Top Banner
1 NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA LOW DAM –III POWER STATION RAMBI BAZAR, REANG, DISTT-DARJEELING, WEST BENGAL Tender Document For Supply & Installation of Rooftop energy efficient 30KWP Solar PV on grid connected Power Plant. TENDER SPECIFICATION NO. - NH/TLD-III PS/ P&C/PR-525/635 COST OF TENDER : ` 500/- ESTIMATED COST : ` 24, 60,000/- EARNEST MONEY : ` 49,000/- NAME OF TENDERER:- ………………………………….. …………………………………. ………………………………….., …………………………………... Manager (Proc) TLD-III PS, Rambi
69

NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

Feb 05, 2018

Download

Documents

ledien
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

1

NHPC LIMITED

[A GOVT. OF INDIA ENTERPRISE]

TEESTA LOW DAM –III POWER STATION

RAMBI BAZAR, REANG, DISTT-DARJEELING, WEST BENGAL

Tender Document For

Supply & Installation of Rooftop energy efficient 30KWP Solar PV on grid connected Power Plant.

TENDER SPECIFICATION NO. - NH/TLD-III PS/ P&C/PR-525/635

COST OF TENDER : ` 500/-

ESTIMATED COST : ` 24, 60,000/-

EARNEST MONEY : ` 49,000/-

NAME OF TENDERER:- …………………………………..

………………………………….

………………………………….., …………………………………...

Manager (Proc) TLD-III PS, Rambi

Page 2: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

2

SECTION-I

NOTICE INVITING TENDERS

Page 3: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

3

Ref. No. NH/TLDP-III/Rambi/P&C

No. NH/TLD-IIIPS/P&C/PR-525/635 Date: 10/02/2017

Notice Inviting E-Tenders (Domestic Bidding - Open)

1. Procurement Division, TLD-III Power Station, NHPC Limited invites ONLINE Electronic Bids (E-Tender Technical Cum Price Bid) composite from Manufacturer or from its authorised dealer/ distributor/ retailer / business partner registered in India as per Section-I- Important Instructions for online Bidding, Sec-II- Instruction to Bidders (ITB), Sec-III-Special Conditions of Contract (T&C) & relevant annexures attached here with the Tender Documents :

2. Brief Details of Tender: S.No. ITEM Description (i) Tender ID 2017_NHPC_174556_1 (ii) Estimated cost of the Work ` 24,60,000/- (iii) Name of Work Supply & Installation of Rooftop energy efficient 30KWP

Solar PV on grid connected Power Plant. (iv) EMD (Bid Security) `49,000/- (v) Completion Period 60 Days (vi) Tender Documents Fees ` 500/- (vii) Tender Inviting Authority Manager (Proc),

TLD -III Power Station, NHPC Ltd., Rambi, PO-Reang, Dist-Darjeeling, WB, Pin: 734321 E-mail: [email protected]

Note: Tender document fee and EMD (in original) should be submitted to the Tender Inviting Authority on or before the last date & time of bid submission failing which the tender will be summarily rejected.

3. Critical Dates of Tender: Sr.No. Items Description (i) Publish Date & Time 10/02/2017 16.00 Hrs. (ii) Document Download Start Date & Time 10/02/2017 16.00 Hrs

(iii) Online Bid Submission Start Date & Time 10/02/2017 16.00 Hrs

(iv) Online Bid Submission End Date & Time 03/03/2017 12.00 Hrs. (V) Last date for submission of offline supporting

documents like tender fee, EMD etc. 07/03/2017 14.30 Hrs.

(vi) Bid Opening Date & Time i. Technical bid ii. Price bid

07/03/2017 15.00 Hrs. To be intimated separately.

4. Site Location: NHPC LTD, TLD-III Power Station (4 x 33 MW Hydro Power Station), State of the West Bengal, India. The

Power Station is located at Rambi. An all weather highway from Siliguri/ New Jalpaiguri (Rail head) connects the project via NH31 and NH31A having a distance of 45 KM approximately. Nearest airport is Bagdogra (approx. 10 kms from Siliguri).

5. Complete tender can be viewed and submitted through www.eprocure.gov.in/eprocure/app (link to reach at site is also available at tender corner as ‘e-procurement’ at www.nhpcindia.com). Bidders will have to register themselves on the website to submit their bids. For more details on NIT please visit www.eprocure.gov.in/eprocure/app or contact.

Manager (Proc) TLD -III Power Station, NHPC Ltd., Rambi, PO-Reang, West Bengal Pin: 734321

6. Registration for online bidding: To use the Electronic Tender portal (www.eprocure.gov.in/eprocure/app), Bidders need to register on the portal. The details for online bidding process & requirements are given in Section-I- : IMPORTANT INSTRUCTIONS FOR ONLINE BIDDING. Bidders are requested to go through the details.

Teesta Low Dam – III Power Station

NHPC Ltd., Sector-C, Rambi Bazar, PO: Reang, Distt: Darjeeling (WB) E-mail: [email protected] Fax No: 03552-261007, 03552-261010 Ph. No: 9800007469

Page 4: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

4

7. Eligible Bidders

7.1 Bids from those bidders who have not paid the Tender fee/EMD shall not be considered.

7.2 The following minimum Qualifying criteria has been set forth for the procurement:-

a. The bidder should be manufacturer of Solar PV Module of required capacity.

or

Authorized dealers of a Manufacturer of Solar PV Module to quote on behalf of their manufacturer

in case manufacturer does not quote directly. In such a case, the Authorized dealers shall have to

submit relevant ‘Authorized dealership certificate from the manufacturer.

(Only agencies submitting a general Dealership or Authorization Certificate issued by the

manufacturers without reference of any specific tender and having a validity of such authorization

for the considerable duration shall only be considered for determining the eligibility of the bidder

for the particular tender. Authorization issued with reference to the specific tender in favour of

particular dealer / bidder will not be entertained.)

b. In case a dealer is participating in a tender on behalf of one manufacturer, he is not allowed to

participate / quote on behalf of another manufacturer in this tender or in a parallel tender for the

same item. All such bids with same make/ manufacturer will be rejected.

c. Satisfactorily completed, as prime Contractor at least, one similar completed work equal to 80 %

or two similar completed works equal to 50% each or three works equal to 40% each or such

higher amount as may be specified in the tender document.

d. The manufacturer of offered Solar Module must hold ISO certification, valid IEC Certificatei.e

IEC-61215 (Ed.-II), IEC-61701 and IEC-61730(1&2) as per MNRE guidelines.

e. Balance Sheets and Profit & Loss accounts / 26AS/ 16A of the bidders for the last 3 (three) years

f. The bidder should submit the copy of PAN No., Service tax registration etc.

g. The bidder shall confirm the specification as per attached Technical Specification at Annexure –

TS (VI).

h. The bidder shall have to certify that the rates charged in the quotation are same as being charged

from other Govt. Agencies/Public Undertaking

i. Registration certificate / Enlistment certificate / Incorporation certificate in any Govt. Deptt. /

Statutory body / PSU shall be submitted

j. If the material offered by the bidder does not meet the MNRE norms, the bid submitted by the

bidder shall be liable to be rejected.

k. Bid shall be submitted strictly in accordance with technical specifications, scope of work and terms

and conditions of tender. Bidder has to submit no deviation certificate as per annexure.

l. The reference date for considering the period for eligibility / qualification requirement above shall

be the last day of the month previous to the one in which tenders were invited.

m. The bidder should submit the copy of current income tax challan, CST/ VAT registration etc. as

required under the rules.

n. The bidder shall not have been debarred from business by any PSU/ Govt. Deptt. during the last 3

years. Self-declaration in this regard to be provided.

All necessary supporting documents shall be submitted with Technical Bid.

8. Cost of bid document: Complete bid document can be viewed and downloaded from website http://eprocure.gov.in/eprocure/app . The tenderer will be required to submit a non-refundable fee of ` 500/- (Rupees Five Hundred) only in the form of Crossed Demand Draft in favour of “NHPC Limited” payable at “SBI, Hill Cart Road, Siliguri” towards the cost of Tender fee. The bidder shall fill the tender fee details online and submit DD to

Page 5: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

5

Tender Inviting Authority i.e. “Manager (Proc), NHPC Ltd., TLD-III, Rambi. P.O.-Reang, Distt-Darjeeling (W.B.), Pin-734321 on or before the date as specified in NIT.

9. Micro and Small Scale Enterprise(MSE’s) registered with the National Small Industries Corporation (NSIC) under their “Single Point Registration Scheme” for the goods/services covered under this tender document are exempted from furnishing the tender cost. No other bidders are exempted from furnishing cost of tender fee as mentioned above.

10. The Corporation shall not be responsible for delay, loss or non-receipt of tender sent by post. Tender received late due to any reason whatsoever shall not be considered. Telegraphic / Faxed offers shall not be accepted.

11. Employer reserves the right to cancel the tendering process at any time before award of Supply.

Manager (P roc), For and on behalf of

TLD-III Power Station

Page 6: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

6

SECTION-I: IMPORTANT INSTRUCTIONS FOR ONLINE BIDDING

1.1 INSTRUCTION FOR ONLINE BID SUBMISSION: The bidders are required to submit soft copies of their bids

electronically on the Central Public Procurement (CPP) Portal, using valid Digital Signature Certificates. The instructions given below are meant to assist the bidders in registering on the CPP Portal, prepare their bids in accordance with the requirements and submitting their bids online on the CPP Portal.

1.1.1 REGISTRATION: (i) Bidders are required to enroll on the e-Procurement module of the Central Public Procurement Portal by using the

“Click here to Enroll” option available on the home page. Enrolment on the CPP Portal is free of charge. (ii) During enrolment/ registration, the bidders should provide the correct/ true information including valid email-id &

mobile no. All the correspondence shall be made directly with the contractors/ bidders through email-id provided. (iii) As part of the enrolment process, the bidders will be required to choose a unique username and assign a

password for their accounts. (iv) For e-tendering possession of valid Digital Signature Certificate (Class II or Class III Certificates with signing key

usage) is mandatory which can be obtained from SIFY/TCS/nCode/eMudra or any Certifying Authority recognized by CCA India on eToken/ Smartcard.

(v) Upon enrolment on CPP Portal for e-tendering, the bidders shall register their valid Digital Signature Certificate with their profile.

(vi) Only one valid DSC should be registered by a bidder. Bidders are responsible to ensure that they do not lend their DSCs to others which may lead to misuse and should ensure safety of the same.

(vii) Bidders can than log into the site through the secured login by entering their userID/ password and the password of the DSC/ eToken.

1.1.2 PREPARATION OF BIDS:

(i) For preparation of bid Bidders shall search the tender from published tender list available on site and download the complete tender document and should take into account corrigendum if any published before submitting their bids.

After selecting the tender document same shall be moved to the ‘My favourite’ folder of bidders account from where bidder can view all the details of the tender document.

(ii) Bidder shall go through the tender document carefully to understand the documents required to be submitted as part of the bid. Bidders shall note the number of covers in which the bid documents have to be submitted, the number of documents – including the names and content of each of the document that need to be submitted. Any deviations from these may lead to rejection of the bid.

(iii) Any pre bid clarifications if required, then same may be obtained online through the tender site, or through the contact details given in the tender document.

(iv) Bidders should get ready in advance the bid documents to be submitted as indicated in the tender document/schedule in PDF/xls/rar/zip/dwf formats. If there is more than one document, they can be clubbed together using zip format.

(v) Bidders can update well in advance, the documents such as experience certificates, annual report, PAN, EPF & other details etc., under “My Space” option, which can be submitted as per tender requirements. This will facilitate the bid submission process faster by reducing upload time of bids.

1.1.3 SUBMISSION OF BIDS:

(i) Bidder should log into the site well in advance for bid submission so that he/ she upload the bid in time i.e. on or before the bid submission time.

(ii) Bidder should prepare the Tender Fee and EMD as per the instructions specified in the NIT/ tender document. The details of the DD/BC/BG physically sent, should tally with the details available in the scanned copy and the data entered during bid submission time. Otherwise the uploaded bid will be rejected.

(iii) While submitting the bids online, the bidder shall read the terms & conditions (of CPP portal) and accepts the same in order to proceed further to submit their bid.

(iv) Bidders shall select the payment option as offline to pay the Tender Fee/ EMD and enter details of the DD/BC/BG.

(v) Bidder shall digitally sign and upload the required bid documents one by one as indicated in the tender document. (vi) Bidders shall not that the very act of using DSC for downloading the tender document and uploading their offers

is deemed to be a confirmation that they have read all sections and pages of the tender document without any exception and have understood the complete tender document and are clear about the requirements of the tender document.

(vii) Bidder shall note that each document to be uploaded for the tender should be less than 2 MB. If any document is more than 2 MB, it can be reduced through zip/rar and the same can be uploaded. For the file size of less than 1 MB, the transaction uploading time will be very fast.

Page 7: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

7

(viii) Utmost care shall be taken for uploading Schedule of quantities & Prices and any change/ modification of the price schedule shall render it unfit for bidding.

Bidders shall download the Schedule of Quantities & Prices i.e. Schedule-A, in XLS format and save it without changing the name of the file. Bidder shall quote their rate in figures in white background cells, thereafter save and upload the file in financial bid cover (Price bid) only.

If the template of Schedule of Quantities & Prices file is found to be modified in the eventuality by the bidder, the bid will be rejected and further dealt as per provision of clause no 13.0 of ITB including forfeiture of EMD.

The bidders are cautioned that uploading of financial bid elsewhere i.e. other than in cover 2 will result in rejection

of the tender. (ix) Bidders shall submit their bids through online e-tendering system to the Tender Inviting Authority (TIA) well before

the bid submission end date & time (as per Server System Clock). The TIA will not be held responsible for any sort of delay or the difficulties faced during the submission of bids online by the bidders at the eleventh hour.

(x) After the bid submission (i.e. after Clicking “Freeze Bid Submission” in the portal), the bidders shall take print out of system generated acknowledgement number, and keep it as a record of evidence for online submission of bid, which will also act as an entry pass to participate in the bid opening.

(xi) Bidders should follow the server time being displayed on bidder’s dashboard at the top of the tender site, which shall be considered valid for all actions of requesting, bid submission, bid opening etc., in the e-tender system.

(xii) All the documents being submitted by the bidders would be encrypted using PKI (Public Key Infrastructure) encryption techniques to ensure the secrecy of the data. The data entered cannot be viewed by unauthorized persons until the time of bid opening. The confidentiality of the bids is maintained using the secured Socket Layer 128 bit encryption technology.

1.1.4 ASSISTANCE TO BIDDERS:

(i) Any queries relating to the tender document and the terms and conditions contained therein should be

addressed to the Tender Inviting Authority for a tender or the relevant contract person indicated in the tender. (ii) Any queries relating to the process of online bid submission or queries relating to CPP Portal in general may

be directed to the 24 X 7 CPP Portal Helpdesk.

Toll Free Number 1800-3070-2232. Mobile Nos 91-7878007972 and 91-7878007973.

Note: The following ‘FOUR KEY INSTRUCTIONS for BIDDERS’ must be assiduously adhered to:-

i) Obtain individual Digital Signature Certificate (DSC or DC) well in advance of tender submission deadline.

ii) Register your organization on CPPP well in advance of tender submission deadline.

iii) Get your organization’s concerned executives trained on CPPP well in advance of tender submission deadline.

iv) Submit your bids well in advance of tender submission deadline on portal (There could be last minute problems due to internet timeout, breakdown, etc.) While the first three instructions mentioned above are especially relevant to first-time users of portal, the fourth instruction is relevant at all times.

Note: Electronic procurement system will not allow any bidder to place their bids after the expiry of scheduled date & time.

NHPC/ NIC/CPPP shall not be responsible for any delays / problems related to bandwidth, connectivity etc., which are

beyond the control of the NHPC/ NIC/CPPP.” .

Manager (Proc),

For and on behalf of TLD-III Power Station, Rambi.

Page 8: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

8

SECTION-II : INSTRUCTIONS TO BIDDERS (ITB) The Tender documents include the following Sections & Annexure’s as listed below:

1 Important Instructions for Online Bidding Section-I

2 Instruction to Bidders (ITB) Section-II Duly signed & stamped & To be uploaded online.

3 Special Conditions of Contract (SCC) Section-III Duly signed & stamped & To be uploaded online.

4 General Condition of Contract (GCC) Section-IV

5 Tender acceptance letter Annexure –I To be given on Company Letter Head

6 Bid Proforma Annexure –II Duly signed & stamped & To be uploaded online.

7 Schedule of quantities and Particulars of taxes , duties & other misc. Charges

Annexure – III Duly filled, signed & stamped copy to be uploaded online.

8 List of deviation Annexure – IV Duly filled, signed & stamped copy to be uploaded online.

9 Format for obtaining Declaration regarding MSME under MSMED Act, 2006

Annexure – V Duly filled, signed & stamped copy to be uploaded online

10 Technical Specification Sheet Annexure – VI Signed & stamped copy to be uploaded online

11 ECS Form Annexure – VII Duly filled & verified by bank, its scanned copy to be submitted online.

12 Integrity Pact

Annexure – VIII Strictly as per format provided and duly signed & stamped on each page.

