remitted by him/her through NEFT /RTGS as available. Please proceed to make the payment. Upon doing so, the required amount to be paid through the document fees and EMD, shall get appropriately deducted from the available balance and payment shall be confirmed in real time.

    This facility allows you to transfer lump sum amount to your Bidder ID account number as mentioned above via RTGS / NEFT. Bidder would be able to use the funds as and when require till the time balance is available in Bidder ID. Also, Bidder can transfer more amount as and when he/she require. Kindly note that the payment via RTGS / NEFT is required to be made one working day in advance in order to make it available in your Bidder ID. Hence please ensure that Bidder remit

  • PPR-1511 7

    7 Registered &

    Corporate Office

    SJVN Corporate Office Complex, Shanan,

    Shimla (HP) PIN-171006,

    Liaison/Co-

    ordination Office

    SJVN, IRCON Building, Ground Floor, Saket New

    Delhi. PIN-110017, TELE: 011- 41659210/17 FAX: 011- 41659204/14

    funds at least one day in advance before he/she would like to make the document fees and EMD payment through RTGS / NEFT option on payment gateway.

    Caution: Please ensure that you need to mention the correct beneficiary account number and IFSC code as mentioned above while making payment via RTGS / NEFT. In the event of funds remitted to wrong beneficiary account number, SJVN Limited or its Bank or its service provider would not responsible for the same.

    The EMD submitted in the form of BG, DDs, local Cheque/ outstations Cheque will not be considered.

    f) FDR/TDR: Please note that EMD (Earnest Money Deposit) / Bid Security in the

    form of FDR/TDR {Pledged in favour of the NJHPS, SJVN Ltd. Jhakri} is also acceptable and the same in physical form should reach before the last date and time of submission of bid at the following address:

    Sr. Manager, Procurement & Contract Deptt., NJHPS, SJVN Ltd. Jhakri, Distt. Shimla, H.P.-172201.

    The bid shall be rejected if the EMD in the form of FDR/TDR is not received in physical form along with bids.

    7. (a) In case bidder is a Micro or Small Enterprises under the Micro Small and

    Medium Enterprises Development Act 2006, the bidder shall submit the following :

    (i) Documentory evidence that the bidder is a Micro or Small Enterprises registered with District Industries Centres or Khadi and Village Industries Commission or Khadi and Village Board or Coir Board or National Small Industries Corporation or Directorate of Handicrafts and Handloom or any other body specified by Ministry of Micro, Small and Medium Enterprises for the same products as in NIQ above.

    (ii) If the MSE is owned by SC/ST Enterprises, the bidder shall furnish appropriate documentory evidence in this regard.

    (iii) The above documents submitted by the bidder shall be duly certified by the statutory Auditor of the bidder or a practicing Chartered Accountant (not being an employee or a Director or not having any interest in the bidders company/ firm) where audited accounts are not mandatory as per law.

    (b) If the bidder does not provide the above confirmation or appropriate document or any evidence, then it will be presumed that they do not qualify for any preference adimmisble as above.

    (c) No EMD (bid security) is required to be paid by an MSE participating in the bidding process. However, MSEs shall not be exempted from submission of Performance Guarantee.

  • PPR-1511 8

    8 Registered &

    Corporate Office

    SJVN Corporate Office Complex, Shanan,

    Shimla (HP) PIN-171006,

    Liaison/Co-

    ordination Office

    SJVN, IRCON Building, Ground Floor, Saket New

    Delhi. PIN-110017, TELE: 011- 41659210/17 FAX: 011- 41659204/14

    (d) Tender document shall be issued free of cost to all MSEs participating in the bidding process.

    (e) Purchase preference will be applicable as per extant GOI Policy.

    8. Delivery Period: The delivery of the material is to be completed within 60 days from the date of issue of Supply order.

    9. PAYMENT TERMS: Hundred percent (100%) payment including taxes and duties will be made within 30 days after delivery of the full material at SJVN Store, Jhakri and on submission of following documents to the consignee :-

    (i) Bills in Triplicate (ii) Inspection Report as per clause no. 10. (iii) Copy of TIN No.

    (a) The payment shall be released through electronic fund transfer and hence

    you are requested to give your bank account detail along with IFSC code of your bank branch. Bank charges if any, shall be borne by you. The details to be submitted in the schedule as enclosed.

    (b) As per SJVN Ltd. policy, no advance payment can be given.

    (c) All the payments for the supplies and/or services (as applicable) rendered by MSEs (Micro & Small Enterprises) supplier/contractor under the contract shall be released within forty five (45) days from the day of acceptance.

