Tender Document. Supply of Electrical Items for Omkareshwar Power Station.

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

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

ITB NO.11/PNMM/E/4702/ / dated ANNEXURE-I PRE QUALIFICATION CRITERIA. A. Pre Qualification Criteria (Technical): 1 of 24

TENDER ENQUIRY FOR ENGAGING AN ADVERTISING AGENCY FOR PUBLISHING TENDERS AND OTHER ADVERTISEMENTS OF SPM HOSHANGABAD IN NEWS PAPERS

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC)

e-tender NOTIFICATION FOR THE SUPPLY OF GUNNY CLOTH & THREAD TO THEKARNATAKA SECONDARY EDUCATION EXAMINATION BOARD.

Standard Bid Document

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

The tender document may be download from the website,www,cdac.in/

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

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

ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT

Tender For Supply of Lubricating Oil for DG sets installed at 33kV sub-station At All India Institute of Medical Sciences, Jodhpur

mrrj izns'k jkt; fo qr mriknu fuxe fy0 fufonk lwpuk

ADVERTISEMENT NOTICE FOR EMPANELMENT OF BOOK SUPPLIERS. Islamic University of Science &Technology

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

Tender. for. Indian Institute of Technology Jodhpur

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

of Server No. of Server Period of AMC 06 One year The details of tender document are as below:

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

Supply and Installation of A3 Size Scanner

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

The last date for submission of the bids is at

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

Tender Notice & Documents for Printing of Examinations Booklet/

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

Tender. for. Supply and Installation of. Indian Institute of Technology Jodhpur

NOTICE INVITING TENDER FOR APPOINTMENT OF GST CONSULTANT SUMMARY

TAMIL NADU TEXTBOOK AND EDUCATIONAL SERVICES CORPORATION

TENDER DOCUMENT FOR RECEPTIONIST REGIONAL MUSEUM OF NATURAL HISTORY,BHOPAL

OFFICE OF THE CHIEF ELECTORAL OFFICER, HARYANA 30-BAYS BUILDING (3 rd FLOOR), SECTOR 17-B, CHANDIGARH TENDER DOCUMENT. For

TAMIL NADU TEXTBOOK AND EDUATIONAL SERVICES CORPORATION TENDER DOCUMENT FOR SUPPLY AND DELIVERY OF

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

PUDUCHERRY DISTILLERIES LIMITED (A Govt. of Puducherry Undertaking)

INVITATION FOR TENDERS FOR SUPPLY OF Item No. 5: Optical Microscope with Camera and Image Analysis Software

Procurement of Single Phase Pre-Paid Meters and Miniature Circuit Breakers for The Last Mile Connectivity Project (AFD/EU) (e-procurement System)

NIQ No.EL/PR/133A/NIQ-4/2014/2943 Andaman & Nicobar Administration Office of the Superintending Engineer Electricity Department, Port Blair

DIRECTORATE OF COLLEGIATE EDUCATION, CHENNAI, TAMILNADU TENDER DOCUMENT

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

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

Republic of Uganda. Bidding Document for Framework Contracts for Supplies

PEC University of Technology, Chandigarh

UV-Visible Spectrophotometer

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

DAKSHIN GUJARAT VIJ CO LTD. CIN U40102GJ2003SGC SURAT CITY CIRCLE

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

TENDER DOCUMENT. For. Consultancy for ISO 9001:2008 Certification. Tender Reference Number: 15-5/2012-Lib. Dt

REQUEST FOR PROPOSAL For Food Plaza for Leasing

DIRECTORATE OF COLLEGIATE EDUCATION, CHENNAI, TAMIL NADU TENDER DOCUMENT FOR

DELHI METRO RAIL CORPORATION LTD. (A Joint Venture of Govt. of India & Govt. of NCT, Delhi)

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

Cost of tender document Rs. 500/- Punjab ICT Education Society, Punjab SCO , 2nd Floor, Sector 34-A, Chandigarh

Indian Institute of Information Technology Pune

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

INDIAN INSTITUTE OF TECHNOLOGY INDORE

No:532/Z/17/11/ /10/2014 RE-TENDER NOTICE FOR REMOVAL OF NON BIO MEDICAL WASTE

INDIRA GANDHI NATIONAL OPEN UNIVERSITY. Central Purchase Unit

INDIAN MARITIME UNIVERSITY (A Central University) Ministry of Shipping, Govt. of India EAST COAST ROAD, UTHANDI CHENNAI CAMPUS

Tender. for. Supply & Installation of Laptops. Indian Institute of Technology Jodhpur

BANK OF BARODA. Regional Office 129-D, Civil Lines Bareilly

Tender. for. Supply & Installation of Portable Dissolved Oxygen Meter. Indian Institute of Technology Jodhpur

RESERVE BANK OF INDIA HUMAN RESOURCE MANAGEMENT DEPARTMENT Hyderabad

Tender. for. Indian Institute of Technology Jodhpur

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR, WEST BENGAL TENDER DOCUMENT FOR

CHEMELIL SUGAR COMPANY LIMITED

DELHI METRO RAIL CORPORATION LTD. (A Joint Venture of Govt. of India & Govt. of NCT, Delhi)

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

NIT NO: F.1 (ICSIL)/01/241/ , New Delhi, Dated:

Notice for inviting Tender for hiring of vehicle

NOTICE INVITING TENDER (NIT)

THE TECHNICAL UNIVERSITY OF KENYA

COMMERCIAL TERMS AND CONDITIONS

Embassy of India Abidjan (Cote d'ivoire)

SUPPLY OF SILICON CARBIDE BRICKS AND SILICON CARBIDE MORTAR

vkbz-lh-,e-vkj-& jk"vªh; tutkfr LokLF; vuqla/kku lalfkku ICMR - NATIONAL INSTITUTE OF RESEARCH IN TRIBAL HEALTH

Short Notice Inviting Tender e- NIT No./ 10 of RCC UPPER/RTIC Kathua Dated:

ENGINEERING PROJECTS (INDIA) LTD. (A Govt. of India Enterprise) TENDER NO.- EPI/WRO/CON/680/0061

RITES LIMITED E-BID DOCUMENT

BALMER LAWRIE & CO. LTD.

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD TENDER FOR SUPPLY OF A MOBILE DIESEL DEWATERING PUMP FOR OLKARIA II POWER STATION.

