-
Registered &
Corporate
Office
SJVN Corporate Office Complex, Shanan,
Shimla (HP) PIN-171006
Liaison/Co-
ordination Office
SJVN, IRCON Building, Ground Floor, Saket New
Delhi. PIN-110017, TELE: 011- 41659210/17
FAX: 011- 41659204/14
(SJVN Limited) ( )
- A (A Mini Ratna and Schedule A Company) (6X250MW )
. . .. 172201 : 01782-275236,275459,275106, .
01782-275106,234049,
http://www.sjvn.nic.in
. (TIN No.) 02011000291 . (CIN No.) L40101HP1988GOI008409
No. SJVN/P&C/PPR-NJHPS-1511(O&M)/2016: Dated:
NOTICE INVITING QUOTATION
The open tender enquiries through e-tendering are herewith
invited for PPR-NJHPS-1511(O&M)/2016-Supply of Electrical
Consumables materials for one year at NJHPS, SJVN Ltd., Jhakri as
given below: -
Sr. No.
Description& Technical Specification of Material
Earnest Money (In )
Last Date & Time of Submission of filled in bids and
Opening
1.
Purchase of Electrical Consumables materials (As per Annexure-A
enclosed)
17,200/- (Seventeen Thousand Two Hundred only)
Last Date & Time for availability/downloading of Bid
Documents is up to 25/10/2016 at 12:00 Hrs
Last Date & Time for submission of Bid Documents is up to
26/10/2016 at 13:00 Hrs.
Price Cum Techno-commercial Bid opening on 26/10/2016 at 14:00
Hrs .
Note:
1. The complete NIT without schedules shall be made available at
www.sjvn.nic.in, www.eprocure.gov.in and on www.tenders.gov.in
w.e.f 04/10/2016.
2. The complete NIT along with schedules shall be made available
on https://sjvn.abcprocure.com w.e.f. 04/10/2016.
3. The bids are to be submitted electronically through
e-tendering at https://sjvn.abcprocure.com.
,
,
, , (. .)-172201
http://www.sjvn.nic.in/http://www.eprocure.gov.in/http://www.tenders.gov.in/https://sjvn.abcprocure.com/http://www.tenderwizard.com/SJVNL%20%20%20%20w.e.fhttp://www.tenderwizard.com/SJVNL%20%20%20%20w.e.fhttps://sjvn.abcprocure.com/
-
16 Amp. 1 way switch ISI Marked
Make:- Anchor/Havells/SSK
PCS 350
26 & 16 Amp. Universal Socket ISI Marked
Make:- Anchor/Havells/SSK
PCS 300
3 16 Amp. 1 way switch ISI Marked Make:- Anchor/Havells/SSK PCS
300
46 Amp. 5 Pin socket White colour Make:-
Anchor/Havells/SSK
PCS 300
5 Angle lamp holder (bakelite) ISI Marked White colour
Make:- Anchor/SSK/Leader.
PCS 50
6 Fan Capacitor 2.5 PCS 100
7 Wooden screw 35 mm (1 Pkt. = 100 Pcs) PKT 70
8 PVC Square Box 4 x4" PCS 150
9 Wooden screw 50 mm (1 Pkt. = 100 Pcs) PKT 30
10 Steel sheet screw (1 Pkt. = 1000 Pcs) PKT 20
11 Bkt. Sheet 8 x 10 (over size) ISI Marked Make:- Hylum PCS
30
12PVC Tape (0.125 mm thick x 1.8 cm width x 8 mtr.) Red , Yellow
& Blue colour Make: Steel Grip Roll 700
13B Series single pole Miniature Circuit Breaker (MCB) 10A ISI
marked 240/415V, 50Hz, 10 KA
Make:- Havells/Anchor/Legrand/L&T.
PCS 150
14B Series single pole Miniature Circuit Breaker (MCB) 20A ISI
marked 240/415V, 50Hz, 10 KA
Make:- Havells/Anchor/Legrand/L&T.
PCS 150
15B Series Double pole Miniature Circuit Breaker (MCB) 40A ISI
marked 240/415V, 50Hz, 10 KA
Make:- Havells/Anchor/Legrand/L&T.
PCS 50
16 MCB 4 pole 40Amp Make:- Havells/Anchor/Legrand/L&T. PCS
30
17 MCB 63Amp TPN Make:- Havells/Anchor/Legrand/L&T. PCS
20
18Tube rod 36 watt
Make:- Bajaj/Philips/Anchor/Havells/Surya.
PCS 500
19 Tube Starter 40 watt PCS 300
20T-5 Energy efficient tube rod 28 watt
Make:- Bajaj/Philips/Anchor/Havells/Surya.
PCS 150
21PVC casing capping ISI Marked 1 length = 2 Mtr.
Make:-Deeplast/Maru.
PCS 200
22PVC casing capping ISI Marked 1 length = 2 Mtr.
Make:-Deeplast/Maru.
PCS 200
23PVC casing capping 1 ISI Marked 1 length = 2 Mtr.
Make:-Deeplast/Maru.
PCS 100
24PVC conduit pipe ISI Marked 1 piece = 3 Mtr.
Make:-Deeplast/Maru.
PCS 50
25PVC conduit pipe 1 ISI Marked 1 piece = 3 Mtr.
Make:-Deeplast/Maru.
PCS 50
26Electronic Blast for 36 watt
Make:- Bajaj/Philips/Anchor/Havells.
PCS 200
27 PVC Amuminium T/C unarmoured 6mm2 (Each Roll length -90mtrs)
Make: Plaza/Anchor/Havells/Legrand Roll 3
28 PVC Amuminium single core wire 2.5mm2 (Each Roll length
-90mtrs) Make: Plaza/Anchor/Havells/Legrand Roll 2
29 PVC Amuminium single core wire 1.5mm2 (Each Roll length
-90mtrs) Make: Plaza/Anchor/Havells/Legrand Roll 3
30 PVC Copper wire 4mm Multi standrad (Each Roll length -90mtrs)
Make: Plaza/Anchor/Havells/Legrand Roll 15
31 PVC Copper wire 2.5mm Multi standrad (Each Roll length
-90mtrs) Make: Plaza/Anchor/Havells/Legrand Roll 30
32 PVC Copper wire 1.5mm Multi standard (Each Roll length
-90mtrs) Make: Plaza/Anchor/Havells/Legrand Roll 50
33 PVC Copper wire 0.75mm Multi standrad (Each Roll length
-90mtrs) Make: Plaza/Anchor/Havells/Legrand Roll 15
34 Hacksaw blade (D/E) PCS 100
35 Hacksaw blade (S/E) Dozen 10
36 Room heater rod 1000W PCS 100
37 3 pin plug top with indicator 5 Amp. PCS 50
38 3 pin plug top with indicator 16 Amp. PCS 70
39 PVC Roul Plug 35 mm (6.5 mm x 35 mm) 100 Pcs. Pkt. PKT 60
40
Double Pole 40Amp Earth leakage/ residual current circuit
breaker, (ELCB/RCCB), 240/415V, 50Hz, 10 KA short
circuit with-stand capacity, confirming to IS-12640-1-2000 and
IEC 61008-1 with 300mA sensitivity
Make:- Anchor/L&T/Legrand/HPL/Havells.