    Day of acceptance means day of actual delivery of goods or the rendering of services; or where any objection is made in writing by SJVN regarding acceptance of goods or services within fifteen days from the date of delivery of goods or the rendering of services, the day on which such objection is removed by the contractor/supplier.

    In case payments are not released as mentioned above, SJVN shall pay the principal amount plus compound interest with monthly rests from the date immediately following the date agreed upon @ three times of bank rates as notified by Reserve Bank of India time to time.

    (d) All the payments for the supplier and/or services (as applicable) rendered by non-

    MSEs (Non- Micro & Small Enterprises) supplier/ contractor under the contract shall be released within forty five (45) days from the receipt of invoices/bills from the contractor/ supplier complete in all respects.

    In case payments are not released as mentioned above, SJVN shall pay the principal amount plus simple interest from the date immediately following the date agreed upon @ 8% p.a.

    10. Inspection: Inspection of the material shall be carried out by authorized representative

    of SJVN at Store, NJHPS, SJVN Ltd. Jhakri.

  • PPR-1511 9

    9 Registered &

    Corporate Office

    SJVN Corporate Office Complex, Shanan,

    Shimla (HP) PIN-171006,

    Liaison/Co-

    ordination Office

    SJVN, IRCON Building, Ground Floor, Saket New

    Delhi. PIN-110017, TELE: 011- 41659210/17 FAX: 011- 41659204/14

    11. The purchaser reserves the right to increase /decrease the quantity at the time of placing the supply order.

    12. The purchaser reserves the right to reject any or all the quotations without assigning any reason.

    13. Please note that bids in physical form shall not be entertained under any circumstances and are only to be submitted through e-procurement.

    14. L. D. Charges: If the material is not supplied within stipulated period of delivery, then liquidated damages charges @ % per week or part thereof subject maximum to 5% shall be levied on ordered value.

    15. Deviations: Any deviation from the NIQ should be recorded in deviation schedule only i.e. Schedule-2 Schedule of Deviations. Deviation mentioned at other places than the Deviation Schedule will not be considered.

    16. In case if it happens to be a holiday/network problem, quotations will be received and opened on the next working day at the same place and time.

    17. Any general documents like scanned copies of EMD (if any) & Cost of tender document (if any), price list/ any Central Govt./Govt./PSU sector copy of supply order of same items for price justification(if required), etc. are to be uploaded at the link General Documents.

    18. Bid Opening and Evaluation

    The Owner will open all bids electronically in the presence of bidder's representatives who choose to attend the opening at the time, on the date and at the place specified in the NIT / NIQ. Bidder's 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 holiday for the Owner, the bids will be opened at the appointed time on the next working day.

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

    Bids will be evaluated on item rate basis FOR Jhakri including all taxes & duties. During the bid evaluation entry tax at an applicable shall be loaded on prices of bidders quoting

    outside state of H.P.

    Award will be placed on L1 bidder on FOR Jhakri basis on item rate basis.

    No price preference shall be given to any bidders during the bid evaluations. 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.

    19. 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

  • PPR-1511 10

    10 Registered &

    Corporate Office

    SJVN Corporate Office Complex, Shanan,

    Shimla (HP) PIN-171006,

    Liaison/Co-

    ordination Office

    SJVN, IRCON Building, Ground Floor, Saket New

    Delhi. PIN-110017, TELE: 011- 41659210/17 FAX: 011- 41659204/14

    writing, and no change in the price or substance of the bid shall be sought, offered or permitted.

    20. Correction of Errors (Applicable to extent possible)

    The prices are to be filled in ONLINE DYNAMIC Schedules as under:-

    A. The bidder has to fill the Unit Rates in the FIGURES only.

    B. The entered UNIT RATES in figures shall be automatically converted in to the words.

    C. The bidder has to fill the applicable percentage (%) of the taxes & duties. The amount for the taxes & duties shall be calculated automatically accordingly.

    D. The above entered UNIT RATES in the figures and calculated amount of taxes & duties shall be multiplied with quantity to calculate the TOTAL AMOUNT in figures & as well as in words automatically.

    E. 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.

    F. The Owner's determination of a bid's 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.

    21. 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 anything 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

  • PPR-1511 11

    11 Registered &

    Corporate Office

    SJVN Corporate Office Complex, Shanan,

    Shimla (HP) PIN-171006,

    Liaison/Co-

    ordination Office

    SJVN, IRCON Building, Ground Floor, Saket New

    Delhi. PIN-110017, TELE: 011- 41659210/17 FAX: 011- 41659204/14

    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".