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

dsunzh; fo ky;] cqjgkuiqj ¼e-iz-½ dysdvj vkfql ds ikl eksgeeniqjk] jkosj jksm++] cqjgkuiqj ¼e-iz½& KENDRIYA VIDYALAYA, BURHANPUR (MP)

COUNTY GOVERNMENT OF MARSABIT PROVISION OF FUMIGATION AND PEST CONTROL SERVICES TENDER NO. MBT/COU/56/ september, 2017

Notice for inviting E-Tender for hiring of vehicles

NOTICE INVITING TENDER

INDIAN INSTITUTE OF TECHNOLOGY INDORE

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

SECURITY PAPER MILL, HOSHANGABAD TENDER DOCUMENT FOR PROCUREMENT OF KRAFT PAPER GRADE I

vkbz-lh-,-vkj- ifjlj] ikslv & fcgkj ossvujh dkwyst] ivuk & ¼fcgkj½] Hkkjr

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

F.No.III-129/2017-NZP/ Government of India National Zoological Park Mathura Road, New Delhi - 3

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

THE TECHNICAL UNIVERSITY OF KENYA TENDER DOCUMENT FOR

Janata Bank Limited T E N D E R D O C U M E N T FOR THE PROCUREMENT OF

DREDGING CORPORATION OF INDIA LIMITED (A Government of India Undertaking) Materials Division: Dredge House Port Area: Visakhapatnam

BANSBERIA MUNICIPALITY Rudra Main Road, Bansberia, Hooghly Notice Inviting e-tender

DREDGING CORPORATION OF INDIA LIMITED (A Government of India Undertaking) Materials Division: Dredge House Port Area: Visakhapatnam

JNTUH College of Engineering Hyderabad NATIONAL COMPETITIVE BIDDING FOR PROCUREMENT OF EQUIPMENT

NOTICE INVITING e-tender

TENDER DOCUMENT FOR SUPPLY OF MILK, BREAD, BUTTER & EGGS FOR ESIC MODEL HOSPITAL BAPUNAGAR, AHMEDABAD

Transcription:

NHDC Ltd. (A Joint venture of NHPC Ltd. & Govt. of M.P.) Tender Document For Supply of Electrical Items for Omkareshwar Power Station. Omkareshwar Power Station (520 MW) 1

Prosperity by Hydel Power TENDER FORM NAME OF WORK Estimated Cost Earnest Money Place of Receiving of Tender No. & Date of Issue of Tender Document. Supply of Electrical Items for Omkareshwar Power Station. Rs. 20.98 Lakh Rs. 42,000/- EMD to be deposited in the shape of Demand Draft. Office of Manager (P&C) Omkareshwar Power Station, Administrative Block, URJA VIHAR, Siddhwarkut Distt Khandwa, 450 554 (MP) NHDC Date Name of the Agency to whom issued Manager (P&C) Omkareshwar Power Station, Siddhwarkut. 2

INDEX SL. No. Description From Page No. To Total Pages 1 Front Cover 1 2 2 2 Index of Tender Document 3 3 1 3 4 5 6 7 Section - 1 NIT Section - 2 Instructions to Bidder Section - 3 Terms & Conditions of Contract Section - 4 Technical Specification NIT 0 NIT4 5 ITB 0 ITB 11 12 TCC 0 TCC 5 6 1 7 7 Section - 5 Tender Forms and Schedules TF&S-0 TF&S-12 13 8 Schedule A (BOQ) 1 18 18 Total Pages of Tender Document 64 3

,u,p Mh lh fyfevsm ¼,u,pihlh fyfevsm,oa e/;çns'k 'kklu dk la;qdr m e½ vkbz-,l-vks- 9001&2000 çekf.kr deiuh NHDC Limited (A Joint Venture of NHPC Limited & Govt. of M.P.) ISO 9001-2000 Certified Company vksadkjs'oj ikoj LVs ku ¼520 esxkokv½] ^ÅtkZ fogkj*] fl)ojdwv] ftyk [k.mok & 450554 ¼e-ç-½ nwjhkk"k % 07280&271723 QSDl % 07280&271703 NHDC LIMITED (A Joint venture of NHPC Limited & Govt. of M.P.) SECTION - 1 NOTICE INVITING TENDER OMKARESHWAR POWER STATION NIT0

,u,p Mh lh fyfevsm ¼,u,pihlh fyfevsm,oa e/;çns'k 'kklu dk la;qdr m e½ vkbz-,l-vks- 9001&2000 çekf.kr deiuh NHDC Limited (A Joint Venture of NHPC Limited & Govt. of M.P.) ISO 9001-2000 Certified Company vksadkjs'oj ikoj LVs ku ¼520 esxkokv½] ^ÅtkZ fogkj*] fl)ojdwv] ftyk [k.mok & 450554 ¼e-ç-½ nwjhkk"k % 07280&271723 QSDl % 07280&271703,u,pMhlh 3 Lkh 5 7 1 14 2 1 4 1 fnukad 25@09@2014 fufonk vkea=.k lwpuk,u,pmhlh fyfevsm dh vksj ls fueu dk;z ds fy, Vw&doj fllve ds varxzr izfrf"br QeksZ ls vkuykbu fufonk;sa vkeaf=r dh tkrh gs Supply of Electrical Items for Omkareshwar Power Station. dk;z dk folr`r fooj.k fufonk nlrkost esa fn;k x;k gs,oa,u,pmhlh dh osclkbv www.nhdcindia.com rfkk dsunzh; yksd izki.k ¼lhihih½ ds iksvzy www.eprocure.gov.in/eprocure/app ls Mkmu yksm fd;k tk ldrk gs vksj fufonk nlrkost dks fufonk dh vafre frffk o le; rd dsoy vkwuykbu www.eprocure.gov.in/ eprocure/app osclkbv ij izlrqr fd;k tkuk gsa izr;{k fufonk nlrkost dh fcøh miyc/k ugha gsa 1-0 fufonk dk laf{kir fooj.k Ø- la- en fooj.k 1 dk;z dh vuqekfur ykxr yxhkx :- 20-98 yk[k 2 /kjksgj jkf'k :- 42]000@& ¼:- c;kyhl gtkj ek=½ 3 dk;z lekfir dh vof/k 60 ¼lkB½ fnu 4 fufonk izi= dk ewy; ¼ukWu :- 500@& ¼:- ikap lks ek=½ fjq.mscy½ 5 fufonk vkea=.k izkf/kdkjh eq[; vfhk;ark ¼lh-,.M ih½] vksadkjs oj ikwoj LVs ku] fl)ojdwv Qksu uacj 07280&271716 fufonk 'kqyd,oa /kjksgj jkf k dh ewy izfr vfkok,u,lvkbzzlh jftlvªs ku izek.k i= ¼lR;kfir izfr½ fufonk vkea=.k izkf/kdkjh ds ikl fufonk tek djus dh vof/k rd igqwp tkuk pkfg, vu;fkk fufonk vlohdkj ;ksx; ekuh tk,xha Mkd@dksfj;j }kjk fufonk 'kqyd,oa /kjksgj jkf k Hkstus ij blds [kksus ;k fcyac ds fy,,u,pmhlh dh fdlh Hkh flfkfr esa tokonkjh ugha gksxha 2-0 fufonk dh izeq[k rkjh[ksa Øe fooj.k rkjh[k o le; la[;k 1 izdk'ku dh rkjh[k o le; 27-09-2014 lqcg 10-00 cts 2 fcøh@ dkxtkr Mkmu yksm dh rkjh[k o le; 27-09-2014 lqcg 10-00 cts 3 fcøh@dkxtkr Mkmu yksm ds lekfir rkjh[k o le; 27-10-2014 nksigj 4-00 cts 4 Li Vhdj.k izkjahk rkjh[k o le; 27-09-2014 lqcg 11-00 cts 5 Li Vhdj.k lekfir dh rkjh[k o le; 18-10-2014 lka; 5-30 cts 6 fcm izlrqr djus dh izkjahk rkjh[k o le; 27-09-2014 lqcg 11-00 cts 7 fcm izlrqr djus dh lekfir rkjh[k o le; 27-10-2014 lka; 5-30 cts 8 fcm [kksyus dh rkjh[k o le; 28-10-2014 nksigj 4-00 cts 3-0 ik=rk vko';drk % i) fufonkdkj ds ikl 31 ekpz 2014 dks lekir gksus okys finys rhu fofrr; o"kz ds nksjku vkslr okf"kzd dkjksckj :i;s 6-29 yk[k ls vf/kd dk gksuk pkfg,a ii) fufonkdkj dks foxr nks o"kksza ¼fufonk vkea=.k ds finys ekg dh vafre frfkh rd½ ds nksjku] fdlh Hkh,d o"kz esa] fdlh Hkh ljdkjh fohkkx@m?ke ;k izfr"bhr futh daiuh ls leku lkexzh ds vkiwfrz vkns k] ftudh lap;h ¼dqy½ /kujkf k fufonk ds vuqekfur ykxr dh de ls de 60 izfr kr (12-59 yk[k) gks] izkir gksus pkfg,a ¼vkiwfrZ vkns kks a dh Nk;k çfr lkfk esa layxu djsa½ ^^lekuk vkiwrhz** ls vk'k; Supply of Electrical items NIT1