13 Guidelines for implementation of Integrity Pact

Annexure-A Signed & stamped copy to be uploaded online

14 Format for declaration by the bidder regarding banning/blacklisting

Annexure – IX Signed & stamped copy to be uploaded online

15 Bank Guarantee Format in lieu of EMD, if applicable

Annexure – X Strictly as per format provided

16 Format of PBG Annexure – XI To be submitted on award of contract

17 Check List Annexure-XII To be filled & copy to be uploaded online

18 Price Bid To be submitted electronically at e-bidding portal.

1.1 Eligible Bidders

1.2 Bids from those bidders who have not paid the Tender fee/EMD shall not be considered.

1.3 The following minimum Qualifying criteria has been set forth for the procurement:-

a. The bidder should be manufacturer of Solar PV Module of required capacity.

or

Authorized dealers of a Manufacturer of Solar PV Module to quote on behalf of their manufacturer

in case manufacturer does not quote directly. In such a case, the Authorized dealers shall have to

submit relevant ‘Authorized dealership certificate from the manufacturer.

(Only agencies submitting a general Dealership or Authorization Certificate issued by the

manufacturers without reference of any specific tender and having a validity of such authorization

for the considerable duration shall only be considered for determining the eligibility of the bidder

for the particular tender. Authorization issued with reference to the specific tender in favour of

particular dealer / bidder will not be entertained.)

Page 9: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

9

b. In case a dealer is participating in a tender on behalf of one manufacturer, he is not allowed to

participate / quote on behalf of another manufacturer in this tender or in a parallel tender for the

same item. All such bids with same make/ manufacturer will be rejected.

c. Satisfactorily completed, as prime Contractor at least, one similar completed work equal to 80 %

or two similar completed works equal to 50% each or three works equal to 40% each or such

higher amount as may be specified in the tender document.

d. The manufacturer of offered Solar Module must hold ISO certification, valid IEC Certificatei.e

IEC-61215 (Ed.-II), IEC-61701 and IEC-61730(1&2) as per MNRE guidelines.

e. Balance Sheets and Profit & Loss accounts / 26AS/ 16A of the bidders for the last 3 (three) years

f. The bidder should submit the copy of PAN No., Service tax registration etc.

g. The bidder shall confirm the specification as per attached Technical Specification at Annexure –

TS (VI).

h. The bidder shall have to certify that the rates charged in the quotation are same as being charged

from other Govt. Agencies/Public Undertaking

i. Registration certificate / Enlistment certificate / Incorporation certificate in any Govt. Deptt. /

Statutory body / PSU shall be submitted

j. If the material offered by the bidder does not meet the MNRE norms, the bid submitted by the

bidder shall be liable to be rejected.

k. Bid shall be submitted strictly in accordance with technical specifications, scope of work and terms

and conditions of tender. Bidder has to submit no deviation certificate as per annexure.

l. The reference date for considering the period for eligibility / qualification requirement above shall

be the last day of the month previous to the one in which tenders were invited.

m. The bidder should submit the copy of current income tax challan, CST/ VAT registration etc. as

required under the rules.

n. The bidder shall not have been debarred from business by any PSU/ Govt. Deptt. during the last 3

years. Self-declaration in this regard to be provided.

All necessary supporting documents shall be submitted with Technical Bid.

2.1 Cost of bid document: Complete bid document can be viewed and downloaded from website http://eprocure.gov.in/eprocure/app . The tenderer will be required to submit a non-refundable fee of ` 500/- (Rupees Five Hundred) only in the form of Crossed Demand Draft in favour of “NHPC Limited” payable at “SBI, Hill Cart Road, Siliguri” towards the cost of Tender fee. The bidder shall fill the tender fee details online and submit DD to Tender Inviting Authority i.e. “Manager (Proc), NHPC Ltd., TLD-III, Rambi. P.O.-Reang, Distt-Darjeeling (W.B.), Pin-734321 on or before the date as specified in NIT

2.2 Micro and Small Scale Enterprise(MSE’s) registered with the National Small Industries Corporation (NSIC) under their

“Single Point Registration Scheme” for the goods/services covered under this tender document are exempted from furnishing the tender cost. No other bidders are exempted from furnishing cost of tender fee as mentioned above.

2.3 The Corporation shall not be responsible for delay, loss or non-receipt of tender sent by post. Tender received late due to any reason whatsoever shall not be considered. Telegraphic / Faxed offers shall not be accepted.

2.4 Employer reserves the right to cancel the tendering process at any time before award of Supply.

All necessary supporting documents should be submitted. 3 Cost of bidding:

3.1 The tenderer will be required to submit a non-refundable fee of ` 500/- (Rupees Five Hundred) only as mentioned in NIT towards the cost of Tender fee in the form of Demand Draft in favour of ''NHPC LTD '' payable at Siliguri, West Bengal.

3.2 Micro and Small Enterprises (MSE’s) with the National Small Industries Corporation (NSIC) under their single point Registration Scheme for the goods/services are exempted from furnishing the cost of tender document fees. They should furnish a Notarized copy of the valid registration certificate/ letter issued by NSIC in their favour, for the goods/services covered under this tender document.

Page 10: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

10

No other bidder is exempted from furnishing cost of tender fee as mentioned above. 4 Bid Security

4.1 Earnest Money Deposit / Bid Security: Earnest Money Deposit amounting to `49,000/- (Rupees Forty Nine Thousand) only value must accompany with the tender in the form of Demand Draft in favour of ''NHPC LTD '' payable at Siliguri, West Bengal. The EMD shall not accrue any interest to bidders/vendors.

Instead of EMD, Bank Guarantee issued by a Nationalized Bank or any Scheduled Bank in India(provided that such a scheduled bank certifies that the relevant bank guarantee falls within the limit prescribed by the RBI) valid for a period of not less than 3 (three) months, beyond the proposed validity of the bid may be submitted. The genuineness of the bank guarantee shall be verified from the regional office of the issuing bank by NHPC (Bank Guarantee format is given in (Annexure-VIII).

a. Micro and Small Scale Enterprise(MSE’s) registered with the National Small Industries Corporation (NSIC) under their

“Single Point Registration Scheme” for the relevant goods/services are exempted from furnishing the EMD/Bid Security deposit. They should furnish with the Bid a Notarized copy of the valid registration certificate issued by NSIC in their favour, for the goods/services covered under this bid document. No other bidder is exempted from furnishing bid security/EMD as mentioned above.

b. Bids received unaccompanied by either an acceptable Bid Security or a notarized photocopy of valid certificate of registration issued by NSIC shall be rejected as being non-responsive and returned unopened to the bidders.

c. Bid Security of the successful bidder will be returned when the bidder has furnished requisite Performance Guarantee as stipulated in “T&C of Contract and the same has been accepted by NHPC. The bid security of all the unsuccessful Bidders will be returned on or before 30 days after the Award.

d. The Purchaser shall be at liberty to forfeit the EMD/Bid Security submitted by bidder with tender, in case of occurrence of one or more of the following, for which the supplier shall have no claim, whatsoever:

I. if the participant bidder withdraws his bid at any stage after tender opening within the specified bid validity or II. if the participant bidder indulges in corrupt or fraudulent practices as mentioned in the Clause No. 13 of ITB or III. If the bidder does not accept the correction of its bid price pursuant to ITB sub-clause No. 10.4 or IV. If the successful Bidder fails or refuses to accept/ execute the supply order when required or V. If the bidder defaults under Integrity Pact. 5 Preparation, Receipt, Submission and Signing of Bid

Two-Part Bid procedure in electronic form shall be adopted for preparation, submission and evaluation of the bids. The bid submitted should be digitally signed by the bidder. Soft copy of the bids (Main Bid- Techno-commercial bid & Price bid) shall be uploaded through the portal www.eprocure.gov.in/eprocure/app (link to reach at site is also available at tender corner as ‘e-procurement’ at www.nhpcindia.com ) on or before the submission time and date as stipulated in the bidding document.

The bidder shall prepare the bid and submit the bid online only on "Electronic Tendering System" in following manner:

5.1.1 Cover-1 (TECHNO-COMMERCIAL BID)

5.1.2 Soft Copy (On-Line Submission):

Electronically Bid Submission details The Online submission will have the following activities (Bidder shall upload filled/scanned copy) i. Tender cost, EMD/Bid security or notarized copy of NSIC certificate as applicable. ii. Acceptance of all technical and commercial terms & condition. iii. Complete tender Documents i.e. “Annexure-I, to XII along with section-II and Section-III to be uploaded, as

required. iv. Documents in support of “bidder qualification criteria as per clause#2.2 to be uploaded. v. Rate Charge Certificate:-Following certificate shall be furnished “The rates charged in the quotation are as

being charged from other Govt. agencies/Public Sector undertakings.”

vi. Rate Reasonability Certificate OR recently executed orders in any Govt. deptt./PSU for items offered in present tender, OR any other relevant document (like rate analysis), in support of quoted rates in tender, if available.

5.1.3 Hard copy/ Supporting documents (Offline submission):

Bidders shall submit the following documents (Hard copy) offline (i.e. physically) in separate sealed envelope by the due date and time of receipt of bid as mentioned in NIT. The envelope received late or after the prescribed due date and time of receipt as mentioned in NIT will not be entertained. NHPC will not be responsible for any postal delay. The envelope shall be superscribed as “Purchase of Sliding Ring for Shaft Seal of TLD – III PS” and sent to Contact Persons Name & Address:

Manager (Proc), TLD -III Power Station, NHPC Ltd., Rambi

Page 11: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

11

PO-Reang, West Bengal, Pin: 734321 Email: [email protected] The due date for submission of sealed envelope is …………….2017. The bidder shall submit the following:

• DD/BG or notarized copy of NSIC certificate in lieu of EMD & Tender Cost. • Original Copy of Signed and Stamped Integrity Pact(Annexure-VII) • Documentary evidences in support of the Bidder qualifying criteria as per C.No.2.2. • Relevant technical catalogue/literature in respect of make & model offered. • This part of bid should not contain any price information. This part of bid should not contain any price information. a) If any discrepancy is found between the Hard copies of offline documents viz. DD towards cost of bid document & DD/BG towards bid security, Power of Attorney, Integrity pact(if applicable) and scanned copy of same uploaded online then the online bid shall be liable for rejection.

b) Off line documents, if received by the Employer after the deadline for submission of hard copies, then it will be considered as late bid even if the bidder has uploaded the bid online within the deadline. In such a case, the bid uploaded on the portal shall not be considered.

LATE BIDS:- Online submission of the bid will not be permitted on the portal after expiry of submission time and the bidder shall not be permitted to submit the same by any other mode. Similarly hard copies of the Off line documents , if received by the Employer after the deadline for submission of Bids prescribed in Bidding data, then it will be considered as ‘Late Bid’ notwithstanding the fact that the bidder has uploaded the bid online within the stipulated deadline. In such a case, the uploaded online bid on the portal shall be considered as non-responsive and shall not be processed further

5.2 Cover-2 (PRICE BID) :

5.2.1 The Cover-2 shall contain the Schedule of Quantities & Price Bid in the form of BOQ.xls.

5.2.2 The Price Bid duly filled in electronic form in conformity with the tender specification on the portal only. Unit of Measure (UOM) is indicated in the e-tender Floor. Rate to be quoted should be in Indian Rupee as per UOM indicated in the e-tender floor/tender document.

Submission of Soft Copy of any documents by any other means shall not be accepted by the Employer in any circumstances.

5.2.3 Corporation reserves the right to postpone/ extend the date of receipt/opening or reject / accept or partly accept any offer or to cancel the NIT without assigning any reason for such decision. Quantity may be reduced / increased at the time of placing the supply order as per purchaser’s (NHPC) requirement. In any case the bidder shall not be entitled to any compensation in any form from the purchaser (NHPC).

5.2.4 Bidders shall give a breakdown of the prices in the manner and detail called for in the Schedule of Quantities & Prices. The bidder shall quote their prices on "Firm" basis in all respects. The bidder shall ascertain the rate of all applicable taxes & duties and shall fill up price bid accordingly.

5.2.3 Price bid of bidders, whose techno-commercial bids are not considered acceptable to the Purchaser, will be archived unopened. The decision of the Purchaser is final and binding in this regard.

6. Bid Proforma

The bidder should fill in the Bid Proforma appended as Annexure-II herewith and submit the same online.

7. ECS Form Bidders are required to submit duly filled in ECS Form appended as Annexure-VII herewith and submit the same online.

8. Validity Period:-

The rates shall be valid for at least 120 days from the date of opening of tender. In exceptional circumstances, prior to expiry of the original time limit, the Purchaser may request the bidder to extend the period of validity for specified additional period, whereupon bidder may choose to refuse the request without forfeiture of EMD submitted with tender. However, in case of agreement by bidder to the request, they shall not be required or permitted to modify their bid, but will be required to extend the validity of the EMD for extended period (if EMD in shape of BG).

9. Online opening of Bids by Purchaser:-

Page 12: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

12

Initially the ‘Techno Commercial Bid’ shall be opened online. The ‘Price Bid’ of only those bidders whose Techno- Commercial bid is acceptable to the purchaser shall be opened online. The date of opening of price bid shall be intimated separately.

10. Evaluation of Bids

10.1 The Purchaser will examine the bids to determine whether they are complete, whether any computational errors have been made and whether the bids are generally in order and conforms to all the terms, conditions and specifications of the Tender documents without any deviations. Bidder is advised to accept all the conditions specified in the Bid document, to facilitate early finalization of bids. Deviations, if any, from the terms and conditions or Technical specifications shall be listed only in the relevant schedule in the bid document i.e. Annexure- IV.

It is advisable not to attach separate set of commercial conditions (such as bidder’s standard printed conditions) with the offer. Responding to all terms and conditions point-wise is mandatory. Telegraphic quotations or quotations received through fax/e-mail shall not be considered for evaluation purposes.

10.2 During bid evaluation, the Purchaser may ask the bidder for 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.

10.3 The Evaluation of Bid shall be done on item-wise/ Total Prices (complete scope of the supply on single responsibility basis and FOR TLD-III Power Station, Rambi & including all taxes & duties), quoted by the bidder in their ‘price bid’ submitted online subject to clause 10.4 of ITB.

During tender evaluation the relative positions of participant bidders for item in tender process shall be arrived at through comparison of evaluated FOR Destination amount (all inclusive) for entire scope covered in tender i.e. supply & installation and transportation (freight) charges including taxes/duties for the scheduled items, based on quoted prices and terms & conditions offered in respective.

10.4 Arithmetical errors will be rectified on the following basis: If there is a discrepancy between the unit price and the total price which is obtained by multiplying unit price and quantity, or between subtotal and the total price, the unit price or subtotal price as the case may be shall prevail, and the total price shall be corrected. If there is a discrepancy between words and figure of the unit rates, the unit rates in words will prevail. If bidder does not accept the correction of errors, its bid will be rejected and the bid security will be forfeited in accordance with ITB sub-clause 4.1.d.III.

11. Purchase Preference in favour of MSEs registered with NSIC 11.1 Micro and Small Enterprises (MSE’s) registered with National Small Industries Corporation (NSIC) under Single Point

Registration Scheme for goods/services, covered in this tender document shall also be eligible for the Purchase Preference.

11.2 The participating MSEs in a tender, quoting price within band of L1+15% may also be allowed to supply a portion of the requirement by bringing down their price to L1 price, in a situation where L1 price is from someone other than MSEs. Such MSEs may be allowed to supply upto 20% of the total tender value. In case more than one such eligible MSEs, the supply will be shared equally. Where splitting of quantity is not possible, the award shall be given to L1 bidder only.

12. Award Criteria & Purchaser's Right to accept any bid and to reject any or all Bids 12.1 The Purchaser reserves to itself 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 Purchaser's action. The Purchaser shall not be bound to accept the lowest or any bid and reserves to itself the right of accepting whole or a portion of any of the bid as it may deem fit, without assigning any reason thereof.

12.2 The Purchaser reserves to itself the right to take over the part or full contract from the supplier after the award of the Contract or during the execution of Contract without assigning any reason.

12.3 Subject to ITB Clause 12.1, the Purchaser 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.

12.4 The Evaluated price arrived at in terms of sub-clause 10.4 shall be considered for the comparison and evaluation of the bids.

13. Corrupt, Fraudulent, Collusive or Coercive Practices It is expected from the Bidders that they will observe the highest standard of ethics during the procurement and execution of such contracts. This policy shall be applicable as available on NHPC website www.nhpcindia.com/ write/read data/images/pdf/corrupt-practices.pdf.

14. Information w.r.t. MSME Development Act 2006 'MSME Development Act 2006' is applicable to all suppliers/service providers. Therefore information as per format appended as Annexure-IV is required to be submitted by the bidder alongwith bid.

