SJVN Limited (A Joint Venture of Govt. of India & Govt. of H.P.) Corporate Office Complex, Shakti Sadan, Shanan, Shimla

Similar documents
Notice inviting e-bids for Printing and Supply of IEC Material

स एसआईआर-क य इल नक अ भय क अन स ध न स थ न

DIRECTORATE OF COMMERCIAL TAXES GOVERNMENT OF WEST BENGAL 14, BELIAGHATA ROAD, KOLKATA

FOR PURCHASE OF ROUTER MACHINE WITH ALL ACCESSORIES NIFT, DELHI CAMPUS HAUZ KHAS, NEW DELHI

SUBMISSION & OPENING OF TENDER

Government of West Bengal Office of the Director General, West Bengal Fire & Emergency Services 13-D, Mirza Ghalib Street, Kolkata

NOTICE INVITING TENDER (NIT)

NOTICE INVITING TENDER FOR WORKS (TWO COVER SYSTEM) OPEN TENDER ENQUIRY

SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. Head Office-Ground Floor, Raheja Chambers, Free Press Journal Marg, Nariman Point, Mumbai-21

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR

DIRECTORATE OF COMMERCIAL TAXES GOVERNMENT OF WEST BENGAL 14, BELIAGHATA ROAD, KOLKATA TENDER NO: DOCT/COMP/e-NIT20/ DATE: 13/08/2018

स एसआईआर-क न द र य इल क ट र न क अभ य त र क अ स ध स स थ

NOTICE INVITING TENDER (NIT)

BHARAT HEAVY ELECTRICALS LIMITED,

Tender Enquiry No: BCL/PUR/ CO2 Gas/SS/CW/VW/18-19/Rehab Dated:

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC)

एसज व एन ल मट ड. Date of Sale of bid. Money. `23,500/- 17/07/17 to 31/07/17 12:00hrs.

Description Clause No. and Page No. of Original Tender Document Amendment

ASSAM POLICE HEADQUARTERS ULUBARI, GUWAHATI. Corrigendum 1

RESERVE BANK OF INDIA Human Resource Management Department Civil Lines, Nagpur

CENTRE FOR DEVELOPMENT OF ADVANCED COMPUTING. C-56/1, Sector-62, Institutional Area, Noida

Tender. For. Server hosting CPMS and other applications. All India Institute of Medical Sciences, Jodhpur

dsanzh; HkaMkj.k fuxe

NOTICE INVITING TENDER (e-tender)

RAICHUR POWER CORPORATION LIMITED. Procurement of MS ERW Pipes for YTPS

1 P a g e. To be generated automatically by the E-procurement portal of the Govt. of Punjab.

NOTICE INVITING TENDER FOR APPOINTMENT OF GST CONSULTANT SUMMARY

MEMORANDUM OF UNDERSTANDING BETWEEN CONTAINER CORPORATION OF INDIA LTD. (CONCOR) AND TRANSPARENCY INTERNATIONAL INDIA (TII)

SUPPLY OF MEDICINAL GASES FOR THE YEAR

Core-1, SCOPE Complex, 7, Institutional Area, Lodi Road New Delhi , India Phone #: Fax #:

TENDER NO. BCL/RD/ 4000 MS Scrap Cutting/2019 March 19, 2019

Bank Note Paper Mill India Private Limited, Mysore. For any query, you may contact at Tel , Fax

MISHRA DHATU NIGAM LIMITED

RAICHUR POWER CORPORATION LIMITED (A JOINT VENTURE COMPANY OF KPCL, BHEL& IFCI) 2 X 800 MW - YERMARUS THERMAL POWER STATION, KARNATAKA

NOTICE INVITING Re e-tender. Tender Reference No : WBSSCL /MD/KOL/NIT-27/

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR, WEST BENGAL TENDER DOCUMENT FOR

NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A GOVERNMENT OF INDIA ENTERPRISE) EASTERN ZONAL OFFICE 3A-Dr. S.N. Roy Road Kolkata

THE MUNICIPAL CO-OP. BANK LTD. MUMBAI TENDER NOTICE. Tender Document for 2 years Support of Routers and Manageable Switch