iii),u,p Mh lh fyfevsm ¼,u,pihlh fyfevsm,oa e/;çns'k 'kklu dk la;qdr m e½ vkbz-,l-vks- 9001&2000 çekf.kr deiuh NHDC Limited (A Joint Venture of NHPC Limited & Govt. of M.P.) ISO 9001-2000 Certified Company fufonkdkj ds ikl isu uacj rfkk Vhu@lsy VsDl jftlvªs ku izek.k i= gksuk pkfg,a vksadkjs'oj ikoj LVs ku ¼520 esxkokv½] ^ÅtkZ fogkj*] fl)ojdwv] ftyk [k.mok & 450554 ¼e-ç-½ nwjhkk"k % 07280&271723 QSDl % 07280&271703 4-0 fooj.k@vkwuykbu VsaMfjax laca/kh lwpuk ;Fkk lhihih iksvzy ij iathdj.k fcm dh rs;kjh] fcm dk izlrqr djuk br;knh tkudkjh Vs.Mj nlrkost esa miyc/k gsa,u,pmhlh dks fdlh Hkh fufonk ;k lhkh fufonkvksa dks vlohd`r djus dk vf/kdkjh gs vksj,sls vlohd`r fufonkvksa ds dkj.k crkus gsrq ck/;dkjh ugha gksxka,u,pmhlh ds fy, izca/kd ¼lh-,.M ih-½ çfrfyfi% lwpukfkz % 1- egkizca/kd ¼ekuo lalk/ku½],u,pmhlh fyfe-] HkksikyA 2- eq[; vfhk;ark ¼flfoy½],u,pMhlh fyfe-] vksadkjs oj ikoj LVs ku] fl)ojdwva 3- eq[; vfhk;ark ¼fo qr½],u,pmhlh fyfe-] vksadkjs oj ikoj LVs ku] fl)ojdwva 4- çca/kd ¼fo qr½ dkyksuh],u,pmhlh fyfe-] vksadkjs oj ikoj LVs ku] fl)ojdwva 5- izca/kd ¼foRr½],u,pMhlh fyfe-] vksadkjs oj ikoj LVs ku] fl)ojdwva 6- ifj;kstuk lrdzrk vf/kdkjh],u,pmhlh fyfe-] vksadkjs oj ikoj LVs ku] fl)ojdwva 7- dk;zikyd lfpo }kjk egkizca/kd egksn;],u,pmhlh fyfe-] vksadkjs oj ikoj LVs ku] fl)ojdwva lwpuk ivy ij yxokus gsrq % 1- egkizca/kd],u,pmhlh fyfe-] vkj,.m vkj] [kamokka 3- egkizca/kd],u,pmhlh fyfe-] bafnjk lkxj ikoj LVs ku] ueznk uxja 3- eq[; vfhk;ark ¼ih-,e-,.Mlh-½],u,pMhlh fyfe-] HkksikyA 4- ofj-izca/kd ¼flfoy½],u,pMhlh fyfe-] leidz dk;kzy;] bunksja 5- ftyk/kh k egksn;] flfoy ykbzu] [k.m+ok&450 001 ¼e-iz-½A 6- dfe uj uxj fuxe] uxj fuxe Ldos;j] VkÅu gkwy] [k.m+ok&450 001A 7- eq[; vfhk;ark] ueznk?kkvh fodkl çk/khdj.k] lukona 8- dk;zikyu ;a=h] yksd fuekz.k fohkkx] yksd fuekz.k fohkkx dkyksuh] flfoy ykbzu] [k.m+ok&450 001 ¼e-iz-½A 9- vuqfohkkxh; vf/kdkjh] yksd fuekz.k fohkkx] LVs ku jksm+] 10- lwpuk ivy],u,pmhlh fyfe-] vksadkjs oj ikoj LVs ku] fl)ojdwva cm+okga NIT2