PCS 100
41
40Amp Earth leakage/ residual current circuit breaker,
(ELCB/RCCB) 415V, 50Hz, 10 KA short circuit with-stand
capacity,
confirming to IS-12640-1-2000 and IEC 61008-1 with 300mA
sensitivity Make:-
Anchor/L&T/Legrand/HPL/Havells
PCS 15
42 MCCB 160Amp /40KA/3p Make: Havells PCS 3
43 Tube side Holder spring type PCS 150
44 LED driver 15W I/P 240V AC O/P 36V DC Make:-
Bajaj/Philips/Anchor/Havells/Surya. PCS 20
45 LED driver 36W I/P 240V AC O/P 36V DC Make:-
Bajaj/Philips/Anchor/Havells/Surya. PCS 25
46 LED driver 3W I/P 240V AC O/P 12V DC Make:-
Bajaj/Philips/Anchor/Havells/Surya. PCS 20
47 LED driver 9W I/P 240V AC O/P 36V DC Make:-
Bajaj/Philips/Anchor/Havells/Surya. PCS 10
48 3 core 1.5sqmm copper wire PVC (Each Roll length -90mtrs)
Make: Plaza/Anchor/Havells/Legrand Roll 4
49 PVC two core Alluminium 4 sqmm (Each Roll length -90mtrs)
Make: Plaza/Anchor/Havells/Legrand Roll 4
50 Ceiling rose PCS 50
51 Fan regulator switch type Make: Bajaj/Havells/Usha/CG PCS
50
52 MCB 32Amp TP Make:- L&T/Legrand/HPL/Havells/Anchor PCS
30
53 Distilled water 5 litres jar Jar 20
54 Geyser element 1.5KW PCS 15
55 LED bulb 15W Make:- Bajaj/Philips/Anchor/Havells/Surya. PCS
50
Remarks:- The bidder(s) not offering items as per above make(s)
and specifcations should not be considered for price bid evalution
for such
item(s)
Annexure A
Technical SpecifcationsSr.
No. Description of Items Unit Qty
-
PPR-1511 1
1 Registered &
Corporate Office
SJVN Corporate Office Complex, Shanan,
Shimla (HP) PIN-171006,
Liaison/Co-
ordination Office
SJVN, IRCON Building, Ground Floor, Saket New
Delhi. PIN-110017, TELE: 011- 41659210/17 FAX: 011-
41659204/14
TERMS AND CONDITIONS OF PPR-NJHPS-1511(O&M)/2016
The bids are invited using e-tendering mode, so please read the
instructions carefully and upload the filled in bids as per
requirement of bid documents. The Open tender enquiries through
e-tendering under one part system are herewith invited for Supply
of Electrical Consumables materials for one year at NJHPS, SJVN
Ltd., Jhakri as per technical specification enclosed at Annexure-A.
1.0 General Instructions 1.1 The SJVN Limited, hereinafter called
"SJVN Ltd." / "Owner" is a Joint Venture of
Govt. of India and Govt. of Himachal Pradesh having its
registered office at Himfed Building, New Shimla - 171 009, have
their Nathpa Jhakri Hydroelectric Power Plant with a capacity of
6x250 MW at Nathpa (Distt. Kinnaur) and Jhakri (Distt. Shimla) in
the State of Himachal Pradesh, India.
1.2 SJVN Ltd. has issued an invitation to bid as enclosed and
will receive bids as set
forth in the accompanying Bid documents. 1.3 Bids cannot be
uploaded after the time & date fixed for receipt of bids as set
out in
the Invitation of Bid. 1.4 SJVN Ltd. reserves the right to
accept or reject any or all Bids without assigning any
reason for such a decision. 1.5 All the cost and expenses
incidental to preparation of the proposals, discussions and
conferences, if any, including pre-award discussions with the
Bidder, technical and other presentation including any
demonstrations etc. shall be to the account of the Bidder and Owner
shall bear no liability whatsoever on such costs and expenses.
1.6 Please note that bids in physical form shall not be
entertained under any
circumstances and are only to be submitted through e-tendering
at https://sjvn.abcprocure.com.
1.7 DIGITAL SIGNATURES: The bidder should also have the Digital
Signatures (Class
IIA or higher with both signing & encryption) which are
mandatory for security purpose. The digital signatures can be
obtained from any of the authorized agencies in India as per IT
Act.2000. Valid Digital Certificate must be installed in a computer
system from where you want to login on website. Perform the below
steps to confirm whether valid digital certificate is available on
your computer system or not. Steps:
Open Internet Explorer.
Select Tools menu from menu bar. OR (Press Alt + T on your
keyboard).
-
PPR-1511 2
2 Registered &
Corporate Office
SJVN Corporate Office Complex, Shanan,
Shimla (HP) PIN-171006,
Liaison/Co-
ordination Office
SJVN, IRCON Building, Ground Floor, Saket New
Delhi. PIN-110017, TELE: 011- 41659210/17 FAX: 011-
41659204/14
Click on Internet Options >>Content >>Certificate
button. The bidder should view your digital certificate under
Personal heading Requirement of Digital Signature Certificate
Please enable ActiveX Controls & Plug-ins.
(Tools->Internet Options-> Security- >Custom Level)
Active-X controls need to be enabled in your Internet browser. In
order to ensure this, please do the following:
a. In Menu Bar ---Click on Tools - Internet Options Security
Click on Trusted Sites Icon Click on Sites button. Add 2 Website in
Trusted Sites
1. https://sjvn.abcprocure.com
& 2. https://www.tpsl-india.in After that, click on
Tools menu of Internet explorer - Internet Options Security
Click on Internet Icon. After Click on Custom Level button From
below ActiveX controls and plug-ins ---- Select below 5 Items to be
enabled 1) Download signed ActiveX controls select Prompt or Enable
2) Download unsigned ActiveX controls select Prompt or Enable 3)
Initialize and script ActiveX controls not marked as safe for
scripting select
Prompt or Enable 4) Run ActiveX controls and plug-ins-select
Enable 5) Script ActiveX controls marked safe for scripting select
Enable After completed this above selection----Below option has
available---Reset custom settings---Reset To: Select low or medium
---Click on OK. Also, please check your system Date & Time it
should be set as current date & time.
In case of Digital Certificate based Login, user need to
download & install "Signer" file available under Download
Section at https://sjvn.abcprocure.com.
Download & Install "Intermediary Certificate" available
under Download Section at https://sjvn.abcprocure.com.
Please disable or uninstall Third Party Toolbar / Add-ons from
Browser.
1.8 The contract & procurement process through
e-tendering/e-procurement system is in process at NJHPS, SJVN
Jhakri and hence this tender is to be processed through
e-tendering/e-procurement system. The bids are to be filled and
submitted online. To participate in e-tendering/e-procurement, it
is requested to register with our website
https//:sjvn.abcprocure.com. The one year cost of registration on
web site is Rs
https://www.tpsl-india.in/https://sjvn.abcprocure.com/
-
PPR-1511 3
3 Registered &
Corporate Office
SJVN Corporate Office Complex, Shanan,
Shimla (HP) PIN-171006,
Liaison/Co-
ordination Office
SJVN, IRCON Building, Ground Floor, Saket New
Delhi. PIN-110017, TELE: 011- 41659210/17 FAX: 011-
41659204/14
2990/- (Rs 2600/- plus service tax @ 14.0% plus Swachh Bharat
Cess @0.5% plus Krishi Kalyan Cess @0.5%) is payable directly to
M/s e-Procurement Technologies Ltd. The bidder should also have the
Digital Signatures for security purpose. The detailed procedure for
the registration is as under:-
a. Go to the url: - https://sjvn.abcprocure.com In the home page
click on vender Registration.
b. Click on New Bidders Registration link available on home
page. c. You need to furnish individual details as well as of
company details in
registration form. d. After filling all mandatory fields, you
need to click on submit button to
complete the registration process. e. After submission of the
form, the user id and password are generated in the
form of Acknowledgement. f. The payment of annual registration
fee amounting to Rs.2990/- is to be made
through DD. g. The User ID will be activated after DD is
received. Send the Acknowledgement
copy and uploaded document below mentioned e-Mail ID. For
Registration enquiry and to activate User ID please call abcprocure
Help Desk Centre +91-79-40016865 / 37 / 02 / 85 / 79 / 91 / 23 / 52
e-Mail ID [email protected] and [email protected].