    22. ADOPTION OF INTEGRITY PACT

    In order to ensure transparency, equity and competitiveness in its procurement, SJVN Ltd has decided to adopt Integrity Pact. The Integrity Pact (IP) envisages an agreement between the prospective Applicants/ contractors and the buyer committing the person(s)/official(s) of both the parties, not to exercise any corrupt influence on any aspect of the contract. Towards implementation of Integrity Pact, an MOU along with Integrity Pact Programme has already been signed between SJVN Ltd. and Transparency International India (TII) on 05th January, 2011.

    The Integrity Pact shall be applicable for transaction having threshold value of Rs. 8 Lacs for procurement, Rs. 15 Lacs for services and Rs. 50 Lacs for work.

    Further, the Independent External Monitors (IEMs) would be monitoring the bidding process and execution of contract and shall be responsible to oversee the implementation of Integrity Pact Program to prevent corruption, bribery or any other unethical practices in SJVN Ltd.

    In order to deal with any grievance(s)/dispute(s) and to oversee implementation and effectiveness of the Integrity Pact programme pertaining to this tender, Applicants may refer the same to Independent External Monitors (IEMs). Name and Address of the Independent External Monitors (IEMs) are as under:

    Sh. S.S. Parmar, IAS (Retd.), Sunrise Cottage, Housing Board Colony, Jakhoo, Shimla 171001 Himachal Pradesh. Ph: 0177-2624097 Mb. No. 09418900055

    All pages of Integrity Pact (As per attached format at Annexure-B) duly signed by authorized signatory of the Employer prior to uploading of the tender shall be subsequently signed by the authorised signatory of Applicant and uploaded & submitted with the tender documents as specified in the tender. Failure to sign the Integrity Pact by the applicant shall lead to outright rejection of the application. The original signed copy of the integrity pact shall be sent as per address mentioned at Sr. No. 6 II(f) along with FDR/TDR.

    23. Consignee: Sr. Mgr(Store), NJHPS, SJVN Ltd., Jhakri

    24. Special Conditions: - The Bidders not offering the items as per technical

    specification Annexure-A, their bid shall be considered techno-commercially non responsive and price bid will not be considered for evaluation.

  • PPR-1511 12

    12 Registered &

    Corporate Office

    SJVN Corporate Office Complex, Shanan,

    Shimla (HP) PIN-171006,

    Liaison/Co-

    ordination Office

    SJVN, IRCON Building, Ground Floor, Saket New

    Delhi. PIN-110017, TELE: 011- 41659210/17 FAX: 011- 41659204/14

    25. The material is to transport through Registered Common Carrier only

    (Registered Common Carrier mean the carrier registered with a State Transport Authority or a Regional Transport Authority).

    ,

    ,

    , , (. .)-172201

  • ANNEXURE-B

    (Format of Integrity Pact)

    PRE CONTRACT INTEGRITY PACT Between

    SJVN Limited, a company incorporated under the Companies Act 1956 and having its registered

    office at SJVN Ltd., Himfed Building, New Shimla, Shimla (H.P.), hereinafter referred to as

    The Employer which expression shall mean and include, unless the context otherwise requires,

    his successors in office and assigns of the First Part. And

    M/s

    a company/ firm/ individual (status of

    the company) and having its registered office at represented by Shri

    hereinafter referred to as The Bidder/Contractor which expression shall mean and include,

    unless the context otherwise requires, his successors and permitted assigns of the Second Part. WHEREAS the Employer proposes to procure under laid down organizational procedures,

    contract/s for Supply of Supply of Electrical Consumables materials for one year at NJHPS, SJVN Ltd., Jhakri and the Bidder/Contractor is willing to offer against NIT No. SJVN/P&C/PPR-NJHPS-1511(O&M)/2016. WHEREAS the Bidder/Contractor is a private company / public company/Government

    undertaking/partnership/consortium/joint venture constituted in accordance with the relevant law

    in the matter and the Employer is a Public Sector Enterprise. NOW, THEREFORE,

    To avoid all forms of corruption by following a system that is fair, transparent and free from any

    influence/prejudiced dealings prior to, during and subsequent to the currency of the contract to

    be entered into with a view to:- Enabling the Employer to obtain the desired said (work/ goods/ services) at a competitive price

    in conformity with the defined specifications by avoiding the high cost and the distortionary

    impact of corruption on public procurement, and Enabling the Bidder(s)/Contractor(s) to abstain from bribing or indulging in any corrupt practice

    in order to secure the contract by providing assurance to them that their competitors will also

    abstain from bribing and other corrupt practices and the Employer will commit to prevent

    corruption, in any form, by its officials by following transparent procedures.