,u,p Mh lh fyfevsm ¼,u,pihlh fyfevsm,oa e/;çns'k 'kklu dk la;qdr m e½ vkbz-,l-vks- 9001&2000 çekf.kr deiuh NHDC Limited (A Joint Venture of NHPC Limited & Govt. of M.P.) ISO 9001-2000 Certified Company vksadkjs'oj ikoj LVs ku ¼520 esxkokv½] ^ÅtkZ fogkj*] fl)ojdwv] ftyk [k.mok & 450554 ¼e-ç-½ nwjhkk"k % 07280&271723 QSDl % 07280&271703 NHDC 3 C 5 7 1 14 2 1 4 1 fnukad 25@09@2014 NOTICE INVITING TENDER Online bids under Two-Cover system are invited on behalf of NHDC Ltd. from reputed firms for following works. Supply of Electrical Items for Omkareshwar Power Station. The details of work are available in the tender document which can be downloaded from website www.nhdcindia.com and Central Public Procurement (CPP) Portal www.eprocure.gov.in/eprocure/app and the bid is to be submitted online only on www.eprocure.gov.in/eprocure/app upto last date and time of submission of tender. Sale of physical tender document is not applicable. 1.0 Brief Details of Tender: S. No. Item Description (i) Estimated cost of the Work Approx. Rs. 20.98 Lacs (ii) EMD (Bid security) Rs. 42,000/- (Rupees Forty Two Thousand only) (iii) Completion period 60 (sixty) Days (iv) Tender document fees (Non- Rs. 500/- (Rupees Five Hundred) Refundable) (v) Tender Inviting Authority Chief Engineer (C&P), NHDC Ltd., Omkareshwar Power Station, Siddhwarkut Phone/Fax No. 07280-271716 Note: Tender Fee and EMD (in original) or NSIC Certificate (attested copy) 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. NHDC shall not be responsible for any delay or loss,due to Postal/Courier Services. 2.0 Critical Dates of Tender: S. No. Particulars Date & Time (i) Publish Date & Time 27.09.2014 : 10.00 AM (ii) Sale/ Document Download Start Date & Time 27.09.2014: 10.00 AM (iii) Sale/ Document Download End Date & Time 27.10.2014: 4.00 PM (iv) Clarification Start Date & Time 27.09.2014: 11.00 AM (v) Clarification End Date & Time 18.10.2014: 5.30 PM (vi) Bid Submission Start Date & Time 27.09.2014: 11.00 AM (vii) Bid Submission End Date & Time 27.10.2014: 5.30 PM (viii) Bid Opening Date & Time 28.10.2014: 4.00 PM NIT3

,u,p Mh lh fyfevsm ¼,u,pihlh fyfevsm,oa e/;çns'k 'kklu dk la;qdr m e½ vkbz-,l-vks- 9001&2000 çekf.kr deiuh NHDC Limited (A Joint Venture of NHPC Limited & Govt. of M.P.) ISO 9001-2000 Certified Company vksadkjs'oj ikoj LVs ku ¼520 esxkokv½] ^ÅtkZ fogkj*] fl)ojdwv] ftyk [k.mok & 450554 ¼e-ç-½ nwjhkk"k % 07280&271723 QSDl % 07280&271703 3.0 Qualifying Requirement: A. Bidder must have average annual turnover during last three financial years ending 31 st March 2014 more than Rs. 6.29 Lacs. Documentary evidence such as Balance Sheets / Profit & Loss account for last three years or Certificate from Charted Accounted account in respect of annual turnover for the last 3 (Three) years ending 31 st March 2014. B. The bidder must have received supply orders for supply of similar nature of materials of cumulative amount not less than 60% (12.59 lakhs) of estimated cost in any one year from any Govt. Deptt. /Undertaking or reputed private companies during the last two years as on last date of previous month from the month of issue of NIT. (copy of the supply orders must be enclosed) "Similar Supply, means Supply of Electrical item. C. The bidder should have valid PAN No. and TIN/Sales Tax registeration certificate 4.0 The details/ information regarding online tendering i.e. Registration on CPP portal, Preparation of Bid and Submission of bid are available in the tender document. NHDC reserves the right to reject any or all tenders and shall not be bound to assign any reason for such rejection. For and on behalf of NHDC Ltd., Manager (C&P) Copy to: For Kind Information Please 1. General Manager (HR), NHDC Ltd., Bhopal. 2. Chief Engineer (C), Omkareshwar Power Station, Siddhwarkut. 3. Chief Engineer (E), Omkareshwar Power Station, Siddhwarkut. 4. Manager (E) Colony, NHDC Ltd., Omkareshwar Power Station, Siddhwarkut. 5. Manager (F), NHDC Ltd., Omkareshwar Power Station, Siddhwarkut. 6. Project Vigilance Officer, NHDC Ltd., Omkareshwar Power Station, Siddhwarkut. 7. SPS to G.M. NHDC Ltd., Omkareshwar Power Station, Siddhwarkut. Display On Notice Board Please 1. General Manager (R&R), NHDC Ltd., Khandwa. 2. General Manager, NHDC Ltd., ISPS Narmada Nagar. 3. Chief Engineer (PM&C), NHDC Ltd., Bhopal. 4. Sr. Manager (Civil), NHDC Ltd., Liaison Office, Indore. 5. Collector, Civil Lines, Khandwa 450 001 (M.P.). 6. Commissioner Nagar Nigam, Nagar Nigam Square, Town Hall, Khandwa 450 001 (M.P.). 7. Chief Engineer, NVDA, Sanawad. 8. Executive Engineer, PWD, PWD Colony, Civil Lines, Khandwa 450 001 (M.P.). 9. Sub Divisional Officer, PWD, Station Road, Barwaha. 10. Notice Board, NHDC Ltd., Omkareshwar Power Station, Siddhwarkut. NIT4

NHDC LIMITED (A Joint venture of NHPC Limited & Govt. of M.P..) SECTION - 2 Instructions to Bidders OMKARESHWAR POWER STATION ITB0

SECTION -II Instructions to Bidders (This section will not form part of Contract Agreement) 1.0 Online bids under two envelope/cover system is hereby invited on behalf of NHDC Ltd., Bhopal (A Joint Venture of NHPC Ltd. & GoMP) (hereinafter referred to as Corporation/ Employer) from reputed firms for Supply of Electrical Items for Omkareshwar Power Station. as per the enclosed Schedule of Quantities and Prices (Schedule-A). Tender forms can also be downloaded from the corporation website www.nhdcindia.com & www.eprocure.gov.in/eprocure/app 1.1 This section of the bidding documents provides the information necessary for bidders to prepare online responsive bids, in accordance with the requirements of the Corporation/ Employer. It also provides information on online bid submission, opening, evaluation and contract award. 1.2 INSTRUCTIONS 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. 1.2.1 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. vii. 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. Bidders can than log into the site through the secured login by entering their userid / password and the password of the DSC / etoken. ITB1