1.9 All the bidders are requested to get themselves registered
well in advance to facilitate
timely submission of the bid. In case bidders wait till last
moment for uploading the bids and if any technical problem is
encountered at that time, the bid closing date & time may
elapse.
1.10 Down loading Bid Documents: Bidder to access e-Tender
portal of SJVN
(http://sjvn.abcprocure.com) to access NIT document, after
completing registration formality and successful login vendor need
to process for Tender Fee / Document Fee (if any) and after that
bidder can download detailed tender document. Download Document
link is available at the end of every tender notice along with
access to Corrigendum.
1.11 Bid Submission: (i) Bidder needs to login first on the
tendering portal of SJVN (i.e.
https://sjvn.abcprocure.com). (ii) Search tender by filling
necessary searching criteria after Login. (iii) After finding the
tender on the screen, click on the Dashboard. (iv) Click on
Declaration and then click on I Agree. (v) Click on the Tender Fees
(if any) & Pay the tender fees online. (vi) Click on the EMD
& Pay the EMD online. (vii) Click on Prepare Bid and fill
necessary Forms (Schedules). (viii) After filling Price Bid Form
click on Final Encrypt. (ix) After filling all Forms & final
Encryption of Price Bid click on Final
Submission.
https://sjvn.abcprocure.com/
-
PPR-1511 4
4 Registered &
Corporate Office
SJVN Corporate Office Complex, Shanan,
Shimla (HP) PIN-171006,
Liaison/Co-
ordination Office
SJVN, IRCON Building, Ground Floor, Saket New
Delhi. PIN-110017, TELE: 011- 41659210/17 FAX: 011-
41659204/14
(x) After Final Submission bidder will get receipt of Final
Submission of their Bid.
1.12 The link help manual and vendor help for submission of bids
is also available on the website. For any assistance/ clarification
for etendering registration, submission of bid through e-tendering/
procurement , bidder may contact the following persons/
representatives of M/s abcProcure:-
i. Mr. Rakesh Panwar -M- 80913-81583, e-Mail:
[email protected] ii. Mr. Yash Modi, No. +91 - 79- 400
16 802, E-Mail: [email protected] iii. Mr. Pankesh Kumar-Ph-
079-4001 6865, e-Mail: [email protected] iv. Mr. Pradip
Parmar-Ph-079-4001 6865 e-Mail: [email protected] v. Mr.
Prashant Rajyaguru, No. 0 79- 400 16 828, E-
mail: [email protected] vi. Mr. Pankesh Kumar, No. +91 -
79- 400 16 865, E-Mail: [email protected] vii. Link Contact
us available on the home page of https//:sjvn.abcprocure.com
The above persons are to be contacted for help/ assistance
related to etendering registration, submission of bid through
e-tendering only.
For any other clarifications regarding the tender bidder may
contact the following persons/ representatives of M/s SJVN:-
(i) Sh. Ajay Kumar: Mobile No. 09418014928 (E-mail ID:
[email protected]) (ii) Sh. Devender Dhiman: Mobile No.
09418001243 Email ID:
[email protected] (iii) Sh.Puneet Kumar Sharma : Mobile
No. 09459030115 (E-mail ID :
[email protected])
2.0 Submission of Bids
2.1 The bids will be submitted electronically at designated
places in various schedules. The schedules cannot be downloaded as
they are to be filled online. The bid is to be filled only in the
in the schedules available on the web. The bid is called in one
part as under:-
(i) EMD as per clause 6.0 below Copy of NSIC/MSE Certificate as
per Sr. No. 6.0 below.
(ii) Price, Taxes and Duties detail Schedule-1 (iii) Deviation
Schedule Schedule-2 (iv) General Information and Bank Account
Details Schedule-3.
Remarks:- 1. All above dynamic schedules are to be filled
ONLINE. The bidders have to fill all the required information in
the above schedule.
2. SJVN reserves the right to ask additional information if
necessary after opening of the techno-commercial bid.
2.2 The bidder is advised to keep visiting the websites as
mentioned below for any
notifications/ amendments from SJVN side regarding the tender:-
(i) https://sjvn.abcprocure.com. (ii) www.sjvn.nic.in
mailto:[email protected]:[email protected]:main.compose('new',%20'[email protected]')mailto:[email protected]:[email protected]:[email protected]://sjvn.abcprocure.com/http://www.sjvn.nic.in/
-
PPR-1511 5
5 Registered &
Corporate Office
SJVN Corporate Office Complex, Shanan,
Shimla (HP) PIN-171006,
Liaison/Co-
ordination Office
SJVN, IRCON Building, Ground Floor, Saket New
Delhi. PIN-110017, TELE: 011- 41659210/17 FAX: 011-
41659204/14
(iii) www.eprocure.gov.in. (iv) www.tender.gov.in.
3. The schedule for bid submission and opening is as under:-
Date of availability of Tender at
https://sjvn.abcprocure.com
Last Date and time for downloading of bid documents
Bid Closing Date (Last Date and time for submission of filled in
bids)
Price cum Techno-Commercial Bid Opening
04/10/2016 25/10/2016 at 12:00 HRS (IST)
26/10/2016 at 13:00 HRS (IST)
26/10/2016 at 14:00 HRS (IST
4. Firm prices for delivery FOR SJVN Store, Jhakri basis by road
transport to be quoted
and should be valid for 120 days from the date of opening of
quotation. The prices should be inclusive of Taxes and Freight
Charges and any other misc. charges. Jhakri is at a distance of
approx.150 KM from Shimla on Hindustan Tibet Road (NH-22).
5. Taxes and Duties: The applicable rate of taxes and duties to
be paid extra shall be clearly mentioned in the Schedule-1(Page 1
of 1) - Schedule of Price along with Taxes and Duties. In case
nothing is mentioned or mentioned NIL then it shall be presumed
that the rates quoted are inclusive of taxes and duties or else the
taxes & duties are not applicable. The taxes & duties shall
be paid as per applicable rate at the time of delivery. Any
increase in taxes & duties / introduction of new taxes &
duties/ levy by the Govt. shall be paid by SJVN Ltd. provided that
such increase in taxes & duties / introduction of new taxes
& duties/ levy by the Govt. is made with in scheduled delivery
period as per PO, otherwise same shall be paid by the bidders.
The entry tax for the entry of goods in Himachal Pradesh shall
be paid by SJVN directly to concerned authorities. During the bid
evaluation, the bid of the bidders quoting outside from H.P. shall
be loaded at the applicable rate of the entry tax.
CST/VAT: No C Form will be issued by SJVN Ltd. For this tender,
thus Sale Tax has to be quoted accordingly by the bidder.
6. Cost of Bid Document and Bid Security / Earnest Money deposit
(EMD)(FDR/TDR)(ONLINE):
a) Cost of Bid Document: NIL b) The bidder shall furnish, a bid
security/ earnest money as part of the bid amounting
to Rs 17,200/-(Rupees Seventeen Thousand Two Hundred Only).
I. EMD of the bidder shall be forfeited, if the bidder withdraws
or amends its bids or impairs or derogates form the bid in any
respect with in the period of validity of the bid.
http://www.eprocure.gov.in/http://www.tender.gov.in/
-
PPR-1511 6
6 Registered &
Corporate Office
SJVN Corporate Office Complex, Shanan,
Shimla (HP) PIN-171006,
Liaison/Co-
ordination Office
SJVN, IRCON Building, Ground Floor, Saket New
Delhi. PIN-110017, TELE: 011- 41659210/17 FAX: 011-
41659204/14
The EMD of the successful bidder shall be retained as contract
security until such period the contractor furnishes the required
CPG or until supply the complete material/ complete entire scope of
work. If the contractor fails to fulfill his obligations, the EMD,
retained as contract security shall be forfeited. The EMD shall be
forfeited @2% of the ordered value or estimated cost, whichever is
higher for the ordered items.