    Page 1

  • 1.0 Commitments of the Employer

    1.1 The Employer undertakes that no official of the Employer, connected directly or indirectly with the contract, will demand, take a promise for or accept, directly or through

    intermediaries, any bribe, consideration, gift, reward, favour or any material or immaterial

    benefit or any other advantage from the Bidder/Contractor, either for themselves or for any

    person, organization or third party related to the contract in exchange for an advantage in

    the bidding process, bid evaluation, contracting or implementation process related to the

    contact. 1.2. The Employer will, during the pre-contract stage, treat all the Bidders/Contractors alike,

    and will provide to all the Bidders/Contractors the same information and will not provide

    any such information to any particular Bidder/Contractor which could afford an advantage

    to that particular Bidder/Contractor in comparison to other Bidders/Contractors. 1.3. All the officials of the Employer will report to the appropriate Authority any attempted or

    completed breaches of the above commitments as well as any substantial suspicion of such a

    breach. 2.0 In case any such preceding misconduct on the part of such official(s) is reported by the

    Bidder to the Employer with full and verifiable facts and the same is prima facie found to be

    correct by the Employer, necessary disciplinary proceedings, or any other action as deemed

    fit, including criminal proceedings may be initiated by the Employer or Independent

    External Monitor and such a person shall be debarred from further dealings related to the

    contract process. In such a case while an enquiry is being conducted by the Employer the

    proceedings under the contract would not be stalled. 3.0 Commitments of the Bidder(s)/Contractor(s)

    The Bidder(s)/Contractor(s) commits itself to take all measures necessary to prevent corrupt

    practices, unfair means and illegal activities during any stage of its bid or during any pre-

    contract or post-contract stage in order to secure the contract or in furtherance to secure it

    and in particular commit itself to the following :- 3.1 The Bidder(s)/Contractor(s) will not offer, directly or through intermediaries, any bribe, gift,

    consideration, reward, favour, any material or immaterial benefit or other advantage,

    commission, fees, brokerage or inducement to any official of the Employer, connected

    directly or indirectly with the bidding process, or to any person, organization or third party

    related to the contract in exchange for any advantage in the bidding, evaluation, contracting

    and implementation of the contract.

    Page 2

  • 3.2 The Bidder/Contractor further undertakes that it has not given, offered or promised to give,

    directly or indirectly any bribe, gift consideration, reward, favour, any material or

    immaterial benefit or other advantage, commission, fees, brokerage or inducement to any

    official of the Employer or otherwise in procuring the Contract or forbearing to do or having

    done any act in relation to the obtaining or execution of the contract or any other contract

    with Employer for showing or forbearing to show favour or disfavour to any person in

    relation to the contract or any other contract with Employer. 3.3 The Bidder(s)/Contractor(s) shall disclose the name and address of agents and

    representatives and Indian Bidder(s)/Contractor(s) shall disclose their foreign principals or

    associates. 3.4 The Bidder(s)/Contractor(s) shall disclose the payments to be made by them to

    agents/brokers or any other intermediary, in connection with this bid/contract 3.5 The Bidder, either while presenting the bid or during pre-contract negotiations or before

    signing the contract, shall disclose any payments he has made, is committed to or intends to

    make to officials of the Employer or their family members, agents, brokers or any other

    intermediaries in connection with the contract and the details of services agreed upon for

    such payments. 3.6 The Bidder/Contractor will not collude with other parties interested in the contract to impair

    the transparency, fairness and progress of the bidding process, bid evaluation, contracting

    and implementation of the contract. 3.7 The Bidder/Contractor will not accept any advantage in exchange for any corrupt practice,

    unfair means and illegal activities. 3.8 The Bidder/Contractor shall not use improperly, for purposes of competition or personal

    gain, or pass on to others, any information provided by the Employer as part of the business

    relationship, regarding plans, technical proposals and business details, including information

    contained in electronic data carrier. The Bidder/Contractor also undertakes to exercise due

    and adequate care lest any such information is divulged. 3.9 The Bidder(s)/Contractor(s) commits to refrain from giving any complaint directly or

    through any other manner without supporting it with full and verifiable facts. 3.10 The Bidder(s)/Contractor(s) shall not instigate or cause to instigate any third person to

    commit any of the actions mentioned above.