1.2.2 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. Bidder 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. iv. Any clarifications if required than same may be obtained online through the tender site, or through the contact details given in the tender document. 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, TIN, 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. 1.2.3 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. iii. iv. Bidder should prepare the Tender Fee and EMD as per the instructions specified in the NIT/ tender document. The originals should be submitted to the Tender Inviting Authority, on or before the last date & time of bid submission. The details of the DD/BC, 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. 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. Bidder shall select the payment option as offline to pay the Tender Fee/ EMD and enter details of the DD/BC. v. Bidder shall digitally sign and upload the required bid documents one by one as indicated in the tender document. ITB2

vi. vii. viii. Bidders shall note 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. Bidder shall note that each document to be uploaded for the tender should be less than 2 MB. If any document is more than 2MB, 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. 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 rates both in figures and words in white background cells, thereafter save and upload the file in financial bid cover (Price bid) only. If the Schedule of Quantities & Prices file is found to be modified by the bidder, the bid will be rejected. 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. xii. Bidder 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. 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. 2.0 QUALIFYING REQUIREMENT 2.1 The bidders must fulfill the following minimum Qualifying Criteria: - i. The bidder must have average annual financial turnover during the last three financial year ending on 31 st march 2014, at least 30% (Rs. 6.29 lakhs) of the ITB3

estimated cost. Documentary evidence such as Balance Sheets / Profit & Loss account or Certificate from Charted Accounted account for the last 3 (Three) years ending 31 st March 2014. ii. iii. The bidder must have received supply orders for supply of similar nature of materials of cumulative amount not less than 60% (12.59 lakhs) of estimated cost in any one year from any Govt. Deptt. /Undertaking or reputed private companies during the last two years as on last date of previous month from the month of issue of NIT. "Similar works, means Supply of Electrical items. The bidder must have valid PAN no. and TIN/Sales Tax Registration Certificate or VAT Registration. 2.2 The bidder shall furnish Scanned copy of documents for proof as below for fulfilling qualifying criteria as above failing which his offer shall be summarily rejected: i. Scanned Copies of Audited Balance Sheet/Profit & loss account for the last three financial years or Certificate from Charted Accountant in respect of annual turnover for last three years ending 31 st March 2014, attested by Gazetted officer/notary,. ii. Scanned Copies of similar supply orders for qualifying the criteria mentioned at 2.1(ii) attested by Gazetted officer/notary. iii. Scanned Copy of Permanent Account Number (PAN) allotted to the firm / proprietor and TIN/Sales Tax Registration Certificate or VAT Registration. iv. Small Scale Units registered with National Small Industries Corporation (NSIC) under their single point registration scheme, seeking exemption from furnishing the EMD and tender fee should submit copy of Valid NSIC certificate issued for the tendered items in their favour, attested by Gazetted Officer/ Notary. 3.0 CONTENT OF TENDER DOCUMENT Section 1: Notice Inviting Tender Section 2: Instruction to Bidders Section 3: General Terms and Conditions Section 4: Technical Specifications Section 5: Tender Forms & Schedules 4.0 The unit rates in Schedule of Quantities & Prices (Schedule-A) shall be quoted strictly in figures as well as in the words, in case of discrepancy between these two, the unit rates written in words shall be taken for evaluation and the amount shall be rectified by multiplication of the quantity by the unit rate. ITB4

Make of the Items to be Supplied: The bidder should clearly mention single of each item intended to be supplied under this tender, for which price are being quoted. Otherwise it would be presumed that quoted rated are applicable for any mentioned in the tender document and the corporation shall be at liberty to select the of item from the mentioned in this tender document. In this case bidder will be bound to supply the item of the mentioned in the supply order and no correspondence shall be acceptable in this regard The bidder should submit annexure-i of section -4 in this regard. 5.0 VALIDITY OF OFFER:- The validity of offer shall be 120 days from the date of opening of tender. A bid valid for a shorter period may be rejected by the Purchaser as being non responsive. In exceptional circumstances, prior to expiry of the original tender validity period, the Corporation may request the bidder, in writing, for a specified extension in the period of validity. The bidder may refuse the request without forfeiting its EMD (bid security). The bidder agreeing to the request will neither be required nor be permitted to modify its tender. The provisions regarding discharge and forfeiture of EMD shall continue to apply during the extended period of tender validity. 6.0 EARNEST MONEY DEPOSIT 6.1 The bidder shall deposit EMD of Rs. 42,000/- (Rupees Forty Two Thousand only) in the form of Demand draft/ Bankers Cheque in favour of NHDC Ltd payable at Bank of India, Siddhwarkut, branch code (9531) or State bank of India, Barwah, branch code (30029). Request for exemption from payment of Bid Security will not be accepted in any case. 6.2 Small Scale Units registered with National Small Industries Corporation (NSIC) under their single point registration scheme for stores/works are exempted from furnishing the EMD and tender fee. They should furnish with the tender a photo copy of valid registration certificate/letter issued by NSIC for tendered items, in their favour duly notarized/ attested for the works covered under this tender document. The EMD of unsuccessful bidders shall be returned to them after award of order to successful bidder. No interest shall be paid on EMD. Tender received unaccompanied by either a requisite EMD or a valid registration certificate issued by NSIC shall not be considered. 6.3 The Bidders shall not be entitled, during the period of validity of their offers without the consent in writing of the Corporation, to revoke or withdraw their bids or change in any respect of their offer or any terms and conditions thereof. In case of a Bidder revoking or withdrawing his Bid or changing any terms and conditions in regard thereto without the consent of the Corporation in writing, the Corporation may at his discretion, forfeit the Bid Security furnished by the Bidder along with his offer. In addition to this the bidder may at the discretion of the Corporation, be debarred from bidding for a period as may be considered fit by the Corporation, against any bid that might be invited by the Corporation in future. The Corporation will also be within its rights to circulate the information at its discretion to other prospective corporation s about the bidders having withdrawn his offer within the validity period. ITB5

6.4 Any Bid not accompanied with proper EMD shall be rejected summarily as being nonresponsive and the price bid (Cover - 2) will not be opened. 6.5 The EMD of the unsuccessful bidders will be returned without interest within 28 days after the award of the tender. 6.6 The EMD (bid security) will be forfeited: i. If the Bidder withdraws the Bid after bid opening (technical bid) during the period of Bid validity; or ii. iii. iv. If a bidder fails to accept rectification of arithmetical errors noticed by the Corporation or If the Bidder adopts corrupt or fraudulent practices or In the case of a successful Bidder, if the Bidder fails within the specified time limit to v. Sign the Agreement; and/or vi. Furnish the required Performance Security Deposit. 7.0 TENDER FEE: - The Bidder shall have to deposit Tender fee of Rs 500.00 (Five Hundred only) in form of DD/Bankers cheque in favor of NHDC Ltd. payable at State Bank of India (Code no. 30029), Barwaha, branch or Bank of India,NHDC,Siddhwarkut branch code -(9531), if the tender Document is downloaded from the website. Small Scale Units registered with National Small Industries Corporation (NSIC) under their single point registration scheme for Stores/works are exempted from furnishing tender fee. 8.0 Compliance of Technical specification & Make:- The bidder should clearly mention single of each item intended to be supplied under this tender and deviation in technical specification of offered items w.r.t. specification mention in schedule A, if any. In this regard bidder has to furnish the Annexure-I of schedule-4. 9.0 Submission of Offer 9.1 The tender shall be submitted online in two cover system duly scanned and digitally signed by the authorized representative of the bidder as follows: A. Cover-1 (Technical Bid) Online bids should be submitted containing scanned copy of following document in Cover-1. i. Tender fee (non refundable) of Rs. 500/-, as per clause 7.0 above. ii. Earnest Money Deposit (refundable) of Rs. 42,000/- as per Clause 6.0 above. ITB6