II. Micro or Small Entreprises (MSE)/NSIC registered firms are
exempted from the
submission of the Tender Document Cost (if any) and EMD and must
enclose (Upload scanned copy of the MSE/ NSIC certificate). If the
MSE/ NSIC certificate does not contain the item(s)/work(s)/Services
as listed in our NIQ/NIT and no EMD is found submitted, then SJVN
may ask the bidder to submit the EMD and the same should reach
within ten (10) days from the date of SJVNs notification by
E-mail/Fax Letter.
c) The Cost of Bid Document and Earnest Money (EMD) shall be
submitted using below mentioned facilities:-
a) Credit Card b) Debit Card c) Net Banking d) NEFT/RTGS
d) Credit Card/Debit Card/Net Banking:
Bidder is required to add https://www.tpsl-india.in website in
Trusted Zone as suggested above.
Bidder needs to feed correct details while making the payment
through online payment gateway.
e) NEFT/RTGS:
To make payment through NEFT/RTGS, bidders will get an auto
generated e-Mail which contains details of their Unique Bidder Code
and when and how to do RTGS/NEFT and details pertaining to it. This
information will also be available on screen under heading of
NEFT/RTGS Instruction once bidder gets login.
Once bidder deposit amount in Beneficiary account number
provided to them, while making payment for document fees and EMD by
RTGS/NEFT payment option at the document fees and EMD payment
screen, bidder shall be able to view the funds already remitted by
him/her through NEFT /RTGS as available. Please proceed to make the
payment. Upon doing so, the required amount to be paid through the
document fees and EMD, shall get appropriately deducted from the
available balance and payment shall be confirmed in real time.
This facility allows you to transfer lump sum amount to your
Bidder ID account number as mentioned above via RTGS / NEFT. Bidder
would be able to use the funds as and when require till the time
balance is available in Bidder ID. Also, Bidder can transfer more
amount as and when he/she require. Kindly note that the payment via
RTGS / NEFT is required to be made one working day in advance in
order to make it available in your Bidder ID. Hence please ensure
that Bidder remit
-
PPR-1511 7
7 Registered &
Corporate Office
SJVN Corporate Office Complex, Shanan,
Shimla (HP) PIN-171006,
Liaison/Co-
ordination Office
SJVN, IRCON Building, Ground Floor, Saket New
Delhi. PIN-110017, TELE: 011- 41659210/17 FAX: 011-
41659204/14
funds at least one day in advance before he/she would like to
make the document fees and EMD payment through RTGS / NEFT option
on payment gateway.
Caution: Please ensure that you need to mention the correct
beneficiary account number and IFSC code as mentioned above while
making payment via RTGS / NEFT. In the event of funds remitted to
wrong beneficiary account number, SJVN Limited or its Bank or its
service provider would not responsible for the same.
The EMD submitted in the form of BG, DDs, local Cheque/
outstations Cheque will not be considered.
f) FDR/TDR: Please note that EMD (Earnest Money Deposit) / Bid
Security in the
form of FDR/TDR {Pledged in favour of the NJHPS, SJVN Ltd.
Jhakri} is also acceptable and the same in physical form should
reach before the last date and time of submission of bid at the
following address:
Sr. Manager, Procurement & Contract Deptt., NJHPS, SJVN Ltd.
Jhakri, Distt. Shimla, H.P.-172201.
The bid shall be rejected if the EMD in the form of FDR/TDR is
not received in physical form along with bids.
7. (a) In case bidder is a Micro or Small Enterprises under the
Micro Small and
Medium Enterprises Development Act 2006, the bidder shall submit
the following :
(i) Documentory evidence that the bidder is a Micro or Small
Enterprises registered with District Industries Centres or Khadi
and Village Industries Commission or Khadi and Village Board or
Coir Board or National Small Industries Corporation or Directorate
of Handicrafts and Handloom or any other body specified by Ministry
of Micro, Small and Medium Enterprises for the same products as in
NIQ above.
(ii) If the MSE is owned by SC/ST Enterprises, the bidder shall
furnish appropriate documentory evidence in this regard.
(iii) The above documents submitted by the bidder shall be duly
certified by the statutory Auditor of the bidder or a practicing
Chartered Accountant (not being an employee or a Director or not
having any interest in the bidders company/ firm) where audited
accounts are not mandatory as per law.
(b) If the bidder does not provide the above confirmation or
appropriate document or any evidence, then it will be presumed that
they do not qualify for any preference adimmisble as above.
(c) No EMD (bid security) is required to be paid by an MSE
participating in the bidding process. However, MSEs shall not be
exempted from submission of Performance Guarantee.
-
PPR-1511 8
8 Registered &
Corporate Office
SJVN Corporate Office Complex, Shanan,
Shimla (HP) PIN-171006,
Liaison/Co-
ordination Office
SJVN, IRCON Building, Ground Floor, Saket New
Delhi. PIN-110017, TELE: 011- 41659210/17 FAX: 011-
41659204/14
(d) Tender document shall be issued free of cost to all MSEs
participating in the bidding process.
(e) Purchase preference will be applicable as per extant GOI
Policy.
8. Delivery Period: The delivery of the material is to be
completed within 60 days from the date of issue of Supply
order.
9. PAYMENT TERMS: Hundred percent (100%) payment including taxes
and duties will be made within 30 days after delivery of the full
material at SJVN Store, Jhakri and on submission of following
documents to the consignee :-
(i) Bills in Triplicate (ii) Inspection Report as per clause no.
10. (iii) Copy of TIN No.
(a) The payment shall be released through electronic fund
transfer and hence
you are requested to give your bank account detail along with
IFSC code of your bank branch. Bank charges if any, shall be borne
by you. The details to be submitted in the schedule as
enclosed.
(b) As per SJVN Ltd. policy, no advance payment can be
given.
(c) All the payments for the supplies and/or services (as
applicable) rendered by MSEs (Micro & Small Enterprises)
supplier/contractor under the contract shall be released within
forty five (45) days from the day of acceptance.
Day of acceptance means day of actual delivery of goods or the
rendering of services; or where any objection is made in writing by
SJVN regarding acceptance of goods or services within fifteen days
from the date of delivery of goods or the rendering of services,
the day on which such objection is removed by the
contractor/supplier.
In case payments are not released as mentioned above, SJVN shall
pay the principal amount plus compound interest with monthly rests
from the date immediately following the date agreed upon @ three
times of bank rates as notified by Reserve Bank of India time to
time.
(d) All the payments for the supplier and/or services (as
applicable) rendered by non-
MSEs (Non- Micro & Small Enterprises) supplier/ contractor
under the contract shall be released within forty five (45) days
from the receipt of invoices/bills from the contractor/ supplier
complete in all respects.
In case payments are not released as mentioned above, SJVN shall
pay the principal amount plus simple interest from the date
immediately following the date agreed upon @ 8% p.a.
10. Inspection: Inspection of the material shall be carried out
by authorized representative
of SJVN at Store, NJHPS, SJVN Ltd. Jhakri.
-
PPR-1511 9
9 Registered &
Corporate Office
SJVN Corporate Office Complex, Shanan,
Shimla (HP) PIN-171006,
Liaison/Co-
ordination Office
SJVN, IRCON Building, Ground Floor, Saket New
Delhi. PIN-110017, TELE: 011- 41659210/17 FAX: 011-
41659204/14
11. The purchaser reserves the right to increase /decrease the
quantity at the time of placing the supply order.
12. The purchaser reserves the right to reject any or all the
quotations without assigning any reason.
13. Please note that bids in physical form shall not be
entertained under any circumstances and are only to be submitted
through e-procurement.
14. L. D. Charges: If the material is not supplied within
stipulated period of delivery, then liquidated damages charges @ %
per week or part thereof subject maximum to 5% shall be levied on
ordered value.
15. Deviations: Any deviation from the NIQ should be recorded in
deviation schedule only i.e. Schedule-2 Schedule of Deviations.