15. Ground on which Banning of Business Dealings can be initiated 15.1 If the security consideration, including questions of loyalty of the Agency to NHPC so warrants;

Page 13: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

13

15.2 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 five years;

15.3 If business dealings with the Agency have been banned by the Ministry of Power, Government of India. 15.4 If the Agency has resorted to corrupt, fraudulent practices including misrepresentation of facts; 15.5 If the Agency uses intimidation / threatening or brings undue outside pressure on NHPC or its official for acceptance /

performances of the job under the contract; 15.6 If the Agency misuses the premises or facilities of the NHPC, forcefully occupies or damages the NHPC's 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).

16.0 Integrity Pact: To improve transparency and fairness in the tendering process the Employer is implementing Integrity Pact. The Integrity Pact, signed by all the prospective Bidders and the Employer, shall commit the persons/officials of both the parties, not to exercise any corrupt/fraudulent/collusive/coercive practices in the tendering process and also during implementation of the Contract.

Only those Bidders who have entered into Integrity Pact with the Employer shall be eligible to participate in the bidding process. Entering into Integrity Pact as per enclosed Performa is a basic qualifying requirement.

In case of JV each partner of JV shall sign Integrity Pact with the Employer. The Bidder shall sign an Integrity Pact with the sub-contractor(s) before submission of Bid, on the similar lines as signed by him with the Employer.

Note:

1. The Integrity Pact to be signed between NHPC Ltd. and the bidders/contractors on plain papers at the time of submission of Bid as per the format enclosed at Annexure-IX.

2. The bidders submitting tender document (including downloaded) shall sign the Integrity Pact in original on the signed/scanned Integrity Pact. The duly signed Integrity Pact shall be submitted by the bidder along with the Bid.

3. The pact shall cover duration from the date of its signing and extend up to 5 years or the complete execution of the contract to the satisfaction of both the Employer and the bidder/contractor/seller including warranty/ Defects Liability Period whichever is later .In case the bidder is unsuccessful this integrity pact shall expire after six months from the date of signing of the contract.

4. The successful bidder (Contractor) shall submit duly executed Integrity Pact on Non-judicial Stamp Paper of appropriate value within 28 days from date of issue of supply order/LOA.

17.0 Independent External Monitors (IEM): To oversee the implementation of the Integrity Pact, Independent External

Monitors ((EM.s), as under, have been appointed with the consent of Central Vigilance Commission (CVC). Sl No Nomenclature for

IEM Name of IEM Tenure

From Upto IEM-2 Sh. R.K. Sharma

Ex-CMD, THDC 17.11.2014 16.11.2017

Sh. R. K. Sharma Ex-CMD, THDC is nominated as Independent External Monitor for instant case.

The Contact Detail of IEM is as under: Independent External Monitor for NHPC, Room No. 214, NHPC Ltd. NHPC Office Complex, Sector-33, Faridabad-121003 Note: In case of expiry of tenure or resignation or any other event subsequent to which any of the above IEMs ceases to act as Independent External Monitor in NHPC, the other IEM shall oversee the implementation and compliance of the obligations under the Integrity Pact till notification by Contract Division for the appointment of that IEM-1 or IEM-2, as case may be.

18. Validity: The rates shall be valid for at least 120 days from the date of opening of tender. In exceptional circumstances, the Purchaser may request the bidder to extend the period of validity for specified additional period, whereupon bidder may choose to refuse the request without forfeiture of EMD submitted with tender. However, in case of agreement by bidder to the request, they shall not be required or permitted to modify their bid, but will be required to extend the validity of the EMD for extended period (if EMD in shape of BG).

19. Check List: The bidder shall go through the check list enclosed at Annexure-XII. The check list provided herewith the

bid documents are for quick reference of the bidders. Any information required as per bid document but missing /not captured in the check list does not relieve the bidder from furnishing/submitting the same. The bidder is advised to go through the tender documents carefully and thoroughly and submit all necessary information/documents accordingly.

Manager(Proc)

Page 14: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

14

SECTION-III

Special conditions of contract

Page 15: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

15

Section – III: Special conditions of contract Works covered in this contract is required for VIP Guest House, Sector-F, NHPC Ltd. Teesta Low Dam-III Power Station; Tenderer is advised to visit the site for familiarizing themselves with working conditions available at site as also with the statutory levies and their prevailing quantum payable at site. Contractors shall not be entitled to claim any extra payment on account of lack of such knowledge after award of contract.

1. SCOPE OF WORK:

Scope of work under this section covers the provision of labour, tools, plant material, transportation, storage, insurance and performance of work necessary for the design, drawing, manufacture, quality assurance, quality control, shop assembly, shop testing, delivery at site, site storage and preservation, installation, commissioning, performance testing, acceptance testing, as per the Contract Agreement

1.1 The scope of work includes Design, Manufacture, Supply, Installation, Erection, Testing and Commissioning of Grid Connected Solar Photovoltaic Power Plant of capacities mentioned with associated power evacuation system.

1.2 The equipment and materials for Grid Connected Solar Photovoltaic Power Plant of capacities with associated power evacuation system shall include but not limited to the supply, erection, testing, commissioning and integration:

• Transportation of equipment from works to site. • Unloading, loading in of all supplied equipment’s on foundations at their respective places • Pre-Commissioning & commissioning of all supplied equipment’s • Test running of Grid Connect Solar Plant as well as load trials at site. • Contractor shall be responsible for obtaining all statutory clearances including but not limited from Electrical

Inspector regarding operation of the Plant. Purchaser shall however facilitate to ensure that the same is obtained successfully.

• The system should be capable of providing all the data including that of meter and PCU to the central software on IEC-104 protocol. All the equipment’s / hardware / software for complying with the same will be in the bidder’s scope.

1.3 The Power Output of 30 kWp Solar PV Plant on rooftop of VIP Guest House, NHPC Ltd. Teesta Low Dam-III Power Station shall be synchronized with the existing LT supply as per directions of Engineer-in-charge.

• A clear understanding of the features of the NHPC Limited and the proposed project site. This may require a prior visit to the proposed site.

• Supply of the complete systems, including all necessary components, sub-components, spares, tools etc. as per technical specifications given elsewhere in this document.

• Supply and installation of control equipment required for the system. Erection and commissioning of the supplied systems on the specified site.

• Providing pedestals if required for mounting of the PCU's and control panels • Any other work urgently required as per site conditions. • The bidder must also provide detailed operation and maintenance manual specific to the installed systems. • Fabrications, supply and the installation of suitable support for the PV panels and other components whichever is required

with the accessories. • Civil work (grouting) for PV structure. • The bidder should provide type test certificate of the key components used in the project. The bidders should possess the

latest relevant IS / IEC certificates for the PV Modules and Systems offered by them. • One Number Water pump (1 HP), BIS Approved surface/submersible with shed along with full C class piping for water

supply for panels cleaning and washing along with water discharge piping up to nearby drain point • Any additional works not covered above, but necessary for the functioning of the system and required as per specification

incorporated. The times of minor nature, which are not mentioned, shall be incorporated by the tenderer. • Regarding cabling work (external & internal), the tenderer is required to visit the site and as per actual site conditions

quote (including drawing) • The tenderer shall provide Comprehensive warranty of 5 years from date of commissioning. Thereafter, the installed &

commissioned systems shall be handed over to NHPC Limited by the selected tenderer. • The tenderer shall provide the necessary training to identified representative approved by NHPC Limited during the

course of 5 years of warranty for proper maintenance of installed system.

• All the associated works considered necessary for completion of whole work including any preliminary work are deemed to be included within the scope of the tender.

Page 16: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

16

SCOPE OF MAINTENANCE OF SPV POWER PLANT FOR A PERIOD OF 5

YEARS FROM DATE OF COMMISSIONING.

Regular maintenance of the SPV Power Plant for a period of five years after commissioning along with supply of consumable items as and when necessary shall come under the warranty contract. Complete maintenance of the plant has to be carried out by the successful bidding company and cannot be sublet to any third party.

The Maintenance schedule of the SPV power plants during the 5 years warranty period shall be as detailed below: 1. 5 years warranty period shall begin on the date of actual commissioning of the power plants. 2. The deputed personnel shall be qualified and well trained so that they can handle any type of operation

hazard quickly and timely. 3. The deputed personnel shall be in a position to check and test all the equipment regularly, so that,

preventive actions, if any, could be taken well in advance to save any equipment from damage. Any abnormal behavior of any equipment shall be brought to notice immediately for appropriate action.

4. During warranty period of 5 years of the power plant, if there is any loss or damage of any component of the power plants due to miss management/miss handling or due to any other reasons, what-so-ever, the bidder shall be responsible for immediate replacement/rectification. The damaged component may be repaired, if it is understood after examination that after repairing performance of the component shall not be degraded, otherwise the defective component shall have to be replaced by new one without any extra cost.

10. Maintenance Instructions:

The successful bidder shall furnish 5 sets of the approved manuals of instructions for plant at the time of inspection and taking over of the equipment. These manuals shall be properly binded in book form and contain all information, description of equipment, diagram etc. necessary to enable the customer to operate and maintain the whole scheme. Proper Maintenance of the plants shall be carried out by the contractor during warranty period of 5 years with 6 monthly/annual review checkup of plant and equipment in detail with purchaser. Properly qualified and trained personnel well versed in O&M of SPV plants and knowledge of computers with approval from purchaser shall be deployed at site for maintenance.

Supplier shall depute an engineer of their company for the maintenance of the plant who shall be fully responsible for the complete Maintenance of the plant. The name and contact no. of this engineer shall be notified to the purchaser, for the purpose of contact, responsibility and correspondence with regard to all trouble shooting.

Replacement & repair of damaged parts shall be carried out immediately so as to ensure at least 95% uptime.

The supplier shall ensure replacement of worn out parts and components during the warranty period for which purpose the supplier shall carry and maintain minimum inventory levels of spares at the plant and its works. In case of delay in repair & maintenance and non-observance of purchasers schedule, the purchaser shall have the right to impose any penalties including forfeiture of performance security. Round the clock maintenance (routine, preventive, breakdown and capital maintenance) of complete plant and equipment including SPV Array, INVERTER, SCADA system with dedicated telephone lines shall be carried out by the supplier in accordance with manufacturer’s instructions, manufacturer’s procedures, relevant safety codes, Indian Electricity Act, Indian Electricity Rules, purchasers instructions, prudent utility practices etc.

Routine and Preventive Maintenance

This shall include such checks and maintenance activities round the clock on daily, weekly, fortnightly, monthly, quarterly, half yearly and yearly basis which are required to be carried out on all the components of the power plant to minimize breakdowns and to ensure smooth and trouble free running of the power plant. The supplier shall be responsible to carry out routine and preventive maintenance and replacement of each and every component/equipment of the power plant and he shall provide all labour, material, consumables etc. for routine and preventive maintenance at his own cost.

Breakdown Maintenance

This shall mean the maintenance activity including repairs and replacement of any component or equipment of the power plant which is not covered by routine and preventive maintenance and which is required to be carried out as a result of sudden failure/breakdown of that particular component or equipment while the plant is running. The

Page 17: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

17

supplier shall be responsible to carry out breakdown maintenance of each and every component of the power plant and he shall provide the required manpower, materials, consumables, components or equipment etc. for breakdown maintenance at his own cost irrespective of the reasons of the breakdown/failure.

Capital Maintenance

This shall mean the major overhaul of any component or equipment of the power plant which is not covered by routine, preventive and breakdown maintenance which may become necessary on account of excessive wear & tear, aging, which needs repair/replacement. The capital maintenance of power plant and all civil structures shall normally be planned to be carried out on an annual basis. For this purpose a joint inspection by the supplier and purchaser shall be carried out of all the major components of the power plant, about two months in advance of the annual maintenance period, in order to ascertain as to which components of the power plant require capital maintenance. In this regard the decision of the purchaser will be final and binding. However, if the condition of any plant and component warrants its capital maintenance at any other time, a joint inspection of the purchaser and supplier shall be carried out immediately on occurrence of such situation and capital maintenance shall be carried out by arranging the shutdown of the plant/part of the plant, if required, in consultation with concerned authorities. The decision of the purchaser shall be final and binding.

1.4 DESIGN OF SYSTEM: The bidder to ensure proper system designing that would include his own independent studies on peak sunshine data, resulting in the correct sizing of equipment for the solar energy system. It is therefore very important to form proper design procedures and component sizing before any actual implementation. The design procedures and component sizing shall be as per internationally acceptable standards. 1.5 EXTENT OF WORK: The work shall comprise of entire labour including supervision and all materials necessary to take a complete installation and such tests and adjustments and commissioning as may be required by the department. The term complete installation shall not only mean major items of the plant and equipment covered by specifications but all incidental sundry components necessary for complete execution and satisfactory performance of installation with all layout charts whether or not those have been mentioned in details in the tender documents in connection with this contract. Minor building works necessary for installation of equipment, foundation, making of opening in walls or in floors and restoring to their original condition, finish and necessary grouting etc. as required. The scope of work Design, Engineering, Supply, Procurement, Transportation, Storage, Insurance, Construction/ Erection, Testing and Commissioning of 30 KWp Solar PV Power Plant, therefore, and any item required for completion of the project left inadvertently shall be executed with in the quoted rates. 2. SAFETY OF LABOURS

The contractor shall provide & make all necessary gadgets/ arrangements for safety of his workmen. The corporation shall not, in any way be responsible for any accident whether minor, major or fatal to any of his workmen or for any damage arising there from during the period of the contract which shall be the sole responsibility of the contractor. The insurance charges of the workmen if required shall be borne by the contractor.

3. RESPONSIBILITIES & LIABILITIES:

3.1 The contractor or his authorized experienced supervisor will come regularly to site to ensure that the work is being performed following all Rules, regulations and Acts as specified in clause 2 above. Besides above, necessary coordination, taking instruction from Dept. and supervision of the work shall also be the responsibility of the contractor.

3.2 The deployment of proper man power (skilled, Un-Skilled) if required should be the responsibility of the contractor.

3.3 The contractor shall keep the corporation harmless against all actions, suits, claims, demands, costs or expense airing in connection with injuries suffered by his workmen and shall settle all such claims directly under latest Workman Compensation Act.

3.4 Contractor shall ensure cutting and making good all damages caused during erecting and restoring the same to their original finish.

Page 18: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

18

3.5 All tools and tackles required for handling the equipments and materials at site of work as well as for their assembly and erection shall be the responsibility of the contractor.

3.6 The contractor shall be responsible to abide by the regulation or restriction set in regard to entry into, movement within the premises.

3.7 The contractor shall co-ordinate with all other agencies involved in this works so that the work is not hampered due to delay in his work. (i) Before starting any work on the existing installation, it should be ensured that the electric supply to that

portion in which the work is undertaken is preferably cut off. (i) Displaying “Men at Work “caution boards on controlling switches, removing fuse carrier etc. (ii) Permit to Work should be obtained from the engineer in charge or his authorized person before

starting of work on that particular DG set. 4. (a) On completion of the works to Employer’s satisfaction, the Contractor shall remove all Construction Equipment,

materials, temporary facilities, remains, waste and excess excavated spoil from the work site and other areas provided by the Employer, public and private roads, streams and ditches and shall also restore all these places to the conditions to the satisfaction of the Engineer-in-Charge.

(b) The cost of keeping the site clean in accordance with this clause including initial and final cleaning to the satisfaction of the Engineer-in-Charge shall be deemed to be included in the prices quoted by the Contractor.

5.0. PRICE : 5.1 The rates/prices quoted by the tenderer will be firm and fixed and on FOR destination basis i.e. VIP Guest House,

Sector-F, NHPC Ltd.Teesta Low Dam-III Power Station, Rambi, Po.-Reang, Distt. – Darjeeling-734321 inclusive of all taxes, levies, duties, packing, forwarding, freight, insurance, loading, unloading, any/all charges for successful completion of work. The rate shall be quoted only in the schedule of items, quantities & prices in MS Excel and to be uploaded online.

5.2 The rate quoted by the tenderer will be inclusive of Service Tax, Works contract tax, VAT or any other taxes applicable

to such work. Any escalation in such taxes/levies during the tenure of the contract/order will be considered by NHPC against submission of documentary evidence and tenderer are advised to take into consideration any such escalations in the prevailing taxes/levies/duties.

6.0 PRICE ADJUSTMENT/ VARIATION: No price adjustment/ variation shall be accepted. 7.0 PAYMENT TERMS: A. FOR SUPPLIES

i) 70% of the Contract Price of the material supplied alongwith 100% taxes & duties subject to documentary evidence against presentation of the following documents to the Consignee:

a) Evidence of dispatch (GR / LR etc.)

b) Contractor’s detailed invoice

c) Detailed packing list

d) Test Certificate(s).

e) Performance bank guarantee

f) Inspection Report/ Dispatch Instructions

g) Copy of Insurance Intimation/ Cover.

i) 30% of the Contract Price and price variation claims, if any, shall be paid upon taking over of the equipment after successful erection and commissioning.