iii. iv. Authorization/Power of Attorney in favour of authorized signatory for signing of documents and online submission of bid having following information Name & Address of Contact Person Telephone/Fax No. Mobile No. E- Mail ID Attested Copy of PAN and TIN/Sales Tax or VAT Registration Certificate. v. Attested copies of Supply Orders, attested by Gazetted Officer/ Notary in fulfillment of Eligibility Criteria. vi. Balance sheet and Profit & loss account attested by Gazetted Officer/ Notary or certificate from Charted Accounted in fulfillment of Eligibility Criteria. vii. The bidders or his authorised representative shall sign and upload all the document, owing responsibility for their correctness/ authenticity and submit declaration in respect of acceptance of terms and conditions of tender document as per Annexure-III of Section-5. viii. ix. Small Scale Units registered with National Small Industries Corporation (NSIC) under their single point registration scheme for stores/works are exempted from furnishing the EMD and tender fee. They should furnish with the tender a duly attested photo copy of valid registration certificate/letter issued by NSIC for tendered items, in their favor duly notarized/ attested for the works covered under this tender document. Duly filled form for electronics clearing service (credit clearing) and duly certified by the bank authority, Annexure-V of Section-5. x. Declaration/ Undertaking for identifying Micro, Small & Medium Enterprises under MSMEDA 2006, Annexure-IV of Section-5. Note: Please note that without documentary evidence uploaded with the Technical offer (Cover-I), the status of applicability of MSMEDA act shall be treated as Not Applicable. xi. xii. Certification under Fraud Policy of NHDC Ltd., Annexure-VI of Section-5. Duly filled & signed Annexure No.-VII of Section-5 The bidders are cautioned that divulging of any price information in Cover-1 (Technical Bid) will result in rejection of their bid. B. Cover-2 (Price Bid) The Cover-2 shall contain the price bid in the enclosed "Schedule of Quantities & Prices" as per the format enclosed at Schedule A. Any clause governing the bid subject to market fluctuation is not acceptable. ITB7

The quoted rates shall be written in figures and words on enclosed Proforma i.e. Schedule A and in case of inconsistency; unit rates mentioned in the words would prevail over those of figures and should be duly signed by the bidder or his authorised person. The Rates should be quoted in schedule A inclusive of all applicable taxes, duties, freight etc. (exclusive of insurance & entry tax) FOR Central Store, Omkareshwar Power Station, Siddhwarkut. Distt. Khandwa (M.P.) to avoid any post discrepancies. However, all applicable taxes & duties should be clearly mentioned by the supplier at the time of supply in their Invoice. 9.2 The bidder is advised to avoid offering of rebate/discount. However in case of exceptional circumstances, the rebate/ discount offered by the bidder should be only in the Price bid i.e. Schedule of Quantities & Prices itself. The rebate/ discount offered anywhere else shall not be considered for the purpose of the evaluation of bids. The bidder should offer the rebate on a percentage basis applied uniformly to all the Unit rate of the Schedule of Quantities & Prices except those, which have been stipulated by the Corporation. 10.0 SUBMISSIONS AND OPENING: - 10.1 The bid should be submitted online at website http://eprocure.gov.in/eprocure/app only, by the due date 27.10.2014 and time upto 05:30 PM. The Server Date & Time as appearing on the website http://eprocure.gov.in/eprocure/app shall only be considered for the cut-off date and time for submission of bids. Offers sent through post, telegram, fax, telex, e-mail, and courier or by any other mode will not be considered. In case of date of opening is declared as holiday tender will be opened on next working day at same time. 10.2 Only those bidders shall be considered qualified by the Corporation, who submit requisite EMD and documents accept all the terms & conditions of the Tender document unconditionally and meet the qualifying requirement stipulated in the Tender document. The decision of the Corporation shall be final and binding in this regard. 10.3 The bidder shall bear all cost associated with the preparation and submission of its bid and the Corporation will in no case be responsible or liable for these cost, regardless of the conduct or outcome of the tendering process. 11.0 Normally the tender will be accepted of those bidders whose quoted rates are found to be lowest but NHDC is not bound for such acceptance and reserves the right to accept or reject any offer without assigning any reason thereof. Bidder shall have no objection to such rights of NHDC. 12.0 Evaluation of Bids:. 12.1 The Corporation will determine whether each bid is of acceptable quality, is generally complete and is substantially responsive to the tender document. For the purposes of this determination, a substantially responsive bid is one that conforms to all the terms, conditions & specification of the tender document without material deviations, ITB8

objections, conditionality or reservation. 12.2 The corporation s determination of bid s responsiveness shall be based on the contents of the bid itself without recourse to extrinsic evidence. 12.3 If a bid is not substantially responsive, it will be rejected by the Corporation and may not subsequently be made responsive by the bidder by correction of the nonconformity. 12.4 The bid that does not meet minimum acceptable standards of completeness, consistency and details will be rejected for non-responsive. 12.5 If the present performance of the bidder in a current contract for any major work is unsatisfactory as certified by the project authority of the relevant project, the offer of the bidder will be summarily rejected without assigning any reasons there of. 12.6 If any of the information furnished by the bidder is found to be incorrect, the bid/contract is liable to be rejected/terminated and EMD/performance security will be forfeited. 12.7 Only those bidders shall be considered qualified by the Corporation, who submit requisite EMD, tender fees and documents, point wise reply of the terms & conditions of the Tender document acceptable to the Corporation and meet the Qualifying requirement stipulated in the bidding document. The decision of the Corporation shall be final and binding in this regard. Bidder needs to submit the stamped & signed copy of tender document as token of acceptance of all the terms & conditions. In case bidder submits stamped and signed copy of documents, it will be presumed that all the terms & conditions of tender document are acceptable to bidder. Deviation in terms & conditions, if any need to be specifically mentioned by the bidder. 12.8 The bid(s) shall be evaluated based on the criteria set forth here under: The evaluation process shall be carried out in two stages i. Evaluation of Eligibility criteria and Techno-commercial evaluation ii. Financial evaluation 12.8.1 The bidder who meets the Eligibility criteria shall be considered for further evaluation. The bidders who do not meet the qualifying criteria shall be rejected and their unopened price bid(s) shall be returned. 12.8.2 The techno-commercial bid of those prospective bidders who are found to be meeting the qualifying criteria shall be evaluated. The bidders whose bid(s) are found to be techno-commercially acceptable shall be considered for further evaluation. Bid(s) not fulfilling the techno-commercial requirement of the bid(s) shall be considered nonresponsive and rejected and the price bid(s) of such bidder shall be returned unopened. 12.8.3 The Price bid(s) of the prospective bidders, who fulfils the techno-commercial requirement of the bid(s), shall be evaluated further. Normally the tender will be accepted of that bidder whose quoted rates are found to be lowest. The tender shall ITB9