Deviation mentioned at other places than the Deviation Schedule
will not be considered.
16. In case if it happens to be a holiday/network problem,
quotations will be received and opened on the next working day at
the same place and time.
17. Any general documents like scanned copies of EMD (if any)
& Cost of tender document (if any), price list/ any Central
Govt./Govt./PSU sector copy of supply order of same items for price
justification(if required), etc. are to be uploaded at the link
General Documents.
18. Bid Opening and Evaluation
The Owner will open all bids electronically in the presence of
bidder's representatives who choose to attend the opening at the
time, on the date and at the place specified in the NIT / NIQ.
Bidder's representatives shall sign a register as proof of their
attendance. In the event of the specified date for the opening of
bids being declared a holiday for the Owner, the bids will be
opened at the appointed time on the next working day.
No Mobile Phone will be permitted inside the bid opening room.
Therefore, bidders should deposit Mobile Phones with Security gate
at Reception.
Bids will be evaluated on item rate basis FOR Jhakri including
all taxes & duties. During the bid evaluation entry tax at an
applicable shall be loaded on prices of bidders quoting
outside state of H.P.
Award will be placed on L1 bidder on FOR Jhakri basis on item
rate basis.
No price preference shall be given to any bidders during the bid
evaluations. Cost loading will be carried out for the deviations
taken by the bidder to determine the
lowest evaluated Bid which will be considered for
acceptance.
19. Clarification of Bids During bid evaluation, the Owner may,
at its discretion, ask the Bidder for a
clarification of its bid. The request for clarification and the
response shall be in
-
PPR-1511 10
10 Registered &
Corporate Office
SJVN Corporate Office Complex, Shanan,
Shimla (HP) PIN-171006,
Liaison/Co-
ordination Office
SJVN, IRCON Building, Ground Floor, Saket New
Delhi. PIN-110017, TELE: 011- 41659210/17 FAX: 011-
41659204/14
writing, and no change in the price or substance of the bid
shall be sought, offered or permitted.
20. Correction of Errors (Applicable to extent possible)
The prices are to be filled in ONLINE DYNAMIC Schedules as
under:-
A. The bidder has to fill the Unit Rates in the FIGURES
only.
B. The entered UNIT RATES in figures shall be automatically
converted in to the words.
C. The bidder has to fill the applicable percentage (%) of the
taxes & duties. The amount for the taxes & duties shall be
calculated automatically accordingly.
D. The above entered UNIT RATES in the figures and calculated
amount of taxes & duties shall be multiplied with quantity to
calculate the TOTAL AMOUNT in figures & as well as in words
automatically.
E. After computation of the amounts as above, the values as
computed shall be considered for evaluation as well as for award.
If the bidder does not accept the above consideration, his bid will
be rejected and the Bid Security / EMD may be forfeited.
F. The Owner's determination of a bid's responsiveness is to be
based on the contents of the bid itself without recourse to
extrinsic evidence. If a bid is not substantially responsive, it
will be rejected by the Owner, and may not subsequently be made
responsive by the Bidder by correction of the non-conformity.
21. CORRUPT OR FRAUDULENT PRACTICES
A. The Owner requires that Bidders to observe the highest
standard of ethics during the procurement and execution of the
Contract. In pursuance of this policy, the Owner:
(a) defines, for the purposes of this provision, the terms set
forth below as follows:
(i) "corrupt practice" means the offering, giving, receiving or
soliciting of anything of value to influence the action of a public
official in the procurement process or in contract execution;
and
(ii) "fraudulent practice" means a misrepresentation of facts in
order to
influence a procurement process or the execution of a contract
to the detriment of the Owner, and includes collusive practice
among Bidders (prior to or after bid submission) designed to
establish bid prices at artificial non-competitive levels and to
deprive the Owner of the benefits of free and open competition;
(b) will reject a proposal for award if it determines that the
Bidder recommended
for award has engaged in corrupt or fraudulent practices in
competing for the contract in question;
(c) will declare a firm ineligible, either indefinitely or for a
stated period of time, to be awarded a contract if it at any time
determines that the firm has engaged in
-
PPR-1511 11
11 Registered &
Corporate Office
SJVN Corporate Office Complex, Shanan,
Shimla (HP) PIN-171006,
Liaison/Co-
ordination Office
SJVN, IRCON Building, Ground Floor, Saket New
Delhi. PIN-110017, TELE: 011- 41659210/17 FAX: 011-
41659204/14
corrupt or fraudulent practices in competing for, or in
executing, a contract of the Owner.
B. Furthermore, Bidders shall be aware of the provision stated
in the "General
Conditions of Contract".
22. ADOPTION OF INTEGRITY PACT
In order to ensure transparency, equity and competitiveness in
its procurement, SJVN Ltd has decided to adopt Integrity Pact. The
Integrity Pact (IP) envisages an agreement between the prospective
Applicants/ contractors and the buyer committing the
person(s)/official(s) of both the parties, not to exercise any
corrupt influence on any aspect of the contract. Towards
implementation of Integrity Pact, an MOU along with Integrity Pact
Programme has already been signed between SJVN Ltd. and
Transparency International India (TII) on 05th January, 2011.
The Integrity Pact shall be applicable for transaction having
threshold value of Rs. 8 Lacs for procurement, Rs. 15 Lacs for
services and Rs. 50 Lacs for work.
Further, the Independent External Monitors (IEMs) would be
monitoring the bidding process and execution of contract and shall
be responsible to oversee the implementation of Integrity Pact
Program to prevent corruption, bribery or any other unethical
practices in SJVN Ltd.
In order to deal with any grievance(s)/dispute(s) and to oversee
implementation and effectiveness of the Integrity Pact programme
pertaining to this tender, Applicants may refer the same to
Independent External Monitors (IEMs). Name and Address of the
Independent External Monitors (IEMs) are as under:
Sh. S.S. Parmar, IAS (Retd.), Sunrise Cottage, Housing Board
Colony, Jakhoo, Shimla 171001 Himachal Pradesh. Ph: 0177-2624097
Mb. No. 09418900055
All pages of Integrity Pact (As per attached format at
Annexure-B) duly signed by authorized signatory of the Employer
prior to uploading of the tender shall be subsequently signed by
the authorised signatory of Applicant and uploaded & submitted
with the tender documents as specified in the tender. Failure to
sign the Integrity Pact by the applicant shall lead to outright
rejection of the application. The original signed copy of the
integrity pact shall be sent as per address mentioned at Sr. No. 6
II(f) along with FDR/TDR.
23. Consignee: Sr. Mgr(Store), NJHPS, SJVN Ltd., Jhakri
24. Special Conditions: - The Bidders not offering the items as
per technical
specification Annexure-A, their bid shall be considered
techno-commercially non responsive and price bid will not be
considered for evaluation.
-
PPR-1511 12
12 Registered &
Corporate Office
SJVN Corporate Office Complex, Shanan,
Shimla (HP) PIN-171006,
Liaison/Co-
ordination Office
SJVN, IRCON Building, Ground Floor, Saket New
Delhi. PIN-110017, TELE: 011- 41659210/17 FAX: 011-
41659204/14
25. The material is to transport through Registered Common
Carrier only
(Registered Common Carrier mean the carrier registered with a
State Transport Authority or a Regional Transport Authority).
,
,
, , (. .)-172201
-
ANNEXURE-B
(Format of Integrity Pact)
PRE CONTRACT INTEGRITY PACT Between
SJVN Limited, a company incorporated under the Companies Act
1956 and having its registered
office at SJVN Ltd., Himfed Building, New Shimla, Shimla (H.P.),
hereinafter referred to as
The Employer which expression shall mean and include, unless the
context otherwise requires,
his successors in office and assigns of the First Part. And
M/s
a company/ firm/ individual (status of
the company) and having its registered office at represented by
Shri
hereinafter referred to as The Bidder/Contractor which
expression shall mean and include,
unless the context otherwise requires, his successors and
permitted assigns of the Second Part. WHEREAS the Employer proposes
to procure under laid down organizational procedures,
contract/s for Supply of Supply of Electrical Consumables
materials for one year at NJHPS, SJVN Ltd., Jhakri and the
Bidder/Contractor is willing to offer against NIT No.