B. ERECTION & COMMISSIONING

100% payment shall be released after successful completion, testing and commissioning of the system.

C. The Statutory taxes like income tax, work contract tax, service tax etc. as applicable in the state shall be deducted

from the payment.

Page 19: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

19

8. COMPLETION PERIOD: The entire work shall be completed within a period of Two months (60 days) from the

date of issue of the work order.

9. LIQUIDATED DAMAGES:

If the Supplier fails to attain completion of the supply of the material or any part thereof within the prescribed time for completion under clause 8 or any extension thereof (due to delays not attributable to the Supplier), the Supplier shall pay to the Purchaser liquidated damages equal to the amount computed @ ½ (half) percent per week or part thereof of Contract Price. The aggregate amount of such Liquidated damages shall in no case exceed 10% of the Contract Price. However cost compensation for any time extension shall not be paid

10. INSPECTION & SUPERVISION:

The work shall be supervised/ Inspected by the authorized representative of NHPC Limited.

11. DESIGN & DRAWING : Contractors are advised to provide a complete drawing of solar power plant to be installed and installation schedule along with tender document.

12. DEVIATION AND EXTRA ITEMS: 12.1 The Engineer-in-Charge shall have powers to make any deviations in the original specifications or drawings or

designs of the works or any part thereof that are, in his opinion, necessary at the time of or during the course of execution of the works. For the aforesaid purpose or for any other reason, if it shall, in the opinion of the Engineer-in-charge, be desirable, he shall also have the powers to make Deviations, such as (i) Variations (ii) Extra (iii) Additions/Omissions and (iv) Alterations or Substitutions of any kind. No such Deviations in the specifications or drawings or designs or Schedule of Quantities, as aforesaid, shall in any way vitiate or invalidate the contract and any such Deviations which the contractor may be directed to do shall form integral part of the contract as if originally provided therein and the contractor shall carry out the same on the same terms & conditions in all respects on which he agreed to do the works under the contract.

12.2 The individual quantity may increase or decrease by 30% and overall by 20% for which either the quoted rate or

prorate basis shall be paid. For variation beyond +30%, either the quoted rate or market analysed rate whichever is lower shall be paid. However, the quoted rates shall hold good for all minus Variations.

12.3 Payment for extra items shall be released after rate- analysis on the basis of cost of material and labour involved plus 10% towards Contractors/ profit & overhead. For rate analysis the contractor is supposed to submit related supporting documents like price list, source purchase etc. The engineer-in-charge shall examine the rate analysis submitted by the contractor and fix the rates on the basis of prevailing market rates of inputs and actual observation at site. The decision of Engineer-in-Charge in fixing the rates as aforesaid shall be conclusive and binding on the contractor.

12.4 In case of items for which rates are not available in the Schedule of Items, Quantities and Prices, the rates of such items as far as practicable, shall be derived from the quoted rates of analogous item(s) in the Schedule of Quantities & Prices after actual observance at site. The decision to select analogous item(s) shall be taken by the Engineer-in-charge which shall be conclusive and binding on the contractor.

13.0 DEFECT LIABILITY PERIOD/ WARRANTY: The complete Solar Power Plant including mechanical structures,

electrical works including inverter, charge controllers, PCU, MPPT, distribution boards, data logger and overall workmanship shall be warranted for a period of five years from the date of commissioning of the system.

14.0 PERFORMANCE BANK GUARANTEE / SECURITY MONEY:

The firm has to submit Bank Guarantee for 10% (Ten) of the total contract value within 30 (thirty) days from the date of Letter of Award from any Indian Nationalized Bank or any Scheduled Bank, for the period of Sixty Three (63) months from the date of commissioning of the system. On receipt of said PBG, EMD shall be released to the Contractor, otherwise, Security money amounting to 10% (Ten) of the total contract value shall be deducted from first RA bill after adjusting EMD amount and shall be released after successful completion of defect liability period and Guarantee period.

15.0 WASTAGE:

15.1 Wastage if any, shall be on Contractor’s account and nothing will be paid extra for this wastage. The contractor will also remove the wastage from work for disposing off purpose and will make area hindrance free, neat and clean.

Page 20: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

20

Nothing extra will be paid for removal and disposing off scrap. No unauthorized person shall be allowed on the site. The Contractor shall take steps to prevent trespass in the site. The entry into the site shall be restricted and shall be governed by the issue of photo gate passes by the Employer. The Contractor shall arrange to obtain through the Engineer well in advance, all necessary entry permits/ gate passes for his staffs and labourers and entry and exit of his men and materials shall be subject to vigorous checking by the Employer. The Contractor shall not be eligible for any claim or extension of Time for Completion whatsoever on this ground.

15.2. Any damage to the premises during the course of execution of work and due to the negligence of contractor or

contract labour will be borne by the contractor. The contractor will make good all such damage to the premises at his own cost as soon as possible to avoid any hamper in the utility of the premises. Any delay will also come in the penalty clause.

16. ENGINEER-IN-CHARGE:

Manager (E) will be the Engineer-In-charge of the work. Site can be visited during Office hours on any working day, and queries if any, can be discussed out.

17.0 PAYING AUTHORITY: Manager (F), NHPC Ltd. TLD-III Power Station or his authorized representative.

18.0 The service tax is also deemed to be included in the bid price quoted by the bidder. The liability of NHPC in respect of Service Tax shall be deducted from the bills of contractor & deposited with the Service Tax Department as per the prevalent rule/ act. Liability of the contractor has to be deposited by him & proof is to be submitted along with the bill.

19.0 TRANSIT INSURANCE: Transit Insurance shall be borne by the supplier.

For & on behalf of NHPC Limited

Manager (Proc)

Page 21: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

21

SECTION -IV

NHPC Limited (A Govt. of India Enterprise)

SECTION-II GENERAL CONDITIONS OF CONTRACT

FOR SUPPLY

--------------------------------------------------------------------------------------------- PROCUREMENT DIVISION

N.H.P.C. OFFICE COMPLEX, SECTOR-C, P.O.Reang Rambi Bazar, West Bengal-

Page 22: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

22

GENERAL CONDITIONS OF CONTRACT

Table of Clauses

1. Definitions ....................................................................................................................

2. Contract Documents ....................................................................................................

3. Fraud and Corruption...................................................................................................

4. Interpretation ...............................................................................................................

5. Language ....................................................................................................................

6. Notices ........................................................................................................................

7. Governing Laws………………………………………………..

8. Settlement of Disputes ............................................................................................. …

9. Delivery and Documents ..............................................................................................

10. Contract Price ..............................................................................................................

11. Terms of Payment .......................................................................................................

12. Taxes and Duties .........................................................................................................

13. Performance Security ..................................................................................................

14. Copyright .....................................................................................................................

15. Confidential Information ...............................................................................................

16. Specifications and Standards ......................................................................................

17. Packing and Documents ..............................................................................................

18. Insurance .....................................................................................................................

19. Transportation .............................................................................................................

20. Inspections and Tests ..................................................................................................

21. Liquidated Damages ....................................................................................................

22. Warranty ......................................................................................................................

23. Patent Indemnity ..........................................................................................................

24. Limitation of Liability ....................................................................................................

25. Force Majeure .............................................................................................................

26. Change Orders and Contract Amendments ................................................................

27. Extensions of Time

28. Responsibility of Supplier ............................................................................................

29. Consignee ...................................................................................................................

30. Paying Authority……………………………………………………………………………….

Page 23: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

23

Definitions 1.1 The following words and expressions shall have the meanings

hereby assigned to them:

(a) “Contract” means the Contract Agreement entered into

between the Purchaser and the Supplier, together with the

Contract Documents referred to therein, including all

attachments, appendices, and all documents incorporated by

reference therein.

(b) “Contract Price” means the price payable to the Supplier as

specified in the Supply Order/ Letter of Acceptance.

(c) “Completion” means the fulfillment of the Related Services by

the Supplier in accordance with the terms and conditions set

forth in the Contract.

(d) “Goods” means all of the commodities, raw material,

machinery and equipment, and/or other materials that the

Supplier is required to supply to the Purchaser under the

Contract.

(e) “Purchaser” means NHPC Limited, NHPC office Complex,

Sector 33, Faridabad, Haryana-121003 and includes its legal

successors or assigns.

(f) “Related Services” means the services incidental to the

supply of the goods, such as insurance, installation, training

and initial maintenance and other such obligations of the

Supplier under the Contract.

(g) “Supplier” means successful bidder, whose bid to perform the

Contract has been accepted by the Purchaser and is named as

such in the Contract Agreement.

(h) “Independent External Monitor(s) (IEMs)” means the

External Monitor(s) appointed by the Purchaser to oversee

the implementation of Integrity Pact.

(i) “Integrity Pact” means the Pact signed between the

Purchaser and Supplier committing the persons/officials of

both the parties, not to exercise any corrupt influence on

any aspect of the Tender/Contract.

(j) “Time for Completion” means the time within which the

Goods shall be supplied and Related Services performed

by the supplier in all respect.

2.Contract

Documents

2.1 Subject to the order of precedence set forth in the Contract

Agreement, all documents forming the Contract (and all parts

thereof) are intended to be correlative, complementary, and

mutually explanatory. The Contract Agreement shall be read as a

whole. Format of Contract Agreement is attached as Annexure-A.

3.Fraud and 3.1 If the Purchaser determines that the Supplier has engaged in

Page 24: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

24

Corruption corrupt, fraudulent, collusive, coercive or obstructive practices, in

competing for or in executing the Contract, then the Purchaser

may, after giving 14 days’ notice to the Supplier, terminate the

Supplier's employment under the Contract and cancel the contract.

(a) For the purposes of this Sub-Clause:

(i) “corrupt practice” is the offering, giving, receiving or

soliciting, directly or indirectly, of anything of value to

influence improperly the actions of another party;

(ii) “fraudulent practice” is any act or omission, including a

misrepresentation, that knowingly or recklessly

misleads, or attempts to mislead, a party to obtain a

financial or other benefit or to avoid an obligation;

(iii) “collusive practice” is an arrangement between two or

more parties designed to achieve an improper

purpose, including to influence improperly the actions

of another party;

(iv) “coercive practice” is impairing or harming, or

threatening to impair or harm, directly or indirectly, any

party or the property of the party to influence

improperly the actions of a party;

3.2 Should any employee of the Supplier be determined to have

engaged in corrupt, fraudulent, collusive, coercive, or obstructive

practice during the purchase of the Goods, then that employee

shall be removed.

4. Interpretation 4.1 If the context so requires it, singular means plural and vice versa.

4.2 Incoterms

(a) Unless inconsistent with any provision of the Contract, the

meaning of any trade term and the rights and obligations of

parties thereunder shall be as prescribed by Incoterms.

4.3 Non waiver

(a) Subject to GCC Sub-Clause 4.3(b) below, no relaxation,

forbearance, delay, or indulgence by either party in enforcing

any of the terms and conditions of the Contract or the

granting of time by either party to the other shall prejudice,

affect, or restrict the rights of that party under the Contract,

neither shall any waiver by either party of any breach of

Contract operate as waiver of any subsequent or continuing

breach of Contract.

(b) Any waiver of a party’s rights, powers, or remedies under the

Contract must be in writing, dated, and signed by an

authorized representative of the party granting such waiver,

and must specify the right and the extent to which it is being

waived.

4.4 Severability

If any provision or condition of the Contract is prohibited or

rendered invalid or unenforceable, such prohibition, invalidity or

unenforceability shall not affect the validity or enforceability of any

other provisions and conditions of the Contract.

Page 25: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

25

5. Language The Contract as well as all correspondence and documents

relating to the Contract exchanged by the Supplier and the

Purchaser, shall be in English.

6.Notices Any notice given by one party to the other pursuant to the Contract

shall be in writing to the following address:-

Purchaser:

Manager(Purchase),

NHPC Limited,TLD-IIIPS, Rambi,

PO-Reang, Dist-Darjeeling, W.B.-PIN-734321

E-mail- [[email protected].]

7.Governing Law The Contract shall be governed as per the laws of India.

8.Settlement of

Dispute

8.1 The Purchaser and the Supplier shall make every effort to resolve

amicably by mutual consultation any disagreement or dispute arising

between them under the Contract.

8.2 If, after twenty-eight (28) days, the parties have failed to resolve their

dispute or difference by such mutual consultation, then either the

Purchaser or the Supplier may give notice to the other party of its

intention to commence arbitration, as hereinafter provided, as to the

matter in dispute, and no arbitration in respect of this matter may be

commenced unless such notice is given within one month.

IN CASE OF OEMS OTHER THAN PSUs

Any dispute or difference whatsoever arising between the parties

and of or relating to the construction, interpretation, application,

meaning, scope, operation or effect of this Contract or the validity

or the breach thereof, shall be settled by arbitration in accordance

with International Center for Alternate Dispute Resolution

(ICADR), New Delhi

The cost and expenses of Arbitration proceedings will be borne by

each party as per terms of the named Institution in the Contract

Data. The seat for arbitration shall be New Delhi. However, the

expenses incurred by each party in connection with the preparation,

presentation etc. of its proceedings shall be borne by each party

itself.

Performance under the Contract shall continue during the arbitration

proceedings and payments due to the Supplier by the owners shall

not be withheld, unless they are the subject matter of the arbitration

proceedings.

Page 26: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

26

The Arbitral Tribunal shall give a written reasoned Award and the

final award by a majority of Arbitrators rendered in writing shall be

binding upon the parties.

IN CASE OF PSUs/ BHEL

In case of Contract with another Public Sector Undertaking/

Govt. Department/ Organization (Central or State), following

Arbitration clause shall be applicable:-

Any dispute in respect of which the Engineer In Charge’s decision

(if any) has not become final and binding shall be finally settled in

terms of Office Memorandum No. 4 (1)/2011-DPE (PMA)-GL dated

12.06.2013 of the DPE or as amended from time to time. Unless

otherwise agreed by both Parties.

In the event of any dispute or difference whatsoever arising

between the parties and of or relating to the construction,

interpretation, application, meaning, scope, operation or effect of

the provisions of the Contract or the validity of the breach thereof,

such dispute or difference shall be referred by either party for

Arbitration to the sole Arbitrator in the Department of Public

Enterprises to be nominated by the Secretary to the Government

of India in charge of the Bureau of Public Enterprises. The

Arbitration and Conciliation Act 1996 shall not be applicable to the

arbitration under this clause. The award of the Arbitrator shall be

binding upon the parties to the dispute, provided, however, any

party aggrieved by such award may make a further reference for

setting aside or revision of the award to the Law Secretary,

Department of Legal Affairs, Ministry of Law and Justice,

Government of India. Upon such reference the dispute shall be

decided by the Law Secretary or the Special Secretary/ Additional

Secretary when so authorised by the Law Secretary whose

decision shall bind the parties finally and conclusively. The parties

to the dispute will share equally the cost of arbitration as intimated

by the Arbitrator.

9. Delivery and

Documents

9.1 Subject to Sub-Clause 26.1, the Delivery of the Goods and Completion

of the Related Services and the details of shipping and other documents

to be furnished by the Supplier shall be in accordance with the Delivery

and Completion Schedule specified as hereunder:-

Time for completion shall be within [5.0 months] from the date of

issue of Letter of Award. Details of Shipping and other Documents

to be furnished by the Supplier are

i) Evidence of dispatch (GR/ LR etc.)

ii) Invoice in Triplicate along with detailed packing list.

iii) Inspection Report/ Dispatch Instruction, Test Certificates

iv) Insurance Intimation/ Cover (if any)

v) Warrantee Certificate (if applicable)

The above documents shall be received by the Purchaser before

Page 27: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

27

arrival of the Goods and, if not received, the Supplier will be

responsible for any consequent expenses.

9.2 No Goods shall be dispatched until dispatch instructions have been

given to the Supplier by the Engineer-in-charge or his duly

authorized representative.

9.3 The Supplier shall deliver the Goods in accordance with the terms of

the Contract at the time/times at the place/places and in the manner

specified in the Contract. The Supplier shall comply with the

instructions that may be given by the Purchaser from time to time

regarding the safe transit of the Goods.

9.4 Notification of delivery or dispatch in regard to each and every

consignment shall be made to the Purchaser immediately after

dispatch or delivery. The Supplier shall further supply to the

consignee, in triplicate, a priced invoice and packing list of all

stores delivered or dispatched by him.

9.5 In case of any damage or loss occurred in transit up to

destination, it shall be the liability of the Supplier to initiate or

pursue the claim with Insurance Company. He should also take

immediate steps to repair the damaged apparatus or replacement

thereto. Any extension of time limit required in such contingency

will be considered by the Purchaser on merits.

10. Contract Price Prices charged by the Supplier for the Goods supplied and the

Related Services performed under the Contract shall not vary from

the prices quoted by the Supplier in its bid. Prices shall be firm

delivery of Goods.