ह टल ब ध और ख नप न य गक स थ न

DAKSHIN GUJARAT VIJ CO LTD. CIN U40102GJ2003SGC SURAT CITY CIRCLE

No.KFL/381/98/OT-178 October 19, 2018 TENDER FOR SUPPLY OF CALENDARS

RESERVE BANK OF INDIA HUMAN RESOURCE MANAGEMENT DEPARTMENT Hyderabad

NOTICE INVITING e-tender

DELHI URBAN SHELTER IMPROVEMENT BOARD OFFICE OF THE EXECUTIVE ENGINEER(E-4) DRAFT NOTICE INVITING TENDER

WEST BENGAL STATE SEED CORPORATION LIMITED. NOTICE INVITING e-tender. Tender Reference No. : WBSSCL/MD/KOL/NIT- 03/

1. Main & Mini Anganwadis Floor Mats(plastic) (5x7) fts. 9,805

Tender. for. Indian Institute of Technology Jodhpur

National Small Industries Corporation Ltd. Technical Service Centre, D-82/83 Focal Point, Rajpura (Pb.)

PROCUREMENT OF CONDUCTIVITY SENSOR. TENDER NO.W /CS, dt , Due dt DESCRIPTION QUANTITY ARTICLE CODE

PRINTING AND SUPPLY OF VARIOUS TYPE OF ANSWER BOOKS / OMR SHEETS

TENDER FOR MANPOWER REQUIREMENT FOR ALLIED SERVICES

NIT NO.38/EE/E-2/(DUSIB)/ /D-399 Dated: NOTICE RE-INVITING E-TENDER

TENDER NO. BCL/RD/ 2500 MS Scrap Cutting/2018 November 30, 2018

Request for Proposal (RFP) For. Caretaker Services at various ATMs of Bank of Baroda located in all over Uttarakhand under OPEX Model.

HOSTEL SECTION RE-TENDER PAPER. Hostel No. / 302 / TENDER. :08/01/2018 up to 5:00 p.m.

SUB: EMPANELMENT OF AGENCIES FOR PROVIDING PHOTOCOPY & BOOK BINDING SERVICEAT ICSI HQ NEW DELHI AND NOIDA

IN ADDITION TO THE SALE NOTICE DATED , FOLLOWING ARE THE OTHER TERMS AND CONDITIONS FOR SALE OF THE ASSETS OF

AMC for attending faults of Split AC s installed over L-2E, L-3E, L-4 & including Depot.

E-TENDER NOTICE CHIEF GENERAL MANAGER

W-1-18/ GMTDR/e-Tender-116/Repairing SMPs PP Module /18-19 BHARAT SANCHAR NIGAM LIMITED TELECOM DISRTICT RAIPUR BID DOCUMENT

Tender. for. Supply & Installation of the Xenon-Arc Lamp. Indian Institute of Technology Jodhpur

BANGALORE MEDICAL COLLEGE AND RESEARCH INSTITUTE SUPER SPECIALITY HOSPITAL (PMSSY) VICTORIA HOSPITAL CAMPUS, BANGALORE

Re-Tender. for. Supply & Installation of Low Current Dual Channel Source Meter at. Indian Institute of Technology Jodhpur

द थव ट बन ए ड ज सप क शन क पन ल मट ड

COMMERCIAL TERMS AND CONDITIONS

NLC TAMILNADU POWER LIMITED

Type of Organisation : Service Provider (Aviation Industry) Tender Ref. No. : PHL:ER:ENGG:ATR2:HK2:2016 dated 10/11/2016

TENDER FOR SUPPLY OF PRE-PRINTED THERMAL PAPER ROLL USED FOR BRTS IBUS ETM MACHINE WITH BRANDING RIGHTS

HLL Biotech Limited (A Government of India Enterprise) (A Subsidiary of HLL Lifecare Limited)

Re-Tender. for. Supply & Installation of the Water Chiller. Indian Institute of Technology Jodhpur

CSIR-CENTRAL. Press notice. (Notice. A/c s, Split Pilani. Type.

PEC LIMITED (A Govt. Of India Enterprise) HANSALAYA, 15-BARAKHAMBA ROAD, NEW DELHI

Tender Document For Supply of SS Cans( (Barnis) of various capacity at Main Dairy Plant, Palanpur

TENDER DOCUMENT. Sub: Tender for Supply, Installation & Commissioning of Fujitsu RAM for Server Hardware

Notice Inviting Tender (NIT)

Subject: Notice Inviting tender for supply of Memento for AUD Convocation.