SJVN/P&C/PPR-NJHPS-1511(O&M)/2016. WHEREAS the
Bidder/Contractor is a private company / public
company/Government
undertaking/partnership/consortium/joint venture constituted in
accordance with the relevant law
in the matter and the Employer is a Public Sector Enterprise.
NOW, THEREFORE,
To avoid all forms of corruption by following a system that is
fair, transparent and free from any
influence/prejudiced dealings prior to, during and subsequent to
the currency of the contract to
be entered into with a view to:- Enabling the Employer to obtain
the desired said (work/ goods/ services) at a competitive price
in conformity with the defined specifications by avoiding the
high cost and the distortionary
impact of corruption on public procurement, and Enabling the
Bidder(s)/Contractor(s) to abstain from bribing or indulging in any
corrupt practice
in order to secure the contract by providing assurance to them
that their competitors will also
abstain from bribing and other corrupt practices and the
Employer will commit to prevent
corruption, in any form, by its officials by following
transparent procedures.
Page 1
-
1.0 Commitments of the Employer
1.1 The Employer undertakes that no official of the Employer,
connected directly or indirectly with the contract, will demand,
take a promise for or accept, directly or through
intermediaries, any bribe, consideration, gift, reward, favour
or any material or immaterial
benefit or any other advantage from the Bidder/Contractor,
either for themselves or for any
person, organization or third party related to the contract in
exchange for an advantage in
the bidding process, bid evaluation, contracting or
implementation process related to the
contact. 1.2. The Employer will, during the pre-contract stage,
treat all the Bidders/Contractors alike,
and will provide to all the Bidders/Contractors the same
information and will not provide
any such information to any particular Bidder/Contractor which
could afford an advantage
to that particular Bidder/Contractor in comparison to other
Bidders/Contractors. 1.3. All the officials of the Employer will
report to the appropriate Authority any attempted or
completed breaches of the above commitments as well as any
substantial suspicion of such a
breach. 2.0 In case any such preceding misconduct on the part of
such official(s) is reported by the
Bidder to the Employer with full and verifiable facts and the
same is prima facie found to be
correct by the Employer, necessary disciplinary proceedings, or
any other action as deemed
fit, including criminal proceedings may be initiated by the
Employer or Independent
External Monitor and such a person shall be debarred from
further dealings related to the
contract process. In such a case while an enquiry is being
conducted by the Employer the
proceedings under the contract would not be stalled. 3.0
Commitments of the Bidder(s)/Contractor(s)
The Bidder(s)/Contractor(s) commits itself to take all measures
necessary to prevent corrupt
practices, unfair means and illegal activities during any stage
of its bid or during any pre-
contract or post-contract stage in order to secure the contract
or in furtherance to secure it
and in particular commit itself to the following :- 3.1 The
Bidder(s)/Contractor(s) will not offer, directly or through
intermediaries, any bribe, gift,
consideration, reward, favour, any material or immaterial
benefit or other advantage,
commission, fees, brokerage or inducement to any official of the
Employer, connected
directly or indirectly with the bidding process, or to any
person, organization or third party
related to the contract in exchange for any advantage in the
bidding, evaluation, contracting
and implementation of the contract.
Page 2
-
3.2 The Bidder/Contractor further undertakes that it has not
given, offered or promised to give,
directly or indirectly any bribe, gift consideration, reward,
favour, any material or
immaterial benefit or other advantage, commission, fees,
brokerage or inducement to any
official of the Employer or otherwise in procuring the Contract
or forbearing to do or having
done any act in relation to the obtaining or execution of the
contract or any other contract
with Employer for showing or forbearing to show favour or
disfavour to any person in
relation to the contract or any other contract with Employer.
3.3 The Bidder(s)/Contractor(s) shall disclose the name and address
of agents and
representatives and Indian Bidder(s)/Contractor(s) shall
disclose their foreign principals or
associates. 3.4 The Bidder(s)/Contractor(s) shall disclose the
payments to be made by them to
agents/brokers or any other intermediary, in connection with
this bid/contract 3.5 The Bidder, either while presenting the bid
or during pre-contract negotiations or before
signing the contract, shall disclose any payments he has made,
is committed to or intends to
make to officials of the Employer or their family members,
agents, brokers or any other
intermediaries in connection with the contract and the details
of services agreed upon for
such payments. 3.6 The Bidder/Contractor will not collude with
other parties interested in the contract to impair
the transparency, fairness and progress of the bidding process,
bid evaluation, contracting
and implementation of the contract. 3.7 The Bidder/Contractor
will not accept any advantage in exchange for any corrupt
practice,
unfair means and illegal activities. 3.8 The Bidder/Contractor
shall not use improperly, for purposes of competition or
personal
gain, or pass on to others, any information provided by the
Employer as part of the business
relationship, regarding plans, technical proposals and business
details, including information
contained in electronic data carrier. The Bidder/Contractor also
undertakes to exercise due
and adequate care lest any such information is divulged. 3.9 The
Bidder(s)/Contractor(s) commits to refrain from giving any
complaint directly or
through any other manner without supporting it with full and
verifiable facts. 3.10 The Bidder(s)/Contractor(s) shall not
instigate or cause to instigate any third person to
commit any of the actions mentioned above.
Page 3
-
3.11 If the Bidder/Contractor or any employee of the
Bidder/Contractor or any person acting on
behalf of the Bidder/Contractor, either directly or indirectly,
is a relative of any of the
officers of the Employer, or alternatively, if any relative of
an officer of the Employer has
financial interest/stake in the Bidder(s)/Contractor(s)
firm(excluding Public Ltd. Company
listed on Stock Exchange), the same shall be disclosed by the
Bidder/Contractor at the time
of filling of tender.
The term relative for this purpose would be as defined in
Section 2(77) of the Companies
Act 2013. 3.12 The Bidder(s)/Contractor(s) shall not lend to or
borrow any money from or enter into any
monetary dealings or transactions, directly or indirectly, with
any employee of the
Employer. 4.0 Previous Transgression
4.1 The Bidder(s)/Contractor(s) declares that no previous
transgression occurred in the last
three years immediately before signing of this Integrity Pact,
with any other company in any
country in respect on any corrupt practices envisaged hereunder
or with any Public Sector
Enterprise in India or any Government Department in India. 5.0
Earnest Money (Security Deposit)
The provision regarding Earnest Money/Security Deposit as
detailed in the Notice Inviting
Tender (NIT) and Instruction to Bidders (ITB) section of the Bid
Document is to be referred. 6.0 Sanctions for Violations
6.1 Any breach of the aforesaid provisions by the
Bidder/Contractor or any one employed by it
or acting on its behalf shall entitle the Employer to take
action as per the procedure
mentioned in the Guidelines on Banning of Business Dealings
attached as Annex-A and
initiate all or any one of the following actions, wherever
required:-
(i) To immediately call off the pre contract negotiations
without assigning any reason or
giving any compensation to the Bidder/Contractor. However, the
proceedings with the
other Bidder(s)/Contractor(s) would continue. (ii) The Earnest
Money Deposit (in pre-contract stage) and/or Security
Deposit/Performance Bond (after the contract is Signed) shall
stand forfeited either
fully or partially, as decided by the Employer and the Employer
shall not be required
to assign any reason thereof.
Page 4
-
(iii) To immediately cancel the contract, if already signed,
without giving any compensation to the Contractor. The
Bidder/Contractor shall be liable to pay
compensation for any loss or damage to the Employer resulting
from such
cancellation/rescission and the Employer shall be entitled to
deduct the amount so
payable from the money(s) due to the Bidder/Contractor.