11.Terms of

Payment

As per SCC.

For the Goods supplied and the Related Services performed under

the Contract the Supplier shall be paid as under:

• 10% (ten percent) payment of the cost of Goods shall be made

by NHPC as interest free advance at the request of Contractor.

• Balance upto 100% payment along with full taxes and duties at

actual as applicable at the time of dispatch is to be paid against

direct dispatch documents with provision for part payment for

part dispatches.

• Bank commission charges shall be borne by respective Parties.

• Mentioned in Clause 4 of SCC

1. Taxes and

Duties

(i) Custom Duty/ Excise duty as applicable is inclusive in the above cost estimate.

(ii) Sales tax @ 2% against Form “C” shall be charged extra. (iii) Freight charges including international and domestic from

France to site are inclusive in the above estimate. (iv) Octroi charges / entry charges if applicable shall be paid by

NHPC as per actual upon submission of documentary evidence.

.

2. Performance

Security

Applicable as per SCC .

Page 28: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

28

3. Copyright The copyright in all drawings, documents, and other materials

containing data and information furnished to the Purchaser by the

Supplier herein shall remain vested in the Supplier, or, if they are

furnished to the Purchaser directly or through the Supplier by any

third party, including suppliers of materials, the copyright in such

materials shall remain vested in such third party.

15. Confidential

Information

15.1 The Purchaser and the Supplier shall keep confidential and shall

not, without the written consent of the other party hereto, divulge to

any third party any documents, data, or other information furnished

directly or indirectly by the other party hereto in connection with the

Contract, whether such information has been furnished prior to,

during or following completion or termination of the Contract.

Notwithstanding the above, the Supplier may furnish to its

Subcontractor such documents, data, and other information it

receives from the Purchaser to the extent required for the

Subcontractor to perform its work under the Contract, in which

event the Supplier shall obtain from such Subcontractor an

undertaking of confidentiality similar to that imposed on the

Supplier under GCC Clause 15.

15.2 The Purchaser shall not use such documents, data, and other

information received from the Supplier for any purposes unrelated

to the contract. Similarly, the Supplier shall not use such

documents, data, and other information received from the

Purchaser for any purpose other than the performance of the

Contract.

15.3 The obligation of a party under GCC Sub-Clauses 15.1 and 15.2

above, however, shall not apply to information that:

(a) now or hereafter enters the public domain through no fault of

that party;

(b) can be proven to have been possessed by that party at the

time of disclosure and which was not previously obtained,

directly or indirectly, from the other party; or

(c) Otherwise lawfully becomes available to that party from a

third party that has no obligation of confidentiality.

15.4 The above provisions of GCC Clause 15 shall not in any way

modify any undertaking of confidentiality given by either of the

parties hereto prior to the date of the Contract in respect of the

Supply or any part thereof.

15.5 The provisions of GCC Clause 15 shall survive completion or

termination, for whatever reason, of the Contract.

16. Specifications

and Standards

16.1 Technical Specifications and Drawings

(a) The Goods and Related Services supplied under this

Contract shall conform to the Technical Specifications.

(b) The Supplier shall be entitled to disclaim responsibility for any

design, data, drawing, specification or other document, or any

modification thereof provided or designed by or on behalf of

the Purchaser, by giving a notice of such disclaimer to the

Page 29: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

29

Purchaser.

(c) Wherever references are made in the Contract to codes and

standards in accordance with which it shall be executed, the

edition or the revised version of such codes and standards

shall be those specified in the Technical Specifications.

During Contract execution, any changes in any such codes

and standards shall be applied only after approval by the

Purchaser and shall be treated in accordance with GCC

Clause 26.

16.2 All Goods as may be required to be supplied and/or used by

the Supplier in terms of the Contract shall be of the best

quality and workmanship, capable of satisfactory operation

under the operating and atmospheric conditions as may be

specified in the Contract. Unless otherwise specified they

shall conform in all respects to the requirements of the latest

edition of the relevant Indian Standard specifications on that

behalf.

17.Packing and

Documents

17.1 The Supplier shall provide such packing of the Goods as is

required to prevent their damage or deterioration during transit to

their final destination, as indicated in the Contract. During transit,

the packing shall be sufficient to withstand, without limitation,

rough handling and exposure to extreme temperatures, salt and

precipitation, and open storage. Packing case size and weights

shall take into consideration, where appropriate, the remoteness of

the goods’ final destination and the absence of heavy handling

facilities at all points in transit.

17.2 The packing, marking, and documentation within and outside the

packages shall comply strictly with such special requirements as

shall be expressly provided for in the Contract.

17.3 The Supplier shall be responsible for securely protecting and

packing the Goods as may be required to be supplied by the

Supplier in terms of the contract, as per prescribed standards in

force to withstand the journey and ensuring the safety the Goods

and also arrival of the same at destination in original condition and

Goods for contemplated use so as to avoid damage under normal

conditions of transport and to comply with such other conditions as

specified in the Contract.

17.4 Each bundle or package shall have the following marking on it:-

a) The name and address of the consignee.

b) Destination.

c) The relevant marks, reference numbers etc. for easy

identification.

17.5 Each package shall also be accompanied with detailed packing

lists to facilitate checking up of the contents at the destination.

18. Insurance As per SCC.

Transit Insurance shall be arranged by the Employer. [……..transit

insurance detail is to be provided by Purchaser through Power

Page 30: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

30

Station…..]

19.Transportation The Supplier will arrange transportation upto the destination at

site through their own cost. Transportation charges including

transit insurance and service tax enroute up to Power Station

shall be reimbursed by NHPC at actuals against documentary

proof, subject to maximum limit of quoted price.

20.Inspections

and Tests

20.1 The Supplier shall at its own expense and at no cost to the

Purchaser carry out all such tests and/or inspections of the Goods

as are specified in the Technical Specifications.

20.2 The Purchaser or its designated representative shall be entitled to

attend the tests and/or inspections , provided that the Purchaser

bear all of its own costs and expenses incurred in connection with

such attendance including, but not limited to, all traveling and

board and lodging expenses.

20.3 Whenever the Supplier is ready to carry out any such test and

inspection, it shall give a reasonable advance notice, including the

place and time, to the Purchaser.

20.4 The Supplier shall provide the Purchaser with a report of the

results of any such test and/or inspection.

20.5 The Purchaser may reject any Goods or any part thereof that fail to

pass any test and/or inspection or do not conform to the Technical

Specifications. The Supplier shall either rectify or replace such

rejected Goods or parts thereof or make alterations necessary to

meet the specifications at no cost to the Purchaser, and shall

repeat the test and/or inspection, at no cost to the Purchaser, upon

giving a notice pursuant to GCC Sub-Clause 20.3.

20.6 The Supplier agrees that neither the execution of a test and/or

inspection of the Goods or any part thereof, nor the attendance by

the Purchaser or its representative, nor the issue of any report

shall release the Supplier from any warranties or other obligations

under the Contract.

20.7 IN CASE OF BHEL

BHEL shall follow their own standard quality procedures and

technical delivery conditions wherever available during

manufacturing, inspection and testing of the products. The

material shall be dispatched based on BHEL inspection. However,

for critical items, Purchaser may witness the final inspection

before dispatch.

OR

FOR OEMs OTHER THAN BHEL

Quality Assurance Plan (QAP) & Inspection:

i) All the correspondences related to quality assurance,

inspection & testing shall be made to:

Page 31: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

31

Executive Director

Quality Assurance & Inspection Division

NHPC Ltd., Sector-33

Faridabad (Haryana)-121003

ii) Quality Assurance and Testing Plan:

Detailed QAP shall be submitted within 15 days after award of

Contract for the purchaser approval.

iii) Pre-dispatch Inspection & Dispatch Clearance:

The Equipment/Material shall be inspected by an authorized

representative of Engineer in- charge at BHEL’s premises

before dispatch as per QAP (Quality Assurance Plan) of

manufacturing, approved by NHPC QA&I Division. The

Materials/ equipments/items shall be only be dispatched after

issue of material dispatch clearance certificate (MDCC).

21. Liquidated

Damages

Except as provided under GCC Clause 25, if the Supplier fails to

deliver any or all of the Goods by the Date(s) of delivery or perform

the Related Services within the period specified in the Contract

(plus six months grace period in case of BHEL only), the

Purchaser may without prejudice to all its other remedies under the

Contract, deduct from the Contract Price, as Liquidated Damages,

a sum equivalent to the 0.5% of the price of the delayed Goods or

unperformed Services for each week or part thereof of delay until

actual delivery or performance, up to a maximum deduction of the

10% of price of the delayed Goods.

22.Warranty/Defec

ts Liability

Period

As Per SCC.

22.1 The Supplier warrants that all the Goods are new, unused, and of

the most recent or current models, and that they incorporate all

recent improvements in design and materials, unless provided

otherwise in the Contract.

22.2 Subject to GCC Sub-Clause 16.1(b), the Supplier further warrants

that the Goods shall be free from defects arising from any act or

omission of the Supplier or arising from design, materials, and

workmanship, under normal use in the conditions prevailing in

India.

22.3 The warranty period for all the Goods shall be 18 months from the

date of supply or 12 months from the date of commissioning or

standard warranty of the product offered by the Supplier if higher.

22.4 The Purchaser shall issue notice to the Supplier stating the nature

of any such defects together with all available evidence thereof,

promptly following the discovery thereof. The Purchaser shall

afford all reasonable opportunity for the Supplier to inspect such

defects.

Page 32: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

32

22.5 Upon receipt of such notice, the Supplier shall, within the 30 days,

expeditiously repair or replace the defective Goods or parts

thereof, at no cost to the Purchaser.

22.6 If having been notified, the Supplier fails to remedy the defect

within the period specified above, the Purchaser may proceed to

take within a reasonable period such remedial action as may be

necessary, at the Supplier’s risk and expense and without

prejudice to any other rights which the Purchaser may have

against the Supplier under the Contract.

23.Patent

Indemnity

23.1 The Supplier shall, subject to the Purchaser’s compliance with

GCC Sub-Clause 23.2, indemnify and hold harmless the

Purchaser and its employees and officers from and against any

and all suits, actions or administrative proceedings, claims,

demands, losses, damages, costs, and expenses of any nature,

including attorney’s fees and expenses, which the Purchaser may

suffer as a result of any infringement or alleged infringement of any

patent, utility model, registered design, trademark, copyright, or

other intellectual property right registered or otherwise existing at

the date of the Contract by reason of:

(a) the installation of the Goods by the Supplier or the use of the

Goods in the country where the Site is located; and

(b) the sale in any country of the products produced by the

Goods.

Such indemnity shall not cover any use of the Goods or any

part thereof other than for the purpose indicated by or to be

reasonably inferred from the Contract, neither any

infringement resulting from the use of the Goods or any part

thereof, or any products produced thereby in association or

combination with any other equipment, plant, or materials not

supplied by the Supplier, pursuant to the Contract.

23.2 If any proceedings are brought or any claim is made against the

Purchaser arising out of the matters referred to in GCC Sub-

Clause 23.1, the Purchaser shall promptly give the Supplier a

notice thereof, and the Supplier may at its own expense and in the

Purchaser’s name conduct such proceedings or claim and any

negotiations for the settlement of any such proceedings or claim.

23.3 If the Supplier fails to notify the Purchaser within twenty-eight (28)

days after receipt of such notice that it intends to conduct any such

proceedings or claim, then the Purchaser shall be free to conduct

the same on its own behalf.

23.4 The Purchaser shall, at the Supplier’s request, afford all available

assistance to the Supplier in conducting such proceedings or

claim, and shall be reimbursed by the Supplier for all reasonable

expenses incurred in so doing.

23.5 The Purchaser shall indemnify and hold harmless the Supplier and

its employees, officers, and Subcontractors from and against any

and all suits, actions or administrative proceedings, claims,

demands, losses, damages, costs, and expenses of any nature,

including attorney’s fees and expenses, which the Supplier may

Page 33: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

33

suffer as a result of any infringement or alleged infringement of any

patent, utility model, registered design, trademark, copyright, or

other intellectual property right registered or otherwise existing at

the date of the Contract arising out of or in connection with any

design, data, drawing, specification, or other documents or

materials provided or designed by or on behalf of the Purchaser.

24. Limitation of

Liability

24.1 Except in cases of criminal negligence or willful misconduct,

(a) the Supplier shall not be liable to the Purchaser, whether in

Contract, tort, or otherwise, for any indirect or consequential

loss or damage, loss of use, loss of production, or loss of

profits or interest costs, provided that this exclusion shall not

apply to any obligation of the Supplier to pay liquidated

damages to the Purchaser, and

(b) the aggregate liability of the Supplier to the Purchaser,

whether under the Contract, in tort or otherwise, shall not

exceed the total Contract Price, provided that this limitation

shall not apply to the cost of repairing or replacing defective

Goods, or to any obligation of the Supplier to indemnify the

Purchaser with respect to patent infringement.

25. Force Majeure 25.1 If a Force Majeure situation arises, the Supplier shall promptly

notify the Purchaser in writing of such condition and the cause

thereof. Unless otherwise directed by the Purchaser in writing, the

Supplier shall continue to perform its obligations under the

Contract as far as is reasonably practical, and shall seek all

reasonable alternative means for performance not prevented by

the Force Majeure event.

26. Change

Orders and

Contract

Amendments

26.1 The Purchaser may at any time order the Supplier through notice

in accordance with GCC Clause 6, to make changes within the

general scope of the Contract in any one or more of the following:

(a) drawings, designs, or specifications, where Goods to be

furnished under the Contract are to be specifically

manufactured for the Purchaser;

(b) the method of shipment or packing;

(c) the place of delivery; and

26.2 If any such change causes an increase or decrease in the cost of,

or the time required for, the Supplier’s performance of any

provisions under the Contract, an equitable adjustment shall be

made in the Contract Price or in the Delivery/Completion

Schedule, or both, and the Contract shall accordingly be amended.

27. Extensions of

Time

27.1 If at any time during performance of the Contract, the Supplier

should encounter conditions impeding timely delivery of the Goods

or completion of Related Services pursuant to GCC Clause 9, the

Supplier shall promptly notify the Purchaser in writing of the delay,

its likely duration, and its cause. As soon as practicable after

receipt of the Supplier’s notice, the Purchaser shall evaluate the

Page 34: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

34

situation and may at its discretion extend the Supplier’s time for

performance, in which case the extension shall be ratified by the

parties by amendment of the Contract.

27.2 Except in case of Force Majeure, a delay by the Supplier in the

performance of its Delivery and Completion obligations shall

render the Supplier liable to the imposition of liquidated damages

pursuant to GCC Clause 21, unless an extension of time is agreed

upon, pursuant to GCC Sub-Clause 27.1.

28. Responsibility

of Supplier

28.1 The Contractor shall guarantee and be entirely responsible for the

execution of Contract in accordance with the specification,

schedules and appendices. He shall further guarantee and be

responsible for the quality and workmanship of all materials and

completed works, correct delivery of materials within the

guaranteed completion and warranty period.

29.Consignee As per SCC

30. Paying

Authority

Paying Authority shall be Manager (Finance), TLD – III Power

Station, Rambi..

Page 35: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

35

ANNEXURE-A TO GCC

AGREEMENT (only in case of other than BHEL)

(to be executed on non-judicial stamp paper of appropriate value)

This AGREEMENT is made on the …… day of …………….. BETWEEN

(1) NHPC Ltd., a Company registered under the Company Act, 1956 and having its principle place of

business/registered office at NHPC OFFICE COMPLEX, SECTOR-33, FARIDABAD-121003, HARYANA

(hereinafter called the “Purchaser”), and which expression shall include its permitted successors and

assigns.

(2) M/s …………………….. and having registered office at ………… ……………………… (herein after referred

to as the ‘Supplier’) which expression shall include the permitted successors and assigns.

This Contract comprises of the following component / parts, all of which shall form an integral part of this contract

as if herein set out verbatim or if not attached as if here to attached.

i) Section-I : Letter of Award & Schedule of Quantities & Prices

ii) Section-II : Conditions of Contract

iii) Section-III : Technical Specifications

NOW THESE PRESENT WITNESS AND the parties hereto hereby agree and declares as follows.

That is to say, in consideration of the payments to be made to the Supplier by the Purchaser as hereinafter

mentioned, the Supplier shall supply the Goods and perform related services in the contract within and at the

times and in the manner and subject to the terms & conditions and stipulations mentioned in the said contract

document.

AND in consideration of the due provision and satisfactory supply of the said Goods and related services, the

Purchaser will pay to the Supplier the sums as per the Schedule of Quantities and Prices contained in Section-I or

such other as may become payable to the Supplier under the Contract, such payment to be made in time and in

such manner as is provided by the Contract.

IN WITNESS WHEREOF The Parties hereto have signed this deed hereunder on the date respectively mentioned

against the signature of each.