REQUEST FOR PROPOSAL. For

REQUEST FOR QUOTATION (RFQ)

REQUEST FOR PROPOSAL For Food Plaza for Leasing

BALMER LAWRIE & CO. LTD.

us kuy QfVZykbt+lZ fyfevsm (Hkkjr ljdkj dk midze)

Indian Institute of Information Technology Pune

Bank Note Paper Mill India Private Limited, Mysore

Bank Note Paper Mill (BNPM) India Private Limited, Mysore. Invites sealed quotations for Painting work as per the specification at BNPM at Mysore.

TENDER DOCUMENT FOR PURCHASE OF: SAFETY TRAINING PROGRAMME Tender Number: /, Dated:

DURGAPUR CHEMICALS LIMITED

Karnataka Power Corporation Limited (A Government of Karnataka Enterprise) Bid Notification No. A1L/Systems/LAN-AMC/587 Date:22.02.

Memo No:1920/WBTDCL-11013(99)/4/2018-GM(WBTDCL)-WBTDCL

Regional office, MMTC Limited, 4th floor, NIC Bldg, 8, India Exchange Place, Kolkata , Telephone No

TENDER No: SPMU/NRC/SVC Bills/333/2016/ dated July 11, 2017 TENDER FOR PRINT WORK ISSUED BY

Divisional Engineer, DIGITAL TRANSMISSION CENTER Southern Telecom Sub Region, 3 rd Floor, Telephone Bhavan, Saifabad, Hyderabad ,

e-tender NOTIFICATION FOR 160KVA DIESEL GENERATER SET TO THE KARNATAKA SECONDARY EDUCATION EXAMINATION BOARD

GOVERNMENT OF JAMMU AND KASHMIR OFFICE OF THE CHIEF EXECUTIVE OFFICER, BHADERWAH DEVELOPMENT AUTHORITY BHADERWAH, DISTRICT DODA.

Tender Number: /NCB/SY-15-23(76)/2019,Dated:

WEST BENGAL STATE SEED CORPORATION LIMITED (A G o v t. o f W e s t B e n g a l C o m p a n y )

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR

CEYLON PETROLEUM STORAGE TERMINALS LIMITED

LIMITED E-TENDER FOR RE-VALIDATION OF ISO 9001:2015 CERTIFICATE OF ESIC MODEL HOSPITAL, RAMDARBAR, PHASE II, CHANDIGARH.

Notice Limited Tender Enquiry

UV-Visible Spectrophotometer

Transcription:

SJVN Limited (A Joint Venture of Govt. of India & Govt. of H.P.) Corporate Office Complex, Shakti Sadan, Shanan, Shimla-171006. CIN- L40101HP1988 GOI 008409 website: www.sjvn.nic.in NOTICE INVITING TENDER TENDER NO. SJVN/CC/HR/PROCUREMENT/2018-22 INVITATION FOR BIDS REGARDING HIRING OF CONSULTANCY SERVICES FOR IMPLEMENTATION OF PEOPLE CAPABILITY MATURITY MODEL (PCMM) LEVEL- 2 AND LEVEL-3 1.0 Introduction SJVN Limited, a Mini Ratna, Category-I and Schedule A CPSE under administrative control of Ministry of Power, Govt. of India, intends to invite Open Tender thorugh e-mode for Hiring of Consultancy Services for Implementation Of People Capability Maturity Model (PCMM) Level-2 And Level-3, as per the details, terms & conditions mentioned herein below and as elaborated in Terms of Reference attached as Annexure-I. 2.0 Key Details & Dates: The key particular/details and dates of this Invitation for Bid Proposal is as under: Name of work Last date & time for uploading of bid (Part-I & Part-II) Date & time for opening of Part-I of Bid Date & time for opening of Part-II of Bid Hiring of Consultancy Services for Implementation Of People Capability Maturity Model (PCMM) Level-2 And Level-3 Up to 27.11.2018 at 1800 hrs. 28.11.2018 at 1500 hrs. Part-II i.e. Price bid shall be opened in respect of those firms/agencies whose Part-I of the bid is found in order as per Cl. No.9.0 of NIT. Bid validity period The offer must remain valid for the period of 120 days after the last date fixed for submission of tender documents including extension thereof, if any. Page 1 of 10