(iv) To encash the Bank guarantee, in order to recover the dues
if any by the Employer,
along with interest as per the provision of contract.
(v) To debar the Bidder/Contractor from participating in future
bidding processes of
SJVN Ltd., as per provisions of Guidelines on Banning of
Business Dealings of
SJVN Ltd. (Annex-I), which may be further extended at the
discretion of the
Employer.
(vi) To recover all sums paid in violation of this Pact by
Bidder(s)/Contractor(s) to any
middleman or agent or broker with a view to securing the
contract.
(vii) In cases where irrevocable Letters of Credit have been
received in respect of any
contract signed by the Employer with the Bidder/ Contractor, the
same shall not be
opened/operated.
(viii) Forfeiture of Performance Security in case of a decision
by the Employer to forfeit the
same without assigning any reason for imposing sanction for
violation of this Pact.
6.2 The Employer will be entitled to take all or any of the
actions mentioned at para 6.1 (i) to (viii) of this Pact also on
the Commission by the Bidder/Contractor or any one employed
by it or acting on its behalf (whether with or without the
knowledge of the
Bidder/Contractor), of an offence as defined in Chapter IX of
the Indian Penal Code, 1860
or Prevention of Corruption Act, 1988 or any other statute
enacted for prevention of
corruption. 6.3 The decision of the Employer to the effect that
a breach of the provisions of this Pact has
been committed by the Bidder/Contractor shall be final and
conclusive on the
Bidder/Contractor. However, the Bidder/Contractor can approach
the Independent External
Monitor(s) appointed for the purposes of this Pact. 7.0
Independent External Monitor(s)
7.1 The Employer has appointed Independent External Monitor(s)
(hereinafter referred to as
monitors) for this Pact in consultation with the Central
Vigilance Commission.
Page 5
-
7.2 The task of the Monitors shall be to review independently
and objectively, whether and to
what extent the parties comply with the obligations under this
Pact. 7.3 The Monitors shall not be subject to instructions by the
representatives of the parties and
perform their functions neutrally and independently. 7.4 Both
the parties accept that the Monitors have the right to access all
the documents relating
to the project/procurement, including minutes of meetings. The
right to access records
should only be limited to the extent absolutely necessary to
investigate the issue related to
the subject tender/contract. 7.5 As soon as the Monitor notices,
or has reason to believe, a violation of this Pact, he will so
inform CMD, SJVN and request SJVN Ltd. to discontinue or take
corrective action, or to
take other relevant action. The Monitor can in this regard
submit non-binding
recommendations. Beyond this the Monitor has no right to demand
from the parties that
they act in a specific manner, refrain from action or tolerate
action. 7.6 The Bidder(s)/Contractor(s) accepts that the Monitor
has the right to access without
restriction, to all Project documentation of the Employer
including that provided by the
Bidder/Contractor. The Bidder/Contractor will also grant the
Monitor, upon his request and
demonstration of a valid interest, unrestricted and
unconditional access to his project
documentation. The same is applicable to Subcontractor(s). The
Monitor shall be under
contractual obligation to treat the information and documents of
the
Bidder/Contractor/Subcontractor(s) with confidentiality. 7.7 The
Employer will provide to the Monitor sufficient information about
all meetings among
the parties related to the project provided such meetings could
have an impact on the
contractual relations between the parties. The parties will
offer to the Monitor the option to
participate in such meetings as and when required. 7.8 The
Monitor will submit a written report to the CMD, SJVN Ltd., within
8 to 10 weeks
from the date of reference or intimation to him by the
Employer/Bidder and should the
occasion arise, submit proposals for correcting problematic
situations. 7.9 The word Monitor would include both singular and
plural.
8.0 Facilitation of Investigation
In case of any allegation of violation of any provisions of this
Pact or payment of
commission, the Employer or its agencies shall be entitled
to
Page 6
-
examine all the documents including the Books of Accounts of the
Bidder/Contractor and
the Bidder/Contractor shall provide necessary information and
documents in English and
shall extend all possible help for the purpose of such
examination. 9.0 Law and Place of Jurisdiction
This Pact is subject to Indian Law. The place of performance and
jurisdiction is the
Registered Office of the Employer, i.e. Shimla (H.P.). The
arbitration clause provided in the
tender document/contract shall not be applicable for any
issue/dispute arising under
Integrity Pact. 10.0 Other Legal Actions
10.1 The actions stipulated in this Integrity Pact are without
prejudice to any other legal action
that may follow in accordance with the provisions of the extant
law in force relating to any
civil or criminal proceedings. 10.2 Changes and supplements as
well as termination notice need to be made in writing. 10.3 If the
Contractor is a partnership or a consortium or a joint venture,
this pact must be
signed by all partners of the consortium/joint venture. 11.0
Validity
11.1 The validity of this Integrity Pact shall be from date of
its signing and extend upto 5 years or the complete execution of
the contract to the satisfaction of both the Employer and the
Bidder/Contractor/Seller, including warranty period, whichever
is later. In case BIDDER is
unsuccessful, this Integrity Pact shall expire after six months
from the date of the signing of
the contract. 11.2 Should one or several provisions of this Pact
turn out to be invalid, the remainder of this
Pact shall remain valid. In this case, the parties will strive
to come to an agreement to their
original intention.
Page 7
-
12.0 The Parties hereby sign this Integrity Pact at
____________________________ on ______________.
Employer Bidder
Name of the Officer (Authorised Person)
Designation (Name of the Person)
Designation
Place---------------- Place--------------
Date--------------- Date--------------
Witness1._______________________
Witness1.__________________________
(Name and address) (Name and address)
2.__________________________ 2.__________________________
(Name and address) (Name and address)
Page 8
-
Annex-I
(Page 9-17)
-
SJVN LIMITED
GUIDELINES
ON
BANNING OF BUSINESS DEALINGS
CORPORATE CONTRACT DEPARTMENT (CIVIL) Shanti Bhawan, Sector-6,
Phase-III, New Shimla-171009
February 2016
Page 9
-
Guidelines on banning of business dealings
Contents
S.No. Description Pages
1.0 Introduction 11
2.0 Scope 11
3.0 Definitions 12
4.0 Initiation of Banning/Suspension 12
5.0 Suspension of Business Dealings 12-13
6.0 Ground on which Banning of Business dealing can 13-14
be initiated
7.0 Banning of Business dealings 14
8.0 Removal from List of Approved agencies- 14-15
Suppliers/Contractors etc.
9.0 Show-cause Notice 15
10.0 Appeal against the Decision of the Competent 15-16
Authority.
11.0 Circulation of the names of Agencies with whom 16
Business Dealings have been banned.
Page 10
-
Guidelines on Banning of Business Dealings
1.0 Introduction
1.1 SJVN Limited (SJVN) deals with Agencies viz. parties/
contractors/ suppliers/ bidders,
who are expected to adopt ethics of highest standards and a very
high degree of integrity,
commitments and sincerity towards the work undertaken. It is not
in the interest of SJVN
to deal with Agencies who commit deception, fraud or other
misconduct in the tendering
process. 1.2 Since banning of business dealings involves civil
consequences for an Agency concerned,
it is incumbent that adequate opportunity of hearing is provided
and the explanation, if
tendered, is considered before passing any order in this regard
keeping in view the facts
and circumstances of the case. 2.0 Scope 2. 1 The Information
for Bidders/ Instruction to Bidders and even the General Conditions
of
Contract (GCC) of SJVN generally provide that SJVN shall have
the rights to remove
from list of approved suppliers / contractors or to ban business
dealings if any Agency
has been found to have committed misconduct or fraud or anything
unethical not
expected from a reputed contractor. 2.2 The procedure of (i)
Removal of Agency from the List of approved suppliers /
contractors; (ii) Suspension and (iii) Banning of Business
Dealing with Agencies, has
been laid down in these guidelines. 2.3 These guidelines shall
apply to all the Projects/ Power Stations/ Regional Offices/
Liaison
Offices of SJVN. 2.4 It is clarified that these guidelines do
not deal with the poor performance of the
contractors/ Agencies. 2.5 The banning shall be with prospective
effect, i.e. future business dealings.