(For and on behalf of (For and on behalf of

the Contractor) the )

In the presence of In the presence of

Page 36: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

36

Annexure – TS / VI

TECHNICAL SPECIFICATIONS

The power plant shall provide a reliable and independent power supply to the critical AC loads in the Buildings at NHPC Teesta Low Dam-III Power Station. 1. SOLAR PHOTOVOLTAIC MODULES:

The total Solar PV minimum array capacity should not be less than the 30KWp and should comprise of mono crystalline/poly crystalline modules of minimum 250 Wp and above wattage. Module capacity less than minimum 250 Wp should not be accepted. The Photovoltaic module must be tested and certified by an independent IEC/NABL accredi ted testing laboratory in accordance with relevant IEC standard. 1.1 The PV modules used should be made in India. The PV modules must conform to the latest

edition of any of the following IEC / equivalent BIS Standards for PV module design qualification and type approval:

Crystalline Silicon Terrestrial PV Modules IEC 61215 / IS14286 Thin Film Terrestrial PV Modules IEC 61646 / Equivalent IS (Under Dev.) Concentrator PV Modules & Assemblies IEC 62108

1.2 In addition, the modules must conform to IEC 61730 Part 1- Requirements for construction & Part 2 - requirements for testing, for safety qualification or Equivalent IS (Under Dev.)

1.3 PV modules to be used in a highly corrosive atmosphere must qualify Salt Mist Corrosion Testing as per IEC 61701 /IS 61701.

1.4 The total solar PV array capacity should not be less than allocated capacity (kWp) and should comprise of solar crystalline modules of minimum 250 Wp and above wattage. Module capacity less than minimum 250 watts should not be accepted.

1.5 SPV module Conversion efficiency should be equal to or greater than 14% at STC and AM 1.5 radiations.

1.6 The PV modules shall perform satisfactorily in humidity up to 100 % with temperature between -40ºC to +85ºC. Since the modules would be used in a high voltage circuit, the high voltage insulation test shall be carried out on each module and a test certificate to that effect be provided.

1.7 Other general requirement for the PV modules and subsystems shall be the following:

i. The rated output power of any supplied module shall not have negative tolerance. ii. The peak-power point voltage and the peak-power point current of any supplied module

and/or any module string (series connected modules) shall not vary more than 3 (three) percent from the respective arithmetic means for all modules and/or for all module string, as the case may be

iii. Except where specified, the front module surface shall consist of impact resistant, low-iron and high-transmission toughened glass.

iv. The module frame, if any, shall be made of aluminum or corrosion-resistant material

which shall be electrolytically compatible with the structural material used for mounting the modules.

v. The module shall be provided with a junction box with either provision of external screw terminal connection or sealed type and with arrangement for provision of by-pass diode. The box shall have hinged, weather proof lid with captive screws and cable gland entry points or may be of sealed type IP65 rated

vi. Necessary I-V curves at 250 C, 450,600 and at NOC are required to be furnished. vii. Fill factor of module shall not be less than 0.70

Page 37: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

37

1.8 IDENTIFICATION AND TRACEABILITY

Each PV module must use a RF identification tag (RFID), which must contain the following information:

i. Name of the manufacturer of PV Module ii. Name of the Manufacturer of Solar cells iii. Month and year of the manufacture (separately for solar cells and module) iv. Country of origin (separately for solar cells and module) v. I-V curve for the module vi. Peak Wattage, Im, Vm and FF for the module vii. Unique Serial No and Model No of the module viii. Date and year of obtaining IEC PV module qualification certificate ix. Name of the test lab issuing IEC certificate x. Other relevant information on traceability of solar cells and module as per ISO 9000 series.

RFID shall be mandatorily placed inside the module laminate

2. WARRANTY: PV modules used in solar power plants/ systems must be warranted for their output peak watt Capacity, which should not be less than 90% at the end of 10 years and 80% at the end of 15 years. Also 5 years warranty for inverter and other electrical parts. The mechanical structures, electrical works including power conditioners/inverters/charge controllers/ maximum power point tracker units/distribution boards/digital meters/ switchgear/ storage batteries, etc. and overall workmanship of the SPV power plants/ systems must be warranted against any manufacturing/ design/ installation defects for a minimum period of 5 years.

3. ARRAY STRUCTURE:

i. The array structure shall be so designed that it will occupy minimum space without scarifying the output from SPV panels.

ii. Wherever required, suitable number of PV panel structure shall be provided. Structures shall be of flat-plate design either or L sections.

iii. Structural material shall be corrosion resistant and electrolytically compatible with the material used in the module frame, its fasteners, nuts and bolts. Galvanizing should meet ASTM A-123 hot dipped galvanizing or equivalent which provides at least spraying thickness of 70 micron on steel as per IS 5905, if steel frame is used. Aluminum frame structures with adequate strength and in accordance with relevant BIS/international standards can also be used.

iv. Structures shall be supplied complete with all members to be compatible for allowing easy installation at the roof top site and the structure atop sloping roofs shall be done by the Bidder.

v. The structures shall be designed to allow easy replacement of any module & can be either designed to transfer point load on the roof top or UDL as per site conditions and design to be approved by NHPC Limited.

vi. Each structure shall have a provision to adjust its angle of inclination to the horizontal as per the site conditions.

vii. The array structure shall be grounded properly using maintenance free earthing kit. viii. Each panel frame structure should be so fabricated as to be fixed on the rooftop

column/wall structures. The structure should be capable of withstanding a wind load of 200 km/hr. after grouting & installation. The front end of the solar array must be one meter above the rooftop. Grouting material for SPV structures shall be as per M15 (1:2:4) concrete specifications.

ix. The structures shall be designed for simple mechanical and electrical installation. There shall be no requirement of welding or complex machinery at the installation site. If prior civil work or support platform is absolutely essential to install the structures, the supplier shall clearly and unambiguously communicate such requirements along with their specification in the bid. Detailed engineering drawings and instructions for such prior civil work shall be carried out prior to the supply of Goods.

Page 38: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

38

x. The supplier shall specify installation details of the PV modules and the support structures with appropriate diagrams and drawings. Such details shall include, but not limited to, the following:

i. Determination of true south at the site;

ii. Array tilt angle to the horizontal, with permitted tolerance;

iii. Details with drawings for fixing the modules;

iv. Details with drawings of fixing the junction/terminal boxes;

v. Interconnections details inside the junction/terminal boxes;

vi. Structural installation details and drawings; vii. Electrical grounding (earthing); viii. Inter-panel/Inter-row distance with allowed tolerances; ix. Safety precautions to be taken.

xi. The array structure shall support SPV modules at a given orientation and absorb and

transfer the mechanical loads to the rooftop columns properly. All nuts and bolts shall be of very good quality stainless steel. Detailed design and drawing shall have to be submitted to NHPC Limited for acceptance and approval before execution of work.

NOTE: The structural design of the complete system should be compatible with the structural strength and load bearing capacity of the roof. Design calculations and certificate to this effect shall be provided by a qualified chartered structural engineer.

4. POWER CONDITIONING UNIT (PCU)

The PCU required of appropriate minimum 30kW capacity should convert DC power produced by SPV modules, into AC power and adjust the voltage & frequency levels to suit the local grid conditions.

The inverter of Solar PV Plant on rooftop of building shall feed power to the LT Panel installed nearby the building.

Common Technical Specification:

Control Type : Voltage source, microprocessor assisted, output regulation

Output Voltage (Vac) : 3 phase, 415 V

Frequency : 50 Hz (+3 Hz, -3 Hz) Continuous rating : Minimum 30kW or above.

Nominal Power : 30 KW or above

No Load Losses : Less than 1% of rated power

Total Harmonic Distortion : less than 3%

Operating Temp. Range : 0 to 55 deg C

Housing Cabinet : INVERTER to be housed in suitable switch cabinet Inverter efficiency : 95% and above at full load, Power Control : MPPT Protection of Enclosure : IP-20 (Minimum) for Indoor. IP-65 (Minimum) for Outdoor.

Other important Features/Protections required in the INVERTER

� Automatic morning wake-up and nightly shutdown

� Mains (Grid) over-under voltage and frequency protection

� Full Proof protection against ISLANDING

� Designed to withstand starting in – rush current when pump is started and provide trip free

operation

Page 39: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

39

� Included authentic tracking of the solar array’s maximum power operation voltage (MPPT)

� Array ground fault detection

� LCD and piezoelectric keypad operator interface Menu driven

� Automatic fault conditions reset for all parameter like voltage, frequency and/or black out. � MOV type surge arrester on AC and DC terminals for over voltage protection from

lightening-induced surges. � INVERTER should be rated to operate at 0-55 deg. centigrade unless provision for air

conditioning is included in INVERTER � All parameters should be accessible through an industry standard communication link. � Overload capacity (for 10 sec) should be 150% of continuous rating. � The INVERTER shall be self-commuted and shall utilize a circuit topology and

components suitable for meeting the specifications listed above at high conversion efficiency and with high reliability.

� The PCU shall give the preference to feed the loads from Solar Energy being produced and shall draw the additional power from mains to meet the load requirements in case the load is more than the solar energy being produced.

� PCU shall be capable to synchronize independently & automatically/to be phase locked with Power Supply Authority grid power line frequency to attain synchronization & export power generated by the solar panel to Power Supply Authority grid.

� Since the INVERTER is to be used in solar photovoltaic energy system, it should have high operational eff iciency. The DC to AC conversion efficiency shall at least be 95 percent at full load. The idling current at no load must not exceed 2 percent of the full load current.

� Transformer less inverters shall be preferred. Restriction of DC components on AC side shall be achieved.

� The INVERTER shall be capable of operating in parallel with the grid utility service and shall be capable o f i n t e r r u p t i n g l i ne -to-line fault currents and line-to-ground fault currents.

� The INVERTER shall be able to withstand an unbalance output load to the extent of 30%. � The INVERTER shall include appropriate self-protective and self-diagnostic features to protect

itself and the PV array damage in the event of INVERTER component failure or from parameters beyond the INVERTER’s safe operating range due to internal or external causes. The self-protective features shall not allow signals from the INVERTER front panel to cause the INVERTER to be operated in a manner which may be unsafe or damaging. Faults due to malfunctioning within the INVERTER, including commutation failure, shall be cleared by the inverter protective devices and not by the existing site utility grid service circuit breaker.

� The INVERTER shall go to shut down/standby mode, with its contacts open, under the following conditions before attempting an automatic restart after an appropriate time delay;

I. Insufficient Solar Power Input.

When the solar available from the PV array is insufficient to supply the losses of the INVERTER, the INVERTER shal l go to a s tandby/shutdown mode. The INVERTER control shall prevent excessive cycling during rightly shut down or extended periods of insufficient solar radiation.

II. Utility-Grid Over or Under Voltage

The INVERTER shall restart after an over or under voltage shutdown where the utility grid voltage has returned to within limits for a minimum of two minutes.

III. Utility-Grid Over or Under Frequency

The INVERTER shall restart after an over or under frequency shutdown when the utility grid voltage has returned to within limits for minimum of two minutes.

The INVERTER generated harmonics measured at the point of connection to the utility services when operating at the rated power shall not exceed a total harmonics current distortion of 3

Page 40: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

40

percent, a single frequency current distortion of 4 percent and single frequency voltage distortion of 1 percent, when the first through the fiftieth integer harmonics of 50 Hz are considered. � Full protection against accidental open circuit and reverse polarity at the input shall be

provided.

� The INVERTER shall not produce Electromagnetic Interference (EMI) which may cause malfunctioning of electronic instruments including communication equipment, which are located within the facility in which the INVERTER is housed.

� The INVERTER shall have an appropriate display on the front panel to display the

instantaneous AC power output and the DC voltage, current and power input. Each of these measurements\ displays shall have an accuracy of 1 Percent of full scale or better. The display shall be visible from outside the INVERTER enclosures. Operational status of the INVERTER, alarms, trouble indicators and AC and the D C disconnect switch positions shall also be communicated by appropriate messages or indicator lights on the front cover of the INVERTER enclosure.

� Communication Modbus protocol with LAN/WAN options along with remote access facility and SCADA package with latest monitoring systems including individual string monitoring with Web/IP data monitoring.

Operating modes:

The following operating modes are to be made available:

• Night or Sleep modes: Where the inverter is almost completely turned off, with just the timer and control system still in operation, losses should not exceed 1 watts per 5 kilowatt

• S t a n d b y mode: Where the control system continuously monitors the output of the solar generator until pre-set value is exceeded (typically 10 watts)

• Operational or MPP tracking mode: The control system continuously adjust the voltage of the generator to optimize the power available. The p o w e r c o n d i t i o n e r must automatically re-enter stand-by mode when input power reduces below the standby mode threshold. Front Panel display should prove the status of the INVERTER, including AC Voltage, Current, Power output & DC Current, Voltage and Power input, pf and fault Indication (if any)

Maximum Power Point Tracker (MPPT) Maximum power point tracker shall be integrated in the Inverter to maximize energy drawn from the array. The MPPT should be microprocessor based to minimize power losses. The details of working mechanism of MPPT shall be mentioned. The MPPT must have provision (manual setting) for constant voltage operation. MPPT unit should confirm to IEC 62093 for design qualification and to IEC 60068-2 for environmental testing.

Codes and standards:-

The quality of equipment supplied shall be controlled to meet the guidelines for engineering design included in the standards and codes listed in the relevant ISI and other standards, such as:

o IEEE 928 Recommended Criteria for Terrestrial PV Power systems.

o IEEE 929 Recommended Practices for Utility Interface of Residential and Intermediate PV Systems.

o IEEE 519 guide for Harmonic Control and Reactive Compensation of Static Power Controllers.

o National Electrical NEPA 70-(USA) or equivalent national standard.

o National Electrical safety Code ANSI C2-(USA) or equivalent national standard.

o JRC Specification 503 (Version 2.2 March 1991) or JPL Block V standard for PV modules.

Page 41: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

41

o The inverter manufacturer should attach efficiency certificate from Independent Third party Testing laboratory i.e. IEC, TUV, SNL/ERTL or STQC. PCU should confirm to IEC 61683/ IS 61683 for efficiency measurements and IEC 60068-2 (1,2,14,30) for environmental testing. MPPT unit should confirm to design qualification IEC 62093.

5.

• Computers: Desktop Computer 3 GHz Pentium i7 latest (3MB Cache) with 500 GB HDD, 4 GB RD RAM, 2 Parallel & 2 Serial Port, Wi-Fi Lan Card, DVD RW Drive, 20” LED Display, USB Scroll Mouse, along with All in one 1200 dpi/12 ppm Desktop LaserJet printers along with a 1 KVA on-line ups with 1 hour battery backup.

• Protective function limits (viz-AC Over voltage (both input & output), AC Under voltage (both input & output), Over current (both input & output), Over frequency, Under frequency ground fault, PV starting voltage, PV stopping voltage, Over voltage delay, Under voltage delay over frequency, Ground fault delay, PV starting delay, PV stopping delay over temperature, short circuit).

6. J U N C T I O N B O X E S WITH STRING MONITORING FEATURE TO THE INVERTER:

The junction boxes are to be provided in the PV yard for termination of connecting cables. The Junction Boxes shall be made of FRP/Powder Coated Aluminum with full dust, water & vermin proof arrangement. All wires/cables must be terminated through cable lugs. The J.Bs shall be such that input & output termination can be made through suitable cable glands. � Made of FRP or cast aluminum

� Copper bus bars/terminal blocks housed in the junction box with suitable termination threads

� Conforming to IP65 (for outdoor)/ IP 21 (for indoor) standards and IEC 529

� Hinged door with EPDM rubber gasket to prevent water entry.

� Single compression cable glands.

� Provision capacity MOVs provided within the box to protect against lightening.

7. DC DISTRIBUTION BOARD:

Solar PV Plant shall have its separate DC Distribution panel to receive the DC output from the array field with analog measurement meter for voltage, current and power from different MJBs so as to check any failure in the array field.

DCDBs shall be dust & vermin proof. The bus bars are to be made of copper of desired size. Suitable capacity MCBs to be provided for controlling the DC power output to the INVERTER along with necessary surge arrestors.

8. AC DISTRIBUTION PANEL BOARD

Plant shall be supplied with its dedicated AC Distribution panel which shall be located at an appropriate location in the building itself. ACDBs are to be provided at the cable terminating points emanating from the inverters. The AC power from inverter of each individual Solar PV Plant shall be fed into its dedicated AC Distribution panel. Thereafter, the outputs shall be terminated into the main LT supply as follows:-

AC Distribution Panel Board (DPB) shall control the AC power from inverter and should have necessary surge arresters. Interconnection from ACDB to feeder pillar and to mains at LT bus bar is to be carried out and complete equipment along with metering to be installed in the ACDB. Requirement/specifications of DCDB and ACDB may be changed as per site conditions. All switches at the circuit breakers, connectors should confirm to IEC 60947, Part I II & III, IS 60947 Part I, II, III, EN 50521

Page 42: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

42

9. CABLES

o Cabling in the yard and control room: Cabling in the yard shall be carried out as per IE rules. All other cabling above ground should be suitably mounted on cable trays with proper covers. Only LSZH XLPE cables must be used.

o Cables: Only FRLS copper wires of appropriate size and of reputed make (ISI) shall have to be used.

o Cables ends: All connections are to be made through suitable cable/lug/terminals; crimped properly & with use of cable glands.

o Cable marking: All cable/wires are to be marked in proper manner by good quality ferule or by other means so that the cable can be easily identified. Any change in cabling schedule/sizes if desired by the bidder/supplier be got approved after citing appropriate reasons. All cable schedules/layout drawings have to be got approved from the purchaser prior to installation. All cable tests and measurement methods should confirm to IEC 60227/IS 694.