3.0 Scope of Work: As per Clause No.3(i) of Terms of Reference (attached as Annexure-I). 4.0 Eligibility & Qualifying requirements: 4.1 Section-I: 4.1.1 The bidder should have experience (during last 7 years ending September 2018) of having successfully completed Two (02) No. similar works (as mentioned below) costing not less than Rs.15,36,000.00 in Two (02) No. Organizations with Employee size of over 500 Employees. Similar Work Means: Project of end to end Process Consulting (definition and implementation), Training and Appraisal Services for rollout of People Capability Maturity Model (PCMM) Maturity Level 2 and Level 3 framework and completed PCMM Scampi A appraisals successfully. 4.1.2 Average annual turnover during the last three years ending March 2018 i.e. 2015-16, 2016-17 & 2017-18 shall be not less than Rs.9,21,600.00. The parties/bidders are required to furnish either of the following authenticated documentary proof in support of their turnover: 4.2 Section-II Annual turnover certified by chartered accountant. Certified copies of Balance Sheet, Profit & Loss Account and Income Tax Clearence Certificate (ITCC)Copies of TDS certificates. As per Clause No.3.1 of Terms of Reference (attached as Annexure-I). 4.3 Scanned copy of duly signed & stamped integrity pact (attached as Annexure- III). Note: The bidders shall submit the supporting documents in respect of Section- I & II of Eligibility & Qualifying requirements (As per Annex.-II attached). 5.0 Earnest Money: The Bidders shall deposit Earnest Money amounting to Rs.61,440.00 through e-payment as per the procedure mentioned below: 5.1 Procedure for e-payment: Bidders can make online payment using below facilities:- a) Credit Card b) Debit Card c) Net Banking d) NEFT/RTGS Page 2 of 10

Credit Card/Debit Card/Net Banking:- Bidder is required to add https://www.tpsl-india.inwebsite in Trusted Zone as suggested above. Bidder needs to feed correct details while making the payment through online payment gateway. 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 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. 5.2 If the EMD is not found in order or deficient in value or not accompanying with the Techno Commercial Bid, in that case the offer of the firm shall liable to be rejected. 5.3 The EMD of unsuccessful bidders shall be returned within 60 days after the issuance of award to the successful bidder. No interest shall be paid by the SJVN Limited on the EMD. 5.4 EMD of successful bidders shall be refunded on receipt of Performance Security Deposit. 5.5 The Earnest Money shall not attract any interest from the SJVN Limited, Shimla. 5.6 EMD submitted by the contractor may be forfeited on the following grounds: a) On refusal to execute the work/job/assignment after the issuance of letter of award. Page 3 of 10

b) In case of non-submission of Performance Security Deposit. 6.0 MSME/SSI Units: The units registered with MSME/SSI/National Small Industries Corporation(NSIC) / District Industries Centers or Khadi and Village Industries Commission or Khadi and Village Industries Board are exempted from payment of EMD subject to submission of following: I. The Registration certificate should remain valid up to the date of validity II. III. IV. of quotation. The bid should accompanied with a copy of valid Registration Certificate. Copy of application for registration or for renewal will not be acceptable. Such offers will be treated as offer received without EMD. For MSME owned by SC/ST Enterprises valid SC/ST certificate issued by competent authority along with the bid be submitted. V. Submission of copy of valid SC/ST certificate issued by competent authority along with the bid in case of unit is owned by SC/ST Entrepreneurs. 7.0 Submission of BID: The bid should be uploaded in two parts (Part-I & II), as detailed below through E-Tendering System on website https://sjvn.abcprocure.com up to 27.11.2018 (1800 hrs.). The Part-I i.e. techno commercial bid shall contain the scanned copies of following documents: i) EMD in the manner as prescribed at clause No.5.0 of NIT or MSME registration certificate as mentioned at clause No.6.0 of NIT. ii) Annexure-II duly filled alongwith relevant documents as desired. iii) Scanned copy of duly signed & stamped integrity pact (Annexure-III). Note: The bidder shall not make any indication in Part-I of the bid regardig quoted rates. Part-II : Price bid should be uploaded as per the prescribed format attached as Annexure-IV. The bidder shall quote the rate in Indian Rupees only. 8.0 Bid Opening: Part-I: The techno-commercial bid shall be opened on 28.11.2018 at 1500 hrs. Part-II: The Price bid(part-ii) of only those agencies/firms shall be opened whose Part-I of the bid found in order in terms of Clause No.9.0. Page 4 of 10