be awarded on single tender responsibility basis i.e. firm will not sublet the supply/work to other party. 12.8.4 The bidder shall promptly provide all necessary information and documents to be submitted to the Corporation during evaluation of its tender. Failure to provide correct and timely information, concealment of material facts regarding litigation history and arbitration proceedings etc. having a material bearing on the evaluation process may render its tender being treated as non-responsive and will be liable to rejected summarily. 12.8.5 If the present performance of the bidder including any of the partners of the firm, in a current contract is unsatisfactory 'as certified by the Client/Employer', the tender of the bidder will be summarily rejected without assigning any reason. 13.0 The tender document is not transferable. 14.0 Bidders will not be allowed to revise the quoted rates of their own, once "Technical Bid" has been opened by the Corporation. The bidder shall bear all cost associated with the preparation and submission of its tender and the Corporation will in no case be responsible or liable for these cost, regardless of the conduct or outcome of the tendering process. 15.0 Normally the tender will be accepted of those bidders whose quoted rates are found to be lowest but the Corporation is not bound for such acceptance and reserve the right to accept or reject any offer without assigning any reason thereof. Bidder shall have no objection to such rights of the Corporation. The Corporation also reserves the right to split the Supply Order item wise, based on the lowest evaluated rates quoted in individual item by the supplier. 16.0 Notification of Award. 16.1 The bidder whose bid has been accepted will be notified for the award by the Corporation prior to expiration of the Bid validity period through the Supply Order, which will state the sum that the Corporation will pay to the Contractor in consideration of the execution, completion by the Contractor as prescribed in the Contract. 16.2 The notification of award will constitute the formation of the Contract until the Formal Agreement is signed. 16.3 The Bidder shall promptly check their e-mailbox registered with CPP Portal for receipt of any information/clarification/ correspondence in respect of their bid. The Corporation shall not be responsible for non-receipt/failure of e-mail to the bidders. 16.4 If any of the information furnished by the bidder is found to be incorrect, the Bid/ contract is liable to be rejected/terminated and the EMD/ Performance Security will be forfeited. 17.0 NHDC reserves the right to cancel the tender without assigning any reason thereof. 18.0 The prospective bidders requiring any clarifications in respect of tender document may ITB10

obtain the same online/ offline from Tender Inviting Authority as per NIT at least 7 days before the deadline for submission of bid. The Corporation shall not be bound to respond to the request from the prospective bidders and this shall not become the reason for claiming extension of the deadline for the submission of the bid. 19.0 Conditional offers are liable for rejection 20.0 Tenders from those tenderers who have not submitted their offer as per NIT will not be considered. 21.0 FRAUD AND CORRUPTION: 21.1 It is expected from the bidders that they will observe the highest standard of ethics in pursuance of Fraud and Corruption policy and furnish Certificate as per Annexure-VI of Section-IV. a. For the purpose of this provision, the terms set forth below shall mean as under: (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) (iii) 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 Purchaser, 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 Purchaser of the benefits of free and open competition; collusive practice means a scheme or arrangement between two or more bidders, with or without the knowledge of the Purchaser, designed to establish bid prices at artificial, non competitive levels; and (iv) coercive practice means harming or threatening to harm, directly or indirectly, person or their property to influence or affect the execution of a contract; b. A Bid may be rejected by the Purchaser if it is determined at any stage that the respective Bidder has engaged in corrupt, fraudulent practice(s), collusive and coercive practices in competing for the contract in question. The Purchaser may declare a firm ineligible, either indefinitely or for a stated period of time, if it at any time determines that the firm has engaged in corrupt, fraudulent practice(s), collusive and coercive practices in competing for, or in executing, a contract. ITB11

NHDC LIMITED (A Joint venture of NHPC Limited & Govt. of M.P.) SECTION - 3 Terms & Conditions OMKARESHWAR POWER STATION TCC0

1. Price: Price shall be firm & final. SECTION - III Terms & Conditions 2. F.O.R.: Central Store, Omkareshwar Power Station, Urja Vihar, Siddhwarkut, Distt. Khandwa (MP) - 450554. 3. Taxes & duties: All applicable taxes, duties & levies shall be paid/recovered on actual basis as per Govt. notification at the time of dispatch of material. C- Form will be issued by NHDC. If applicable, Entry tax shall be borne by NHDC Ltd. The rate of tax & duties prevailing at the time of dispatch shall be payable subject to condition that supplies are delivered within delivery time of supply order. In case the delivery of items gets delayed due to reason attributable to the supplier, no additional liability on account of any increase in tax & duties shall be payable to the supplier. However, in case rate of tax & duties decreases during the extended delivery period, the benefit in this regard shall accrue to NHDC Ltd. 4. Validity of offer shall have to remain valid for 120 days from the date of opening of tender. 5. Completion Period: The period of supply & delivery of the material at Omkareshwar Power Station, Central Store (FOR), complete in all respect, as per the specifications, shall be 60 (sixty) days reckoned from the date of issue of this supply order. 6. Delay in Supply: If the supplier fails to complete the supply or any part thereof, within the prescribed time of supply or any extension thereof, the supplier shall pay to the purchaser, the penalty equal to amount computed @ ½ (half) percent per week or part thereof of the whole supply order value. The aggregate amount of such penalty shall in no case exceed 10% (Ten) percent of the supply order value. 7. Guarantee/Warranty: Material to be supplied shall be guaranteed against any defect or inadequate design/workmanship or proper fitment in suitable location for at least for a period of 18 months from the date of delivery at site or 12 months from the date of installation, whichever is earlier. In the event of occurrence of any fault in performance/defect material due to inadequate design/workmanship or improper fitment during guarantee period, the same shall be replace/ good by the contractor, free of cost, including the cost of transportation and packing. In case manufacturer s guarantee stands for longer duration, longer guarantee/warranty period shall be applicable. The guarantee/warranty certificate shall be submitted along with the dispatch of equipment before release of payment. 8. Insurance: Insurance of the item to be supplied is in the NHDC Ltd. scope. The supply material shall be covered under the inland transit insurance (policy no. : 45071221130200000004) of the purchaser. The Supplier has to intimate the dispatch details to NHDC LTD.,Omkareshwar Power Station and Purchaser s insurance company M/s New India Assurance Company limited, OPP. Anand Parisar Main Road, Anand Nagar,Khandwa-450001.(Mob-09827008881, 09424407641, Fax-0733-2249064, 2248 024, e-mail-njs.sachdeva@newindia.co.in, nia.450712@newindia.co.in 9. Performance Bank Guarantee: The contractor shall submit the performance bank guarantee in the form of Bank Guarantee from an Indian Nationalized Bank or State Bank of India or any schedule bank of India on the Form enclosed as Annexure-II of Section-5 for an amount equal to Ten (10) percent of the supply order value, within 28 days from the date of issue of order. The Performance bank guarantee shall be released after the expiry of warranty period. No interest shall be paid on Performance bank guarantee. TCC1