Page 11
-
3.0 Definitions
In these Guidelines, unless the context otherwise requires:
i) Party / Contractor / Supplier / Bidders shall mean and
include a public limited
company or a private limited company, a joint Venture,
Consortium, HUF, a firm
whether registered or not, an individual, cooperative society or
an association or a
group of persons engaged in any commerce, trade, industry, etc.
Party / Contractor/
Supplier / Bidder in the context of these guidelines is
indicated as Agency.
ii) Unit shall mean the Project/ Power Station/ Regional Office/
Liaison Office.
iii) Competent Authority and Appellate Authority shall mean the
following:
The concerned Director shall be the Competent Authority for the
purpose of these
guidelines.
CMD shall be the Appellate Authority in respect of such
cases.
iv) Investigating Committee shall mean any Officer/Committee
appointed by
Competent Authority to conduct investigation.
v) List of approved Agencies viz Parties / Contractors /
Suppliers/Bidders shall
mean and include list of Parties/ Contractors / Suppliers /
Bidders etc if registered
with SJVN. 4.0 Initiation of Banning / Suspension
Action for banning /suspension business dealings with any Agency
shall be initiated by
the department responsible for invitation of bids after noticing
the irregularities or
misconduct on the part of Agency concerned. Besides the
concerned department,
Vigilance Department of each Unit/ Corporate Vigilance may also
be competent to
initiate such action. 5.0 Suspension of Business Dealings.
5.1 If the conduct of any Agency dealing with SJVN is under
investigation, the Competent
Authority may consider whether the allegations (under
investigation) are of a serious
nature and whether pending investigation,
Page 12
-
it would be advisable to continue business dealing with the
Agency. If the Competent
Authority, after consideration of the matter including the
recommendation of the
Investigating Committee, if any, decides that it would not be in
the interest to continue
business dealings pending investigation, it may suspend business
dealings with the
Agency. The order of suspension would operate for a period not
more than six months
and may be communicated to the Agency as also to the
Investigating Committee. The
Investigating Committee may ensure that their investigation is
completed and whole
process of final order is over within such period. However, if
investigations are not
completed in six months time, the Competent Authority may extend
the period of
suspension by another three months, during which period the
investigations must be
completed. 5.2 The order of suspension shall be communicated to
all Departmental Heads of SJVN and
Heads of the Units. During the period of suspension, no business
dealing may be held
with the Agency. 5.3 As far as possible, the existing
contract(s) with the Agency may continue unless the
Competent Authority, having regard to the circumstances of the
case, decides otherwise. 5.4 If the Agency concerned asks for
detailed reasons of suspension, the Agency may be
informed that its conduct is under investigation. It is not
necessary to enter into
correspondence or argument with the Agency at this stage. 5.5 It
is not necessary to give any show-cause notice or personal hearing
to the Agency
before issuing the order of suspension. 6.0 Ground on which
Banning of Business Dealings can be initiated:
6.1 If the security consideration, including questions of
loyalty of the Agency to SJVN so
warrants; 6.2 If the director /owner of the Agency, proprietor
or partner of the firm, is convicted by a
Court of Law for offences involving moral turpitude in relation
to its business dealings
with the Government or any other public sector enterprises,
during the last three years. 6.3 If business dealings with the
Agency have been banned by the Department of Power,
Government of India.
Page 13
-
6.4 If the Agency has resorted to corrupt, fraudulent practices
including misrepresentation of
facts; 6.5 If the Agency uses intimidation / threatening or
brings undue outside pressure on SJVN
or its official for acceptance / performances of the job under
the contract; 6.6 If the Agency misuses the premises or facilities
of SJVN, forcefully occupies or damages
SJVNs properties including land, water resources, forests /
trees or tampers with
documents/records etc. (Note: The examples given above are only
illustrative and not
exhaustive. The Competent Authority may decide to ban business
dealing for any good
and sufficient reason). 7.0 Banning of Business Dealings 7. 1 A
decision to ban business dealings with any Agency shall apply
throughout SJVN. 7.2 There will be an Investigating Committee
consisting of officers not below the rank of
AGM/DGM from Indenting Division, Finance, Law and Contracts.
Member from
department responsible for invitation of bids shall be the
convener of the committee. The
functions of the committee shall, inter-alia include:
i) To study the report of the unit/division responsible for
invitation of bids and decide if
a prima-facie case for banning exists, if not, send back the
case to the Competent
Authority.
ii) To recommend for issue of show-cause notice to the Agency by
the concerned
unit/division as per clause 9.1.
iii) To examine the reply to show-cause notice and call the
Agency for personal hearing,
if required.
iv) To submit final recommendations to the Competent Authority
for banning or
otherwise. 8.0 Removal from List of Approved Agencies -
Suppliers/ Contractors, etc. 8.1 If the Competent Authority decides
that the charge against the Agency is of a minor
nature, it may issue a show-cause notice as to why the name of
the Agency should not be
removed from the list of approved Agencies - Suppliers /
Contractors, etc.
Page 14
-
8.2 The effect of such an order would be that the Agency would
not be qualified for
competing in Open Tender Enquiries or Limited Tender Enquiries
till the period
mentioned in the order. 8.3 Past performance of the Agency may
be taken into account while processing approval of
the Competent Authority for award of the contract. 9.0
Show-cause Notice
9.1 In case where the Competent Authority decides that action
against an Agency is called
for, a show-cause notice has to be issued to the Agency,
Statement containing the
imputation of misconduct or misbehavior may be appended to the
show-cause notice and
the Agency should be asked to submit within 15 days a written
statement in its defense. 9.2 If the Agency requests for inspection
of any relevant document in possession of SJVN,
necessary facility for inspection of documents may be provided.
9.3 The Competent Authority may consider and pass an appropriate
speaking order:
a) For exonerating the Agency if the charges are not
established;
b) For removing the Agency from the list of approved Suppliers /
Contactors, etc.
c) For banning the business dealing with the Agency. 9.4 If it
decides to ban business dealings, the period for which the ban
would be operative
may be mentioned. 10.0 Appeal against the Decision of the
Competent Authority 10.1 The Agency may file an appeal against the
order of the Competent Authority banning
business dealing etc. The appeal shall be filed to Appellate
Authority. Such an appeal
shall be preferred within one month from the date of receipt of
the order banning business
dealing, etc.
Page 15
-
10.2 Appellate Authority would consider the appeal and pass
appropriate order which shall be
communicated to the Agency as well as the Competent Authority.
11.0 Circulation of the names of Agencies with whom Business
Dealings have been
banned
i) The concerned unit shall forward the name and details of the
Agency(ies) banned to
IT&C Division of Corporate Office for displaying the same on
SJVN website.
ii) Corporate Contracts Department shall also forward the name
and details of the
Agency(ies) banned to the Ministry of Power, GoI besides
forwarding the name and
details to the contracts/procurement group of all CPSUs of power
sector. ______________
Page 16
-
FORM OF DECLARATION OF ELIGIBILITY
UNDERTAKING
I / We, M/s ..(Name of Bidder) hereby certify that I / we have
not
been banned /de-listed/ black listed / debarred from business by
any PSU / Govt. Department
during last 03 (three) years on the grounds mentioned in para 6
of Guidelines on banning of
Business dealing, Terms and conditions Clause 21.0 of Tender
Document.
(Seal & signature of the Bidder)
Page 17
NIQConsumableTerms and conditions1511Format_IP