    Page 3

  • 3.11 If the Bidder/Contractor or any employee of the Bidder/Contractor or any person acting on

    behalf of the Bidder/Contractor, either directly or indirectly, is a relative of any of the

    officers of the Employer, or alternatively, if any relative of an officer of the Employer has

    financial interest/stake in the Bidder(s)/Contractor(s) firm(excluding Public Ltd. Company

    listed on Stock Exchange), the same shall be disclosed by the Bidder/Contractor at the time

    of filling of tender.

    The term relative for this purpose would be as defined in Section 2(77) of the Companies

    Act 2013. 3.12 The Bidder(s)/Contractor(s) shall not lend to or borrow any money from or enter into any

    monetary dealings or transactions, directly or indirectly, with any employee of the

    Employer. 4.0 Previous Transgression

    4.1 The Bidder(s)/Contractor(s) declares that no previous transgression occurred in the last

    three years immediately before signing of this Integrity Pact, with any other company in any

    country in respect on any corrupt practices envisaged hereunder or with any Public Sector

    Enterprise in India or any Government Department in India. 5.0 Earnest Money (Security Deposit)

    The provision regarding Earnest Money/Security Deposit as detailed in the Notice Inviting

    Tender (NIT) and Instruction to Bidders (ITB) section of the Bid Document is to be referred. 6.0 Sanctions for Violations

    6.1 Any breach of the aforesaid provisions by the Bidder/Contractor or any one employed by it

    or acting on its behalf shall entitle the Employer to take action as per the procedure

    mentioned in the Guidelines on Banning of Business Dealings attached as Annex-A and

    initiate all or any one of the following actions, wherever required:-

    (i) To immediately call off the pre contract negotiations without assigning any reason or

    giving any compensation to the Bidder/Contractor. However, the proceedings with the

    other Bidder(s)/Contractor(s) would continue. (ii) The Earnest Money Deposit (in pre-contract stage) and/or Security

    Deposit/Performance Bond (after the contract is Signed) shall stand forfeited either

    fully or partially, as decided by the Employer and the Employer shall not be required

    to assign any reason thereof.

    Page 4

  • (iii) To immediately cancel the contract, if already signed, without giving any compensation to the Contractor. The Bidder/Contractor shall be liable to pay

    compensation for any loss or damage to the Employer resulting from such

    cancellation/rescission and the Employer shall be entitled to deduct the amount so

    payable from the money(s) due to the Bidder/Contractor.

    (iv) To encash the Bank guarantee, in order to recover the dues if any by the Employer,

    along with interest as per the provision of contract.

    (v) To debar the Bidder/Contractor from participating in future bidding processes of

    SJVN Ltd., as per provisions of Guidelines on Banning of Business Dealings of

    SJVN Ltd. (Annex-I), which may be further extended at the discretion of the

    Employer.

    (vi) To recover all sums paid in violation of this Pact by Bidder(s)/Contractor(s) to any

    middleman or agent or broker with a view to securing the contract.

    (vii) In cases where irrevocable Letters of Credit have been received in respect of any

    contract signed by the Employer with the Bidder/ Contractor, the same shall not be

    opened/operated.

    (viii) Forfeiture of Performance Security in case of a decision by the Employer to forfeit the

    same without assigning any reason for imposing sanction for violation of this Pact.

    6.2 The Employer will be entitled to take all or any of the actions mentioned at para 6.1 (i) to (viii) of this Pact also on the Commission by the Bidder/Contractor or any one employed

    by it or acting on its behalf (whether with or without the knowledge of the

    Bidder/Contractor), of an offence as defined in Chapter IX of the Indian Penal Code, 1860

    or Prevention of Corruption Act, 1988 or any other statute enacted for prevention of

    corruption. 6.3 The decision of the Employer to the effect that a breach of the provisions of this Pact has

    been committed by the Bidder/Contractor shall be final and conclusive on the

    Bidder/Contractor. However, the Bidder/Contractor can approach the Independent External

    Monitor(s) appointed for the purposes of this Pact. 7.0 Independent External Monitor(s)

    7.1 The Employer has appointed Independent External Monitor(s) (hereinafter referred to as

    monitors) for this Pact in consultation with the Central Vigilance Commission.