• Multi Strand, Annealed high conductivity copper conductor

• PVC type ‘A’ pressure extruded insulation

• Overall PVC insulation for UV protection and confirm to IEC 69947. Armored cable for underground laying

• All cables shall confirm to BIS standards (IS 694) and (IS 1554 Part-I &II)

• The size of each type of cable selected shall be based on minimum voltage drop, however the maximum drop shall be limited to 2 %

• All electrical/wires inside the building to be fixed in Rigid Steel Conduit for wiring inside the building.

• Voltage rating 660/1000V.

• For laying/termination of cables, latest BIS/IEC codes/ standards to be followed. Cabling on DC side of the system shall be as short as possible to minimize the voltage drop in the wiring.

10. Civil Work

Concreting: Cement Concrete mix shall be of M-20/M-25 grade for pedestal and earth pit chambers. Curing of all concrete work shall be carried out continuously for minimum of 7days.

11. LIGHTENING PROTECTION:

Each array structure of the PV yard should be grounded properly. In addition, the lightening arrester/masts should also be provided inside the array field. Provision should be kept for shorting and grounding of the PV array at the time of maintenance work. All metal casing/shielding of plant should be thoroughly grounded in accordance with Indian Electricity Act./IE Rules. Earth resistance should be tested in presence of the representative of NHPC Limited after earthing by calibrated earth tester. INVERTER ACDB and DCDB should also be earthed properly.

12. DANGER BOARDS:

Danger board should be provided as and where necessary as per IE act/IE rules as amended up to date.

13. DRAWING & MANUALS

2 copies of Engineering, electrical drawings and installation and O&M manuals are to be supplied with each Plant.

Bidders shall provide complete technical data sheets for each equipment giving details of the specifications along with make/makes in their bid along with basic design of the power plant and power evacuation, along with protection equipment.

Page 43: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

43

14. QUALITY AND ADAPTABILITY OF THE EQUIPMENT:

Bidders must verify the grid behavior, solar insulation levels, and general site conditions on their own before bidding. The bidder shall accordingly ensure that the equipment and the design submitted shall be able to perform as per guaranteed performance levels in the available site conditions. The design of the plant and the equipment offered by the bidders shall be evaluated for its quality and adaptability to the site conditions based on the purchasers past experience, projects earlier executed by the bidders and from other sources. Bidders must submit detailed technical operational parameters and latest performance indicators.

15. LIST OF APPROVED MAKES/ BRANDS/AGENCIES:

The employer reserves the right to select any of the brands indicated in the list of approved makes. The tenderer shall quote his rates on the basis of the price of the brand/make stipulated in the item of works as described in BOQ & specification as well as in the list of approved make as hereunder. The contractor cannot claim anything extra if the employer changes the make.

TENTATIVE LIST OF MATERIAL FOR POWER PLANT

S. No Description Unit Qty

1. PV Modules for total 30 kWp (each not less than 250 Wp) No. As required

2. Module mounting structure Set As required

3. Solar Grid Synchronised Power Conditioning Unit with inbuilt MMPT based Charge Controller

SET As required

4. Junction Boxes Set As required

5. Data Logger with necessary software and hardware. Set As required

6. AC & DC Cables Set As required

7. AC & DC Distribution Board Set As required

8. Earthing set complete Set As required

9. Lighting Arrestors Set As required

10. Installation accessories Set As required

11. Spares and tools Set As required

12. In addition to above the wiring for grid supply to inverter and from inverter to load MCB DB’s shall be in the scope of contactor. The wiring shall be carried out with copper multi-strand copper cables in suitable size steel conduit.

Lot As required

13. One Number Water pump (1 HP), BIS Approved surface/submersible with shed along with full C class piping for water supply for panels cleaning and washing along with water discharge piping up to nearby drain point

set 01 (with all accessories)

14 Computers: Desktop Computer 3 GHz Pentium i7 latest (3MB Cache) with 500 GB HDD, 4 GB RD RAM, 2 Parallel & 2 Serial Port, Wi-Fi Lan Card, DVD RW Drive, 20” LED Display, USB Scroll Mouse, along with All in one 1200 dpi/12 ppm Desktop LaserJet printers along with a 1 KVA on-line ups with 1 hour battery backup.

Set 01

Note: Apart from above list of material, any material required during installation shall be supplied by the successful bidder and no claim in this regard shall be entertained.

Page 44: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

44

LIST OF APPROVED MAKES

S.No

Brief Description

Units

Make

1 Mono/Polycrystalline S P V m o d u l e s f o r S o l a r PV Plants with aggregate capacity of 30 kWp as per specifications.

Set Compliant to bid document specifications.

2 SPV module roof top mounting structure suitable for accommodating Solar PV Plant with aggregate capacity of 3 0 kWp SPV modules including foundations as per specifications on rooftop.

SET Compliant to bid document specifications.

3 PCU/Inverter as per specifications

ABB or equivalent

4 Junction Boxes SET Tyco/Hensel

5 Data logging with individual string monitoring and remote monitoring system as per specifications

SET Compliant to bid document specifications

6 Bidirectional Energy Meter One L&T/ENERCON/SECURE 7 DC Distribution Units as per

specifications SET ABB/Siemens/Schneider

Electric

8 AC Distribution Units as perspecifications

SET L&T/ABB/Schneider

Electric

9 Cables SET Polycab/Havells/KEI/Finolex

Signature of Bidder with seal

Page 45: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

45

ANNEXURES

Page 46: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

46

ANNEXURE-I

TENDER ACCEPTANCE LETTER

(To be given on Company Letter Head)

Manager (Proc) NHPC Ltd., TLD-III Rambi P.O.-Reang Dist-Darjeeling (W.B.)-734321 Sub: Acceptance in respect of Terms & Conditions of Tender Document of “Supply & Installation of Rooftop

energy efficient 30KWP Solar PV on grid connected Power Plant.”

Ref: NIT NO- NH/TLD-IIIPS/P&C/PR-525/635 dated 10/02/2017 .

Sir,

a. I / We have downloaded the tender document(s) for the above mentioned ‘Tender/Work’ from the web site http://eprocure.gov.in/eprocure/app.

b. I/We hereby certify that I/We have read all the terms and conditions of tender document (including all annexure(s), schedule(s) etc., which shall part of the contract and I/We shall abide hereby all terms & conditions contained therein.

c. The Corrigendum(s) issued from time to time by your department/ organization too has also been taken into consideration, while submitting this acceptance letter.

d. I/We hereby unconditionally accept all the terms and Conditions of above mentioned tender document and corrigendum(s) as applicable.

e. In case any provisions of this tender are found violated, then your department/ organization shall without prejudice to any other right or remedy be at liberty to reject my bid including the forfeiture of earnest money deposit.

f. I / We confirm that our bid shall be valid up to 120 days from the date of opening of cover-1 i.e. Techno-commercial Bid.

g. I / We hereby certify that all the statements made and information supplied in the enclosed Annexures and additional data etc. furnished herewith are true and correct.

h. I/We have furnished all information and details necessary for demonstrating our qualification and have no further prominent information.

i. I/We understand that you are not bound to accept the lowest or any bid you may receive. j. I/We certify that comply with the eligibility requirements as per Bid documents. k. I/We hereby certify that I/We have read all the terms and conditions of contract form of agreement of tender

document which shall part of the contract and I / We shall abide hereby all terms & conditions contained therein.

Seal and Sign of Agency

Name:

Address:

Page 47: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

47

ANNEXURE-II

BID PROFORMA

Sl. No. Description of information Replies by the bidder

1 Name of the firm 2 Nationality of the firm

3

Complete address of Regd./Head Office i) Postal

ii) Telegraphic/Telex

iii) Telephone/Fax

iv) E-mail

4 Former name of the firm (if any)

5

Type of the firm i) Proprietary (if applicable, give name of the proprietor)

ii) Partnership (if applicable, give names of Parteners) iii) Private Ltd. Co.

iv) Public Ltd. Co.

6

In case of MSEs whether the firm is owned by SC/ST Entrepreneur (This information is required in connection With Public Enterprises Survey) :

7 Year and place established :

8 The firm is a

8(i) Member of a group of Companies (if yes, give name, address, connection and description of other Companies)

8(ii) Subsidiary of a large organization (if yes, give full details of the holding Company)

9

Are you registered with any Government/Public Sector Undertaking (if yes, give details) for supply of similar equipments, covered under the Specifications. :

10 In which other lines of business are you financially interested?

11

Do you have in-house testing facilities? If not, where do you intend to get your Products tested :

12 Have your Company ever been declared Bankrupt (if yes, give details)? :

Page 48: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

48

13

Do you intend to associate any other organization for the supplies/works you intend to bid? If so, give full particulars thereof. Also, attach photocopies of letters from such associates, giving their consent to associate themselves with your firm for executing resultant P.O./Contract, if any. :

14 Nature and amount of Earnest Money furnished.

15 Delivery period quoted

16 Whether the Prices quoted are firm/variable.

17 Whether quoted prices are on Destination :Site

18 Validity period of tender, reckoned from the due date of opening tenders (120 days).

19 Whether details of past experience are furnished in the required proforma.

20 Whether all technical particulars, drawings etc., are furnished and filled in all schedules, appended to the tender documents. :

21

Rates of Central Sales Tax, Excise Duty etc. applicable on finished products (if concessional rates of C.S.T./E.D. etc., are applicable, specify the same and attach documentary evidence in support thereof):

Station :_________ Date: __________

For & on behalf of ________________

Signature : __________________

Name : __________________

Designation: __________________

(of the authorized representative of the bidder)

Official Seal of the Company :

Page 49: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

49

Annexure-III

Schedule of Quantities and Prices

Sub: - Supply & Installation of Rooftop energy efficient 30KWP Solar PV on grid connected Power Plant. NIT No.-NH/TLD-IIIPS/P&C/PR-525/ 635 Dated:10/02/2017 SCHEDULE-I

Schedule of Quantities and Prices Sl. No.

Item Description Qty Unit Rate (`) Amount (`)

1

30 KWP SOLAR PV ON GRID CONNECTED POWER PLANT.

(i) Supply of composite complete capacity mono/Multi crystalline SPV Modules of 30 KWP as per IEC latest edition and MNRE approved.

1 SET

(ii) Supply of composite complete BOS items like hot dip galvanized module mounting structure as required at site for holding modules on structure including design and construction of PCC foundation base for holding the above structure, AJB, MJB, Lighting protection, Earthing protection & necessary cables to complete the system wiring and control panel.

(iii) Design, manufacture, supply and installation of charge controller cum inverter of 33 kW full sine wave and 415 V Three Phase AC Output (Make: ABB or equivalent)

2 Installation Charge for 30 KEP Solar Power Plant

1 SET

Notes: 1. The bidder shall quote the component of packing & forwarding charges in this schedule and taxes and other

duties separately in Price Schedule-II

Signature with seal of bidder

Page 50: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

50

Schedule-II Taxes & duties:

Item Description of taxes/ duties/ levies etc.

Rate of taxes/ duties/ levies as applicable on

Amount on which taxes/ duties/ levies applicable

Taxes/ duties/ levies payable

Total taxes/ duties/ levies payable

1 2 3 4 5 6

Note: All applicable taxes & duties and other levies, handling / forwarding charges etc. on all items of price schedule

–I of our price bid are mentioned in this schedule which shall only be taken into account for evaluation of our price bid. We also understand that except for statutory changes as stipulated in the contract / supply order, if any, payment by the employer on account of taxes and duties shall be limited to the amount mentioned in this schedule.

Signature of bidder with seal

SCHEDULE-III: Grand Summary: S.

No. Description AMOUNT (`)

1 Total of SCHEDULE-I Ex-works supply including packing & forwarding charges

2 Total of SCHEDULE-II TAXES, DUTIES

GRAND TOTAL:

Signature with seal of bidder

Name: ____________________________________________________

Designation: _______________________________________________

Organization: _____________________________________________

Date & Place: _____________________________________________

Phone/ Fax/ Mobile/ Email: _________________________________

Stamp & Seal: ________________________________

Page 51: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

51

Annexure-IV LIST OF DEVIATIONS

Sl. No.

Clause No. Deviation Remarks

Signed By:

Name: ____________________________________________________

Designation: _______________________________________________

Organization: _____________________________________________

Date & Place: _____________________________________________

Phone/ Fax/ Mobile/ Email: _________________________________

Stamp & Seal: ________________________________

Page 52: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

52

Annexure-V

Format for obtaining declaration regarding applicability of Micro, Small & Medium Enterprise under MSMED Act, 2006 To, Subject: Declaration as regard to applicability of Micro, Small & Medium Enterprise Development Act, 2006 Micro, Small and Medium Enterprises Development Act, 2006 has been introduced w. E. F. 02.10.2006. Following are the relevant provisions of the Act as regard to registration of enterprise:-

(1) Any person who intends to establish,-

a) a micro or small enterprise, may, at his discretion; or

b) a medium enterprise engaged in providing or rendering of services may, at his discretion; or

c) a medium enterprise engaged in the manufacture or production of goods pertaining to any industry specified in the First Schedule to the Industries (Development and Regulation) Act, 1951, shall file the memorandum of micro, small or, as the case may be, of medium enterprise with such authority as may be specified by the State Government under sub-section (4) or the Central Government under sub-section (3):

Provided that any person who, before the commencement of this Act, established—

a) a small scale industry and obtained a registration certificate, may, at his discretion; and

b) an industry engaged in the manufacture or production of goods pertaining to any industry specified in the First Schedule to the Industries (Development and Regulation) Act, 1951, having investment in plant and machinery of more than one crore rupees but not exceeding ten crore rupees and, in pursuance of the notification of the Government of India in the erstwhile Ministry of Industry (Department of Industrial Development) number S.O.477(E), dated the 25 TH July, 1991 file an Industrial Entrepreneurs’ Memorandum, shall within one hundred and eighty days from the commencement of this Act, file the memorandum, in accordance with the provisions of this Act.

2.0 Authority as referred to in aforesaid section is the General Manager, District Industries Centre/District Level Officer in Directorate dealing with such enterprises of State Government.

3.0 The definition of the enterprises as specified by the Act is as follows:-

Type of Enterprise Manufacturing Industry*-Investment in Plant & Machinery

Service Industry- Investment in equipments

Micro Enterprise Not exceeding Rs.25 lacs Not exceeding Rs.10 lacs Small Enterprise More than Rs.25 lacs & upto Rs.5 Crore More than Rs.10 lacs & upto Rs.2 Crore Medium Enterprise More than Rs.5 Crore & upto Rs.10 Crore More than Rs.2 Crore & upto Rs.5 Crore *engaged in the manufacture or production of goods, in any manner, pertaining to any industry specified in the First Schedule to the Industries (Development and Regulation) Act, 1951.

4.0 As such, it is requested to provide the confirmation as regard to applicability of Micro, Small & Medium Enterprise Development Act, 2006 to your firm by submitting the declaration/undertaking by ________ (date to be mentioned for obtaining declaration from existing suppliers/service providers):-

(Authorized Representative of Concerned Contract & Procurement Division)

Page 53: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

53

DECLARATION / UNDERTAKING

A) I/We confirm that the provisions of Micro, Small & Medium Enterprises are applicable/not applicable to us and our organization falls under the definition of

i) [ ] - Micro Enterprises ii) [ ] - Small Enterprises iii) [ ] - Medium Enterprises

(Please tick in the appropriate option box [√ ] and attach documents/certificate, if any)

B) I/We also undertake to inform the change in this status as aforesaid during the currency of the contract, if

any. C) In case of MSE whether the firm is owned by SC/ST Entrepreneur :-YES[ ] NO[ ]

(Please tick in the appropriate option box [√])

For & on behalf of: _____________

Station: ________________ Signature: ________________

Date: _________________ Name: ________________

Designation: _________________

SEAL OF BIDDER

Page 54: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

54

Annexure-VII

ECS – Form

NHPC Limited ELECTRONIC CLEARING SERVICE (CREDIT CLEARING)

(PAYMENT TO PARTIES THROUGH CREDIT CLEARING MECHANISM)

No. :

2. BIDDER’S NAME : ______________________________________ a) ADDRESS : ______________________________________

______________________________________ _______________________________________

b) Phone/ Mobile No. : ______________________________________

3. PERTICULARS OF BANK ACCOUNT : a) BANK NAME : ______________________________________ b) BRANCH NAME : ______________________________________ c) ADDRESS : ______________________________________

Telephone No. : ______________________________________

d) IFSC CODE OF THE BANK : (For payment through RTGS)

e) ACCOUNT TYPE :

(S.B. Account/ Current Account or/ Cash Credit with code 10/11/13)

f) ACCOUNT NUMBER : ______________________________________ (As appearing on the Cheque Book)

I hereby declared that the particulars given above are correct and complete. If the transaction is delayed or not effected at all for reasons of incomplete of incorrect Information, I would not hold the user Company responsible.