9.0 Evaluation of Bid: Part-I: Techno-commercial Bid shall be evaluated on the basis of submission of EMD as mentioend at clasue No.5.0 and documents submitted in respect of Eligibility & Qualifying Criteria as mentioned at clause No.4.0. The technocommercial bids not accompanying with the EMD or found deficient in value or not found in order, in that case the bid shall be rejected straightway. In case the documents as desired in terms of Section-I & II of Eligibility & Qualifying Requirements as mentioned at clause No.4.0 of NIT & as mentioned at Annexure-II are not found in order in that case SJVN reserves the right to disqualify the bidder. The agenceis, whose Part-I of the bid are found in order shall only be considered for opening of price bid. Part-II: Shall be evaluated on L-1(Lowest Quoted Rate) basis as per following: i) Bids determined to be substantially responsive will be checked by the SJVN for any arithmetic errors. Errors will be corrected by the SJVN Limited as follows: a) where there is a discrepancy between unit rate in figures and in words, the unit rate in words will govern; and b) where there is a discrepancy between the unit rate and the line item total resulting from multiplying the unit rate by the quantity, the unit rate as quoted will govern ii) The amount stated in the Bid will be adjusted by the SJVN in accordance with the above procedure for the correction of errors and shall be considered as binding upon the bidder. If the bidder does not accept the corrected amount of bid, his bid will be rejected and the bid security shall be forfeited. In addition to above, MSME policy guidelines shall also be adhered. Note: During evaluation and comparison of bids the SJVN reserves the right to ask any or all the bidders for clarification. Bid of the agency/firm liable to be rejected in case the bidder refuses to submit the clarification. 10.0 PERFORMANCE SECURITY DEPOSIT: Page 5 of 10

a) The Tenderer, whose tender is accepted will be required to furnish by way of security deposit for the due fulfillment of his contract, an amount of security deposit at the rates mentioned below: i) Works costing upto Rs.10 lacs 10% of the tendered amount. ii) Works costing over Rs. 10 lacs 10% on the first Rs. 10 lacs, but not exceeding Rs.20 lacs 7.5% on the next Rs.10 lacs. iii) Works costing over Rs.20 lacs 5% of the tendered amount but not exceeding Rs.50 lacs subject to a minimum of Rs.1.75 lacs. b) Security Deposit may be paid in the form of Bank Draft/Demand Draft, FDR issued by any Nationalized/Scheduled Bank or in Shape of Bank Guarantee issued by any Nationalized/Scheduled Bank. The Security Deposit shall not attract interest from the SJVN Limited. c) The security deposit shall be valid for the period of three months beyond the date of completion of work/contract or any extension thereof. d) The security deposit amount will not earn any interest for whatsoever period retained by SJVN. e) The security deposit shall be forfeited in case the contractor fails to execute the contract to the entire satisfaction of Officer-in-charge (OIC) i.e. GM(HR/Trg.), SJVN Limited, Shimla. 11.0 GST: The rates should be quoted excluding GST. GST is to be mentioned clearly in the invoice/bill at the time of billing and will be paid by SJVN Limited. The applicable GST shall be paid as per the rules on submission of requisite documents/information as required under GST regime notified by Govt. 11.1 SJVN s GST details are here under: 11.1.1 Recipient Name: SJVN Limited 11.1.2 GSTIN: 02AAICS1307F1ZY 11.1.3 Address of Registered place of Business of the Suppliers under GST along with State code and PIN Code which is also the location of the business of SJVN Limited: SJVN Ltd., Corporate Office Complex, Shakti Sadan, Shanan, Shimla(H.P.)-171006. State Code-02 Page 6 of 10