    Page 5

  • 7.2 The task of the Monitors shall be to review independently and objectively, whether and to

    what extent the parties comply with the obligations under this Pact. 7.3 The Monitors shall not be subject to instructions by the representatives of the parties and

    perform their functions neutrally and independently. 7.4 Both the parties accept that the Monitors have the right to access all the documents relating

    to the project/procurement, including minutes of meetings. The right to access records

    should only be limited to the extent absolutely necessary to investigate the issue related to

    the subject tender/contract. 7.5 As soon as the Monitor notices, or has reason to believe, a violation of this Pact, he will so

    inform CMD, SJVN and request SJVN Ltd. to discontinue or take corrective action, or to

    take other relevant action. The Monitor can in this regard submit non-binding

    recommendations. Beyond this the Monitor has no right to demand from the parties that

    they act in a specific manner, refrain from action or tolerate action. 7.6 The Bidder(s)/Contractor(s) accepts that the Monitor has the right to access without

    restriction, to all Project documentation of the Employer including that provided by the

    Bidder/Contractor. The Bidder/Contractor will also grant the Monitor, upon his request and

    demonstration of a valid interest, unrestricted and unconditional access to his project

    documentation. The same is applicable to Subcontractor(s). The Monitor shall be under

    contractual obligation to treat the information and documents of the

    Bidder/Contractor/Subcontractor(s) with confidentiality. 7.7 The Employer will provide to the Monitor sufficient information about all meetings among

    the parties related to the project provided such meetings could have an impact on the

    contractual relations between the parties. The parties will offer to the Monitor the option to

    participate in such meetings as and when required. 7.8 The Monitor will submit a written report to the CMD, SJVN Ltd., within 8 to 10 weeks

    from the date of reference or intimation to him by the Employer/Bidder and should the

    occasion arise, submit proposals for correcting problematic situations. 7.9 The word Monitor would include both singular and plural.

    8.0 Facilitation of Investigation

    In case of any allegation of violation of any provisions of this Pact or payment of

    commission, the Employer or its agencies shall be entitled to

    Page 6

  • examine all the documents including the Books of Accounts of the Bidder/Contractor and

    the Bidder/Contractor shall provide necessary information and documents in English and

    shall extend all possible help for the purpose of such examination. 9.0 Law and Place of Jurisdiction

    This Pact is subject to Indian Law. The place of performance and jurisdiction is the

    Registered Office of the Employer, i.e. Shimla (H.P.). The arbitration clause provided in the

    tender document/contract shall not be applicable for any issue/dispute arising under

    Integrity Pact. 10.0 Other Legal Actions

    10.1 The actions stipulated in this Integrity Pact are without prejudice to any other legal action

    that may follow in accordance with the provisions of the extant law in force relating to any

    civil or criminal proceedings. 10.2 Changes and supplements as well as termination notice need to be made in writing. 10.3 If the Contractor is a partnership or a consortium or a joint venture, this pact must be

    signed by all partners of the consortium/joint venture. 11.0 Validity

    11.1 The validity of this Integrity Pact shall be from date of its signing and extend upto 5 years or the complete execution of the contract to the satisfaction of both the Employer and the

    Bidder/Contractor/Seller, including warranty period, whichever is later. In case BIDDER is

    unsuccessful, this Integrity Pact shall expire after six months from the date of the signing of

    the contract. 11.2 Should one or several provisions of this Pact turn out to be invalid, the remainder of this

    Pact shall remain valid. In this case, the parties will strive to come to an agreement to their

    original intention.

    Page 7

  • 12.0 The Parties hereby sign this Integrity Pact at ____________________________ on ______________.

    Employer Bidder

    Name of the Officer (Authorised Person)

    Designation (Name of the Person)

    Designation

    Place---------------- Place--------------

    Date--------------- Date--------------

    Witness1._______________________ Witness1.__________________________

    (Name and address) (Name and address)

    2.__________________________ 2.__________________________

    (Name and address) (Name and address)

    Page 8

  • Annex-I

    (Page 9-17)

  • SJVN LIMITED

    GUIDELINES

    ON

    BANNING OF BUSINESS DEALINGS

    CORPORATE CONTRACT DEPARTMENT (CIVIL) Shanti Bhawan, Sector-6, Phase-III, New Shimla-171009

    February 2016

    Page 9

  • Guidelines on banning of business dealings

    Contents

    S.No. Description Pages

    1.0 Introduction 11

    2.0 Scope 11

    3.0 Definitions 12

    4.0 Initiation of Banning/Suspension 12

    5.0 Suspension of Business Dealings 12-13

    6.0 Ground on which Banning of Business dealing can 13-14

    be initiated

    7.0 Banning of Business dealings 14

    8.0 Removal from List of Approved agencies- 14-15

    Suppliers/Contractors etc.

    9.0 Show-cause Notice 15

    10.0 Appeal against the Decision of the Competent 15-16

    Authority.

    11.0 Circulation of the names of Agencies with whom 16

    Business Dealings have been banned.