10. Payment Terms A. Subject to any deduction which the Purchaser may be authorised to under the Supply, and/or any additions or deductions provided for under the supply, the supplier shall be entitled to payment as follows;- i. 90% payment of basic value of supply order along with 100 % taxes and duties shall be made through RTGS on the submission following documents a. Evidence of despatch (GR/LR etc.), b. Contractors detailed invoice, c. Detailed packing list d. Test certificate(s), if applicable. e. Inspections report/despatch Instructions signed by authorised representative of Omkareshwar power station. f. Copy of intimation of the material dispatch details sent to the Purchaser s Insurance Company ( as per clause no.8) g. Guarantee/Warranty certificate (as per clause no.6) ii. 10% of the basic value of supply order shall be paid on presentation of the supplier s/contractor s invoice within 60 days after the receipt of material at Central Store, Urja Vihar, Omkareshwar Project Siddhwarkut Distt. Khandwa B. All payments will be made in Indian Rupees through RTGS. C. In the event of the supplier/contractor not being able to supply the materials or to carry out supply in accordance with the terms of the contract, the purchaser shall have the right to recover any sums, advance etc. from the supplier and from his assets. 11. Paying Authority: The Manager (Finance), Omkareshwar Power Station, NHDC, Urja Vihar, Siddhwarkut. 12. Inspection: Before despatch, inspection of the items shall be made by an authorised representative of NHDC, Omkareshwar Project as per relevant standards. Advance intimation, in this regard, may be given by the supplier. All type of arrangement regarding inspection of the material at shop / godown / manufacturer s place along with required testing equipment shall have to be arranged by the supplier. 13. The supplier at his own cost will replace damaged item having manufacturing defects. 14. Consignee: Manager (Central Store), Omkareshwar Power Station, NHDC Ltd., Siddhwarkut. 15. Engineer In charge: The Manager (E), Colony Electrical Maintenance 16. Engineer In Charge Decision: In respect of all matters, which are left to the decision of the Engineer-in-Charge including the granting or withholding of certificates, the Engineer-in-charge shall, if required, give in writing a decision thereon and his reasons for such decision. Such decision shall be final and binding on the Contractor. 17. General Instructions: The supply shall be made within the stipulated period as per supply order. The material supplied should be of the same specifications and quality as mentioned in the supply order failing which the items will not be accepted and returned to the supplier at it s own risk and cost. TCC2

18. Correspondence: Correspondence regarding execution of supply/payment/time extension has to be made with consignee /Engineer -In- charge. 19. SUBLETTING OF CONTRACT:- The contractor shall not, without the prior consent in writing of the Engineer-in-Charge or Purchaser, which shall not be unreasonably withheld, assign or sublet or transfer his Contract, or substantial part thereof other than for raw materials, for minor details, or for any part of the work, of which the suppliers and or erectors are named in the Contract, provided that any such consent shall not relieve the Contractor from any obligation, duty or responsibility under the Contract 20. Fraud Policy: The contractor shall be required to certify that They would adhere to fraud policy and not indulge or allow anybody else working in their organization to indulge in fraudulent activities and would immediately appraise the organization of the fraud / suspected fraud as soon as it comes to their notice. 21. Force Majeure : In the event of either party being rendered unable by force Majeure to perform any obligation required to be performed by them under this Contract, the relative obligation of the party effected by such force mature shall be treated as suspended for the period during which such force Majeure clause lasts. For the purpose of this Contract, force Majeure shall include, without limitation, wars, insurrections, civil disobediences, riots, earthquakes, storms, floods, acts of God, which is of such nature as to delay, curtail or prevent timely action by either party. Upon the occurrence of such cause and upon its termination, the party alleging that it has been rendered unable, as aforesaid, thereby shall notify the other party in writing by registered notice within 72 (seventy two) hours of the alleged beginning and ending thereof. The Notice shall be followed by a certificate from local Chamber of Commerce or the Statutory Authority as satisfactory evidence in support of the claim within 15 days of occurrence and cessation of such Force Majeure conditions. Time for performance of the relative obligation suspended by the force Majeure shall stand extended by the period for which such causes lasts. If works are suspended by the force Majeure conditions lasting for more than two months, the Purchaser shall have the option of cancel; rescind this Contract in whole or part thereof, at its discretion. 22. BREACH OF COTRACT: - In case of non-performance in any form or shape of the covenants and conditions in this Contract by the Contractor, the Purchaser shall have power to annul, rescind, cancel or terminate the Contract and upon its notifying in writing to the Contractor that it has so done this Contract shall absolutely determine. The decision of the Purchaser in this regard shall be final and binding. 23. REPLACEMENT OF DEFECTIVE MATERIAL: If during the progress of the work, the Engineer-in-Charge shall decide and notify, in writing to the Contractor that the Contractor has executed any unsound or imperfect work or has supplied any plant material etc, as may be covered under the scope of the work, inferior in quality to that specified, the Contactor, on receiving details of such defects or deficiency, shall at his own expense, within such time as may be reasonably necessary for making it good, proceed to alter, reconstruct or remove such work, or supply fresh materials up to the standard of the Specification and in case the Contractor shall fail to do, so, the Purchaser may, on giving the Contractor seven days notice in writing of his intention so to do, proceed to remove the work complained of, and at the cost of the Contractor, perform all such work or supply all such material, provided that nothing in this clause shall be deemed to deprive the Purchaser of or affect any right under the Contract, which he may otherwise have in respect of such defects or deficiencies. 24. EXTENSION OF TIME FOR COMPLETION:- The Time(s) for Completion specified in the Contract may be extended if the work is delayed or the Contractor is impeded in the performance of any of its obligations under the Contract by reason of any of the following: - TCC3