11.1.4 PAN: AAICS1307F 11.1.5 TAN: PTLS13839A. 12.0 Commencement of Work: As per the instructions of OIC. 13.0 Duration of the assignment: As per Clause No.4 of the Terms of Reference (attached as Annexure-I). 14.0 Payment Terms: As per Clause No.5 of the Terms of Reference (attached as Annexure-I). 15.0 Officer-in-charge (OIC): GM (HR/Trg.) shall be the Officer-In-Charge for this work. He will act in all matters pertaining to work/assignment (after issuance of award) on behalf of SJVN. 16.0 Liquidated Damages for Delay: In case the agency fails to complete the assignments within the time frame as mentioned in this NIT or Letter of Award or as instructed by the OIC an amount @ 1% (one percent of the total order value) would be deducted from the payment due to delay on part of contractor for any reason whatsoever for each month, subject to the maximum of 5% (five percent) of the total order value. 17.0 Dispute Resolution: For any dispute arising out of execution of contract, Courts at Shimla alone will have jurisdiction over all the unresolved disputes. 18.0 SJVN does not bind themselves to accept the lowest or any bid or to give any reasons for their decision. 19.0 SJVN reserves the right to cancel/withdraw the invitation for bids without assigning any reason and shall bear no liability whatsoever consequent upon such decision. 20.0 Submission of bid means that bidder has read all the terms and conditions of this NIQ carefully and will comply them all unconditionally. Conditional bids will not be accepted. Page 7 of 10

21.0 The firm/agency/contractor shall be responsible for any damage/loss of property/life what-so-ever during the execution of work/currency of contract and SJVN will not be liable for any claim in this regard. 22.0 The rates quoted by the successful tenderer shall remain valid during the currency of contract or any extension thereof. Esclation on any account will not be considered. The rates are exclusive of GST. 23.0 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 Bidders/ Contractors and the buyer committing the persons / officials 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 05 th January 2011. The pact essentially envisages an agreement between the prospective vendors / bidders and the buyer, committing the persons / officials of both sides, not to resort to any corrupt practices in any aspect / stage of the contract. Only those vendors / bidders, who commit themselves to such a Pact with the buyer, would be considered competent to participate in the bidding process. In other words, entering into this Pact would be a preliminary qualification. The essential ingredients of the Pact include: Promise on the part of the principal not to seek or accept any benefit, which is not legally available. Principal to treat all bidders with equity and reason. Promise on the part of bidders not to offer any benefit to the employees of the Principal not available legally. Bidders not to enter into any undisclosed agreement or understanding with other bidders with respect to prices, specifications, certifications, subsidiary contracts, etc. Page 8 of 10

Bidders not to pass any information provided by Principal as part of business relationship to others and not to commit any offence under PC/IPC Act. Bidders to disclose any transgressions with any other company that may impinge on the anti-corruption principle The Integrity Pact shall be applicable for transaction having threshold value of Rs. 8 lac for procurement of Goods, Rs. 15 lac for procurement of Service and 50 lac for procurement of Works. Further, the Independent External Monitors (IEMs) would be monitoring the bidding process and execution of contract and shall be responsible for 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/dispute(s) and to oversee implementation and effectiveness of the Integrity Pact programme pertaining to this tender, Bidders/Contractors may refer the same to Independent External Monitors (IEMs). Name and Address of the Independent External Monitor (IEMs) is as under: 1). Sh. S.S. Parmar, IAS (Retd.) 2) Ms. Asha Swarup, IAS (Retd.) The contact Detail of IEMs is as under: Independent External Monitor for SJVN, C/o Corporate Civil Contracts Department, Shakti Sadan, 2 nd Floor, SJVN Ltd., SJVN Corporate Office Complex, Shanan, Shimla 171006. All pages of the Integrity pact to be signed between SJVN Ltd. and the bidders /contractors as per the approved format (Annexure-III). 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 uploaded & submitted by the bidder along with the bid. Further following may also be noted:- (a) IP is deemed as part of the contract so that the parties concerned are bound by its provisions. Page 9 of 10

(b) (c) a person signing IP shall not approach the courts while representing the matters to IEMs and he / she will await their decision in the matter. In case of sub-contracting, the principal contractor shall take the responsibility of the adoption of IP by the sub-contractor. Failure to sign the integrity pact by applicant shall be liable to outright rejection of application / bid. The successful bidder (Contractor) shall submit duly executed Integrity Pact on Non-judicial Stamp Paper of Rs 100/- prior to signing of Contract Agreement for Work/Services and within 15 days from the date of issue of Purchase Order for Supply. The Annexure-I, II, III & IV as attached herewith and are part of this Notice Inviting Tender. Yours faithfully, for & on behalf of SJVN Limited CGM (Proc.) Procurement Deptt., SJVN Limited, Shakti Sadan, Corporate Office Complex, Shanan, Shimla-171006. Page 10 of 10