    Page 10

  • Guidelines on Banning of Business Dealings

    1.0 Introduction

    1.1 SJVN Limited (SJVN) deals with Agencies viz. parties/ contractors/ suppliers/ bidders,

    who are expected to adopt ethics of highest standards and a very high degree of integrity,

    commitments and sincerity towards the work undertaken. It is not in the interest of SJVN

    to deal with Agencies who commit deception, fraud or other misconduct in the tendering

    process. 1.2 Since banning of business dealings involves civil consequences for an Agency concerned,

    it is incumbent that adequate opportunity of hearing is provided and the explanation, if

    tendered, is considered before passing any order in this regard keeping in view the facts

    and circumstances of the case. 2.0 Scope 2. 1 The Information for Bidders/ Instruction to Bidders and even the General Conditions of

    Contract (GCC) of SJVN generally provide that SJVN shall have the rights to remove

    from list of approved suppliers / contractors or to ban business dealings if any Agency

    has been found to have committed misconduct or fraud or anything unethical not

    expected from a reputed contractor. 2.2 The procedure of (i) Removal of Agency from the List of approved suppliers /

    contractors; (ii) Suspension and (iii) Banning of Business Dealing with Agencies, has

    been laid down in these guidelines. 2.3 These guidelines shall apply to all the Projects/ Power Stations/ Regional Offices/ Liaison

    Offices of SJVN. 2.4 It is clarified that these guidelines do not deal with the poor performance of the

    contractors/ Agencies. 2.5 The banning shall be with prospective effect, i.e. future business dealings.

    Page 11

  • 3.0 Definitions

    In these Guidelines, unless the context otherwise requires:

    i) Party / Contractor / Supplier / Bidders shall mean and include a public limited

    company or a private limited company, a joint Venture, Consortium, HUF, a firm

    whether registered or not, an individual, cooperative society or an association or a

    group of persons engaged in any commerce, trade, industry, etc. Party / Contractor/

    Supplier / Bidder in the context of these guidelines is indicated as Agency.

    ii) Unit shall mean the Project/ Power Station/ Regional Office/ Liaison Office.

    iii) Competent Authority and Appellate Authority shall mean the following:

    The concerned Director shall be the Competent Authority for the purpose of these

    guidelines.

    CMD shall be the Appellate Authority in respect of such cases.

    iv) Investigating Committee shall mean any Officer/Committee appointed by

    Competent Authority to conduct investigation.

    v) List of approved Agencies viz Parties / Contractors / Suppliers/Bidders shall

    mean and include list of Parties/ Contractors / Suppliers / Bidders etc if registered

    with SJVN. 4.0 Initiation of Banning / Suspension

    Action for banning /suspension business dealings with any Agency shall be initiated by

    the department responsible for invitation of bids after noticing the irregularities or

    misconduct on the part of Agency concerned. Besides the concerned department,

    Vigilance Department of each Unit/ Corporate Vigilance may also be competent to

    initiate such action. 5.0 Suspension of Business Dealings.

    5.1 If the conduct of any Agency dealing with SJVN is under investigation, the Competent

    Authority may consider whether the allegations (under investigation) are of a serious

    nature and whether pending investigation,

    Page 12

  • it would be advisable to continue business dealing with the Agency. If the Competent

    Authority, after consideration of the matter including the recommendation of the

    Investigating Committee, if any, decides that it would not be in the interest to continue

    business dealings pending investigation, it may suspend business dealings with the

    Agency. The order of suspension would operate for a period not more than six months

    and may be communicated to the Agency as also to the Investigating Committee. The

    Investigating Committee may ensure that their investigation is completed and whole

    process of final order is over within such period. However, if investigations are not

    completed in six months time, the Competent Authority may extend the period of

    suspension by another three months, during which period the investigations must be

    completed. 5.2 The order of suspension shall be communicated to all Departmental Heads of SJVN and

    Heads of the Units. During the period of suspension, no business dealing may be held

    with the Agency. 5.3 As far as possible, the existing contract(s) with the Agency may continue unless the

    Competent Authority, having regard to the circumstances of the case, decides otherwise. 5.4 If the Agency concerned asks for detailed reasons of suspension, the Agency may be

    informed that its conduct is under investigation. It is not necessary to enter into

    correspondence or argument with the Agency at this stage. 5.5 It is not necessary to give any show-cause notice or personal hearing to the Agency

    before issuing the order of suspension. 6.0 Ground on which Banning of Business Dealings can be initiated:

    6.1 If the security consideration, including questions of loyalty of the Agency to SJVN so

    warrants; 6.2 If the director /owner of the Agency, proprietor or partner of the firm, is convicted by a

    Court of Law for offences involving moral turpitude in relation to its business dealings

    with the Government or any other public sector enterprises, during the last three years. 6.3 If business dealings with the Agency have been banned by the Department of Power,

    Government of India.