(------------------------------) Date : Signature of the Bidder Certified that the particulars furnished above are correct as per our records. (Bank’s Stamp)

(------------------------------) Date: Signature of the Authorized

Official from the Bank

Page 55: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

55

Annexure-VIII

(Format of Integrity Pact)

(To be executed on plain paper at the time of submission of bid and on Non-Judicial Stamp Paper of appropriate value by successful bidder (Contractor) prior to signing of Contract Agreement)

PRE CONTRACT INTEGRITY PACT

Between

NHPC Limited, a company incorporated under the Companies Act 1956 and having itsregistered office at NHPC Office Complex, Sector-33, Faridabad-121003 (Haryana),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 ………………………. (Name of the work/ goods/ services) and the Bidder/Contractor is willing to offer against NIT No ………………………………………., Tender ID: ………………………………..

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.

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.

Page 56: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

56

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 maybe 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.

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 for bearing 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 Deleted.

Page 57: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

57

i)

3.6 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.

3.7 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.

3.8 The Bidder/Contractor will not accept any advantage in exchange for any corrupt practice, unfair means and illegal activities.

3.9 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.

3.10 The Bidder(s)/Contractor(s) commit to refrain from giving any complaint directly or through any other manner without supporting it with full and verifiable facts.

3.11 The Bidder(s)/Contractor(s) shall not instigate or cause to instigate any third person to commit any of the actions mentioned above.

3.12 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, 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.

3.13 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 (lTB) 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 anyone employed by it or acting on its behalf (whether with or without the knowledge of the Bidder/Contractor) 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 anyone of the following actions, wherever required:-

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

Page 58: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

58

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.

(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/recession and the Employer shall be entitled to deduct the amount so payable from the money(s) due to Bidder/Contractor.

(iv) Deleted.

(v) 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.

(vi) Deleted.

(vii) To debar the Bidder/Contractor from participating in future bidding processes of NHPC Ltd. as per provisions of "Guidelines on Banning of Business Dealings" of NHPC Ltd. (Annex-A), which may be further extended at the discretion of the Employer.

(viii) 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.

(ix) 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.

(x) 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 (x) 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 Fall Clause: Deleted.

8.0 Independent External Monitor(s)

8.1 The Employer has appointed Independent External Monitors (hereinafter referred to as monitors) for this Pact in consultation with the Central Vigilance Commission.

8.2 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.

8.3 The Monitors shall not be subject to instructions by the representatives of the parties and perform their functions neutrally and independently.

8.4 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.

Page 59: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

59

8.5 As soon as the Monitor notices, or has reason to believe, a violation of this Pact, he will so inform CMD, NHPC and request NHPC 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.

8.6 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.

8.7 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.

8.8 The Monitor will submit a written report to the CMD, NHPC 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.

8.9 The word 'Monitor' would include both singular and plural.

9.0 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 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.

10.0 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. Faridabad (Haryana). The arbitration clause provided in the tender document/contract shall not be applicable for any issue/dispute arising under Integrity Pact.

11.0 Other Legal Action

11.1 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.

11.2 Changes and supplements as well as termination notice need to be made in writing.

11.3 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.

12.0 Validity 12.1 The validity of this Integrity Pact shall be from date of its signing and extend up-to 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.

12.2 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 60: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

60

13.0 The Parties hereby sign this Integrity Pact at …………………………on ………

Employer

Name of the Officer

Designation

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

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

Witness 1. ……………………………. ___ _

(Name and address)

2., ………………………………………………… __________________________________ _ (Name and address)

Bidder

(Authorized Person)

(Name of the Person)

Designation

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

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

Witness 1.'………………………………….

(Name and address)

2., ……………………………………………. _ (Name and address)

Page 61: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

61

Annexure-A to Integrity Pact j) Annexure-A to Integrity Pact

Guidelines on Banning of Business Dealings

1.0 INTRODUCTION

1.1 NHPC Limited (NHPC) 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 NHPC 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 NHPC generally provide that NHPC 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 NHPC.

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. 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:

a) For NHPC Wide Banning

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.

b) For Projects/ Power Stations/ Regional Offices/Liaison Offices

Head of the Unit not below the rank of Chief Engineer/Chief shall be the ‘Competent Authority’ for the purpose of these guidelines. The Executive Director of the concerned unit shall be the ‘Appellate Authority’ in all 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 NHPC.

4.0 INITIATION OF BANNING / SUSPENSION

Page 62: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

62

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 NHPC is under investigation, the Competent Authority may consider whether the allegations (under investigation) are of a serious nature and whether pending investigation, 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 NHPC 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 NHPC 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 five years;

6.3 If business dealings with the Agency have been banned by the Ministry of Power, Government of India.

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 NHPC or its official for acceptance / performances of the job under the contract;

6.6 If the Agency misuses the premises or facilities of the NHPC, forcefully occupies or damages the NHPC’s 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 normally apply throughout NHPC. However, the Competent Authority of the Unit can impose such ban unit-wise only if in the particular case banning of business dealings by respective Unit will serve the purpose and achieve its objective and banning throughout the Company is not required in view of the local conditions and impact of the misconduct / default to beyond the Unit. Any ban imposed by Corporate Office shall be applicable across all Units of NHPC.

Page 63: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

63

7.2 There will be an Investigating Committee in each Unit to be appointed by Head of the Unit for processing the cases of “Banning of Business Dealings”. However, for procurement of items /award of contracts at Corporate Office, the committee shall consist of officers not below the rank of Chief Engineer/ Chief 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 department 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 department 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.

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 for approval of the Competent Authority for awarding 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 defence.

9.2 If the Agency requests for inspection of any relevant document in possession of NHPC, 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.

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

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 the NHPC website.

Page 64: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

64

Annexure-IX

Declaration by the Bidder Declarations by the Bidder (to be submitted with Bid documents)

B) I/ We, M/s ………………………………… (Name of bidder) hereby certify that I/we have not been banned/ de-listed/ blacklisted/ de-barred from business by any PSU/ Govt. Department during last 03 (three) years on the grounds mentioned in para 6 of Guidelines of Banning of Business Dealings (Annexure-A) to Integrity Pact, ITB Clause 17 of Tender Document.

(Seal & Signature of the Bidder)

C) I/ We, M/s ………………………………… (Name of bidder) hereby declare that the information furnished with the bid documents is correct in all respect.

(Seal & Signature of the Bidder)

D) I/ We, M/s ………………………………… (Name of bidder) hereby certify that the rates charged in the quotation as being charged from other Govt. agencies/Public Sector undertakings.

(Seal & Signature of the Bidde

Page 65: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

65

ANNEXURE-X

BANK GUARANTEE IN LIEU OF EARNEST MONEY DEPOSIT BANK GUARANTEE

Date: _______________________

To: Manager (Proc) TLD-III Power Station, Rambi WB-734321 WHEREAS [name of Bidder] (hereinafter called “the Bidder”) has submitted its Bid dated [date of bid] for the performance of the above-named Contract (hereinafter called “the Bid”) KNOW ALL PERSONS by these present that WE [name of bank] of [address of bank] (hereinafter called “the Bank”), are bound unto [name of Employer] (hereinafter called “the Employer”) in the sum of: [amount], for which payment well and truly to be made to the said Employer, the Bank binds itself, its successors and assigns by these presents.

Sealed with the Common Seal of the said Bank this____________day of__________20_____ . THE CONDITIONS of this obligation are the following:

1. If the Bidder withdraws its Bid during the period of bid validity specified by the Bidder in the Bid Form, or 2. If the Bidder, having been notified of the acceptance of its Bid by the Employer during the period of bid validity

a) fails or refuses to sign the Contract Agreement when required or b) fails or refuses to issue the performance security in accordance with the bidding documents, c) Refuses to accept the arithmetical corrections made in accordance with the bidding documents.

WE undertake to pay to the Employer up to the above amount upon receipt of its first written demand, without the Employer having to substantiate its demand, provided that in its demand the Employer will note that the amount claimed by it is due to it, owing to the occurrence of one or both of the two above-named conditions, and specifying the occurred condition or conditions. Notwithstanding anything contained herein above our liability under this Guarantee is limited to Rs…………….. (Rupees …………………….…. only) and our Guarantee shall remain in force until …………. Day of ………,200…., unless a claim or demand under this Guarantee is made on us in writing, on or before …………, we shall be discharged of all liabilities under this Guarantee thereafter. WITNESS …………………………………………………. ………………………………………………. (Signature) (Signature) …………………………………………………… …………………………………………………….. (Name) (Name) …………………………………………………… …………………………………………………. (Official Address) (Designation with Bank Stamp)

………………………………………………….

Attorney as per Power of

Attorney No: ……………………

Date: ………………………..

Page 66: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

66

Annexure-XI

PERFORMANCE GUARANTEE FORM Bank Guarantee

(To be stamped in accordance with Stamp Act if any, of the Country of the issuing Bank) Bank Guarantee No. .............. Date ...............................……. To, [Employer’s Name & Address] Dear Sirs, In consideration of the .... [Employer’s Name] ........ (hereinafter referred to as the ‘Employer’ which expression shall unless repugnant to the context or meaning thereof, include its successors, administrators and assigns) having awarded to M/s ..... [Contractor’s Name] ..... ....... with its Registered/Head Office at ............................. (hereinafter referred to as the ‘Contractor’, which expression shall unless repugnant to the context or meaning thereof, include its successors administrators, executors and assigns), a Contract by issue of Employer’s Letter of Acceptance No. ................ dated .................. and the same having been acknowledged by the contractor, for …………… [Contract sum in figures and words] for ………. [Name of the work] and the Contractor having agreed to provide a Contract Performance Guarantee for the faithful performance of the entire Contract equivalent to ……(*)……….. of the said value of the aforesaid work under the Contract to the Employer. We ............... [Name & Address of the Bank] ..…........ having its Head Office at ...................(hereinafter referred to as the ‘Bank’, which expression shall, unless repugnant to the context of meaning thereof, include its successors, administrators, executors and assigns) do hereby guarantee and undertake to pay the Employer, on demand any and all monies payable by the Contractor to the extent of .............. (*) ............... as aforesaid at any time upto ................ (@) ........... [days/month/year] without any demur, reservation, contest, recourse or protest and/or without any reference to the Contractor. Any such demand made by the Employer on the Bank shall be conclusive and binding notwithstanding any difference between the Employer and the Contractor or any dispute pending before any Court, Tribunal, Arbitrator or any other authority. The Bank undertakes not to revoke this guarantee during its currency without previous consent of the Employer and further agrees that the guarantees herein contained shall continue to be enforceable till the Employer discharges this guarantee or till ……………[days/month/year] whichever is earlier. The Employer shall have the fullest liberty, without affecting in any way the liability of the Bank under this guarantee, from time to time to extend the time for performance of the Contract by the Contractor. The Employer shall have the fullest liberty, without affecting this guarantee, to postpone from time to time the exercise of any powers vested in them or of any right which they might have against the Contractor, and to exercise the same at any time in any manner, and either to enforce or to forbear to enforce any covenants, contained or implied, in the Contract between the Employer and the Contractor or any other course or remedy or security available to the Employer. The Bank shall not be released of its obligations under these presents by any exercise by the Employer of its liberty with reference to the matters aforesaid or any of them or by reason of any other act or forbearance or other acts of omission or commission on the part of the Employer or any other indulgence shown by the Employer or by any other matter or thing whatsoever which under law would, but for this provision have the effect of relieving the Bank. The Bank also agrees that the Employer at its option shall be entitled to enforce this Guarantee against the Bank as a principal debtor, in the first instance without proceeding against the Contractor and notwithstanding any security or other guarantee the Employer may have in relation to the Contractor’s liabilities. i) Our liability under this Bank Guarantee shall not exceed ………………….. ii) This Bank Guarantee shall be valid up to ……………………… iii) We are liable to pay the guaranteed amount or any part thereof under this Bank Guarantee only and only if Employer serve upon Bank a written claim or demand on or before……………..@………….. Dated this .................... day of ..................... 200…......... at ................................. WITNESS Signed for and on behalf of the Bank 1. ................................................ (Signature)

Page 67: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

67

............................... (Signature) ................................................ (Name) ..................................... (Name) ................................................ (Official Address) ................................................. (Designation with Bank Stamp) 2. ................................................ (Signature) Attorney as per Power of Attorney No. ........................ Dated....................................... ................................................ (Name) ................................................ (Official Address) Communication address of the Bank Name of the contact person Tel. No. Fax No. Email: Notes: 1. (*) This sum shall be ten percent (10%) of the Contract Price denominated in the types and proportions of currencies. (@) This date will be Thirty (30) days beyond the Contract period as specified in the Contract. 2. The stamp papers of appropriate value shall be purchased in the name of guarantee issuing Bank. 3. Vendor’s stamp with full details i.e. name of the purchaser in whose favour this stamp paper has been purchased should invariably be mentioned on the back side of the stamp paper. 4. Bank Guarantee is required to be submitted directly to the Employer by the issuing bank (on Behalf of the Contractor) under the registered post (A.D.). The Contractor can submit an advance copy of Bank Guarantee to the Employer. However, in case of exceptional circumstances where efficient postal services are not in force, the Bank Guarantee may be submitted by the Contractor directly to the Employer and the issuing Bank shall submit an unstamped duplicate copy of Bank Guarantee directly under the registered post (A.D.) to the Employer, with a forwarding letter.

Page 68: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

68

PRICE BID

To be submitted on line

Note: Price Bid to be submitted only at E-portal

Page 69: NHPC LIMITED [A GOVT. OF INDIA ENTERPRISE] TEESTA · PDF file1 nhpc limited [a govt. of india enterprise] teesta low dam –iii power station rambi bazar, reang, distt-darjeeling,

69

Annexure-XII Check List of Documents

Sl No Documents/Certificates Requirement Check

1 Tender Cost vide DD of ` 500/- or Notarized copy of the valid registration certificate/ letter issued by NSIC in their favour, for the supply covered under this tender document.

2 EMD of `49,000/- or Notarized copy of the valid registration certificate/ letter issued by NSIC in their favour, for the supply covered under this tender document.

3 Documents i.r.o. Bidder Eligibility Criteria

4 Technical details/ literature/brochure for quoted product etc along with (Make & Model)

5 Declaration that “The bidder should have not been banned/de-listed/de-barred from business by any PSU/Govt. Department during last (03) years. Self declaration in this regard is to be submitted”

6 Rate charge certificate: mentioning “The rates charged in the quotation as being charged from other Govt. agencies/Public Sector undertakings.”

7 To substantiate the reasonability of rates offered, the bidder is required to submit company’s / manufacturer’s/principal’s price list or copy of supply orders by any other Govt. Deptt./PSUs/NHPC for tendered items if any

8 Annexure-I - TENDER ACCEPTANCE LETTER (To be given on Company Letter Head)

9 Section-III, duly singed & stamped on each page token of its acceptance

10 Annexure-II: Bid Proforma duly filled information, singed & stamped

11 Annexure-III: Schedule of quantities and Particulars of taxes, duties & other misc. Charges

12 Annexure-IV: List of Deviation; clearly mention any deviation against any terms & condition of tender or technical specification. Otherwise please mention ‘No Deviation’

13 Annexure-V: MSMED Act; clearly mention your status against ‘Micro/Small/Medium Enterprise’ and submit government issued certificate in support of your claim Otherwise please mention ‘Not Applicable’.

14

Annexure- TS (VI). Technical Specification to be submitted duly singed & stamped as acceptance of technical specification. Compliance Sheet of each specification is to be submitted dully singed & stamped. Any deviation in specification shall be mention in Annexure-III (list of Deviation).

15 Annexure-VII: ECS to be submitted duly filled and verified by bank.

16 ANNEXURE-VIII: INTEGRITY PACT to be submitted duly singed

17 Annexure-A: to be submitted duly singed & stamped.

18 ANNEXURE-X: BANK GUARANTEE IN LIEU OF EARNEST MONEY DEPOSIT BANK GUARANTEE to be submitted (if applicable).

19

Sealed Envelope super scribing Tender for “Supply & Installation of Rooftop energy efficient 30KWP Solar PV on grid connected Power Plant’’ This envelope shall contain documents listed from sl no 1 to 21 and super scribed as “EMD & Technical Bid”.

20 Price Bid:- To be submitted electronically at E-bidding portal