    Page 13

  • 6.4 If the Agency has resorted to corrupt, fraudulent practices including misrepresentation of

    facts; 6.5 If the Agency uses intimidation / threatening or brings undue outside pressure on SJVN

    or its official for acceptance / performances of the job under the contract; 6.6 If the Agency misuses the premises or facilities of SJVN, forcefully occupies or damages

    SJVNs properties including land, water resources, forests / trees or tampers with

    documents/records etc. (Note: The examples given above are only illustrative and not

    exhaustive. The Competent Authority may decide to ban business dealing for any good

    and sufficient reason). 7.0 Banning of Business Dealings 7. 1 A decision to ban business dealings with any Agency shall apply throughout SJVN. 7.2 There will be an Investigating Committee consisting of officers not below the rank of

    AGM/DGM from Indenting Division, Finance, Law and Contracts. Member from

    department responsible for invitation of bids shall be the convener of the committee. The

    functions of the committee shall, inter-alia include:

    i) To study the report of the unit/division responsible for invitation of bids and decide if

    a prima-facie case for banning exists, if not, send back the case to the Competent

    Authority.

    ii) To recommend for issue of show-cause notice to the Agency by the concerned

    unit/division as per clause 9.1.

    iii) To examine the reply to show-cause notice and call the Agency for personal hearing,

    if required.

    iv) To submit final recommendations to the Competent Authority for banning or

    otherwise. 8.0 Removal from List of Approved Agencies - Suppliers/ Contractors, etc. 8.1 If the Competent Authority decides that the charge against the Agency is of a minor

    nature, it may issue a show-cause notice as to why the name of the Agency should not be

    removed from the list of approved Agencies - Suppliers / Contractors, etc.

    Page 14

  • 8.2 The effect of such an order would be that the Agency would not be qualified for

    competing in Open Tender Enquiries or Limited Tender Enquiries till the period

    mentioned in the order. 8.3 Past performance of the Agency may be taken into account while processing approval of

    the Competent Authority for award of the contract. 9.0 Show-cause Notice

    9.1 In case where the Competent Authority decides that action against an Agency is called

    for, a show-cause notice has to be issued to the Agency, Statement containing the

    imputation of misconduct or misbehavior may be appended to the show-cause notice and

    the Agency should be asked to submit within 15 days a written statement in its defense. 9.2 If the Agency requests for inspection of any relevant document in possession of SJVN,

    necessary facility for inspection of documents may be provided. 9.3 The Competent Authority may consider and pass an appropriate speaking order:

    a) For exonerating the Agency if the charges are not established;

    b) For removing the Agency from the list of approved Suppliers / Contactors, etc.

    c) For banning the business dealing with the Agency. 9.4 If it decides to ban business dealings, the period for which the ban would be operative

    may be mentioned. 10.0 Appeal against the Decision of the Competent Authority 10.1 The Agency may file an appeal against the order of the Competent Authority banning

    business dealing etc. The appeal shall be filed to Appellate Authority. Such an appeal

    shall be preferred within one month from the date of receipt of the order banning business

    dealing, etc.

    Page 15

  • 10.2 Appellate Authority would consider the appeal and pass appropriate order which shall be

    communicated to the Agency as well as the Competent Authority. 11.0 Circulation of the names of Agencies with whom Business Dealings have been

    banned

    i) The concerned unit shall forward the name and details of the Agency(ies) banned to

    IT&C Division of Corporate Office for displaying the same on SJVN website.

    ii) Corporate Contracts Department shall also forward the name and details of the

    Agency(ies) banned to the Ministry of Power, GoI besides forwarding the name and

    details to the contracts/procurement group of all CPSUs of power sector. ______________

    Page 16

  • FORM OF DECLARATION OF ELIGIBILITY

    UNDERTAKING

    I / We, M/s ..(Name of Bidder) hereby certify that I / we have not

    been banned /de-listed/ black listed / debarred from business by any PSU / Govt. Department

    during last 03 (three) years on the grounds mentioned in para 6 of Guidelines on banning of

    Business dealing, Terms and conditions Clause 21.0 of Tender Document.

    (Seal & signature of the Bidder)

    Page 17

    NIQConsumableTerms and conditions1511Format_IP