Download as pdf or txt
Download as pdf or txt
You are on page 1of 70

` एस. जे. वि. एन.

लिलिटे ड (SJVN Limited)


(भारत सरकार एवं हिमाचल प्रदे श सरकार का एक संयुक्त उपक्रम)
एक ममनी रत्ना और सेड्यूल- A कंपनी (A Mini Ratna and Schedule A Company)
(6X250MW नाथपा झाकड़ी जिविद्युत स्टे शन)
प्रापण एवं संववदा ववभाग झाकड़ी. जिला मशमला. हि.प्र. 172201
फ़ोन : 01782-275236,275459,275106, फैक्स न. 01782-275106,234049,
http://www.sjvn.nic.in
िीएसटी संख्या (GST No.) 02AAICS1307F1ZY
मसन ् न. (CIN No.) L40101HP1988GOI008409

NOTICE INVITING TENDER (ननववदा आमंत्रण सूचना)


(Domestic Competitive Bidding) (घरे लू प्रनतस्पर्ाात्मक ब़ोली)
Open press tender enquiries under two part system through e-tendering are hereby invited from the
bidders on behalf of SJVN Limited for Package(W)-195 (O&M)- “Work for Annual Plant
Maintenance for 2018-19 & 2019-20 of Generating units and auxiliaries of NJHPS, Jhakri”.
Please visit websites www.sjvn.nic.in or www.tenders.gov.in or www.eprocure.gov.in to know further
details & bid submission procedure w.e.f 31/05/2018 Bid closing date (Last date and time for
uploading of filled in bids) is 20/06/2018 13:00 HRS (IST).The bid is to be submitted through e-
tendering as https://sjvn.abcprocure.com.

DGM,
Procurement & Contract Deptt.
NJHPS, SJVN LTD., Jhakri-172201.
For wider publicity and awareness among the bidders, it is intimated that all open tenders having estimated cost more
than 25.0 lacs only are published in the print media. For regular updates on all other open tenders having estimated
cost below 25.0 lacs, please visit websites www.sjvn.nic.in or www.tenders.gov.in & www.eprocure.gov.in.

SAVE ENERGY FOR BENEFIT OF SELF & NATION

Registered & SJVN Corporate office complex, Shanan Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New
Corporate Shimla, Himachal Pradesh, Pin No.-171006. ordination Office Delhi. PIN-110017, TELE: 011- 41659210/17
Office FAX: 011- 41659204/14
INSTRUCTIONS TO BIDDERS (ITB)
The bids are invited using e-procurement mode, so please read the instructions carefully and
upload the filled in bids as per requirement of bid documents. The acknowledgement copy is
to be sent as a proof for the bid submission through tendering.

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 SJVN Corporate Office
Complex, Shanan, Shimla, Himachal Pradesh Pin No.-171006, 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 The last date of availability /downloading of the bid document are 31.05.2018 at 12:00 hrs.
The complete filled in bids and necessary scanned documents shall be uploaded at the
mentioned address up to 20.06.2018 at 13:00 hrs. The techno-commercial bid shall be
opened on 20.06.2018 at 14:00 hrs. The bids cannot be uploaded / submitted later than
20.06.2018 at 13:00 hrs. However, Price bid part of qualified & commercial responsive
bidders shall be opened on subsequent date, for which the qualified bidders shall be
informed separately.

1.7 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.

1.8 DIGITAL SIGNATURES: The bidder should also have the Digital Signatures (Class II or
higher with signing & encryption both) 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).
 Click on Internet Options >>Content >>Certificate button.
The bidder should view your digital certificate under “Personal” heading
Requirement of Digital Signature Certificate

Registered & SJVN Corporate Office Complex, Shanan, Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New Delhi.
Corporate Shimla, Himachal Pradesh Pin No.-171006 ordination Office PIN-110017, TELE: 011- 41659210/17
Office FAX: 011- 41659204/14
ITB- (PKG (W)-195 “Work for Annual Plant Maintenance for 2018-19 & 2019-20 of Generating units and auxiliaries of NJHPS, Jhakri”)
 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.
1.9 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. 3068/- (Rs
2600/- plus GST@ 18%) 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 Bidder’s 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.
Registered & SJVN Corporate Office Complex, Shanan, Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New Delhi.
Corporate Shimla, Himachal Pradesh Pin No.-171006 ordination Office PIN-110017, TELE: 011- 41659210/17
Office FAX: 011- 41659204/14
ITB- (PKG (W)-195 “Work for Annual Plant Maintenance for 2018-19 & 2019-20 of Generating units and auxiliaries of NJHPS, Jhakri”)
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. 3068/- is to be made
through DD/ Online through Net Banking/ Credit card/ debit card etc.
g. The User ID will be activated after DD/RTGS/NEFT/Net Banking/ Credit Card is
received or realization of payment online. 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 +91-79-4027-0555| 0507 | 0564 | 0563 | 0548, Cell: +91-93274519729, E-
Mail ID support@abcprocure.com and info@abcprocure.com.
1.10 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.

1.11 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”.
1.12 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”.
(x) After Final Submission bidder will get receipt of Final Submission of their Bid.

1.13 The link “help manual” and “vendor help” for submission of bids is also available on the
website. For any assistance/ clarification for e–tendering registration, submission of bid
through e-tendering/ procurement , bidder may contact the following persons/
representatives of M/s abcProcure:-
(i) Mr. Chanderkant-M- 09459242421, e-Mail: Jhakri@eptl.in
(ii) Mr. Raman Kumar-M- 08449744125, e-Mail: dehradun.sjvn@eptl.in
(iii) Mr. Amit Thakur-M- 09265562822, e-Mail: amit.singh@eptl.in
(iv) Mr. Rahul Dixit -Ph- 07940270555, e-Mail: rahul.dixit@eptl.in
(v) Mr. Pankesh Kumar-Ph- 07940270507, e-Mail: pankesh@eptl.in
(vi) Mr. Pradip Parmar-Ph-07940270564 e-Mail: pradip@eptl.in
(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 e–tendering
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:-
Registered & SJVN Corporate Office Complex, Shanan, Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New Delhi.
Corporate Shimla, Himachal Pradesh Pin No.-171006 ordination Office PIN-110017, TELE: 011- 41659210/17
Office FAX: 011- 41659204/14
ITB- (PKG (W)-195 “Work for Annual Plant Maintenance for 2018-19 & 2019-20 of Generating units and auxiliaries of NJHPS, Jhakri”)
(i) Ms. Neha Purohit: Mobile No. 08894262507 (E-mail ID: neha.purohit@sjvn.nic.in)
(ii) Sh. Ajay Kumar: Mobile No. 09418014928 (E-mail ID : aj.kumar@sjvn.nic.in)
(iii) Sh. Rajesh Negi: Mobile No. 08894725811 (Email ID: rajeshkr.negi@sjvn.nic.in)

2.0 Plant Information


The 1500 MW Nathpa Jhakri Hydroelectric Power Plant is located between Nathpa (Distt.
Kinnaur) and Jhakri (Distt. Shimla) in the State of Himachal Pradesh.

3.0 Communication and Transport Limitation


The Plant Site is located in the interior of Himachal Pradesh. The dam is located on the
Sutlej River near village Nathpa in District Kinnaur. The underground power house is
located near village Jhakri in District Shimla. Jhakri is ahead of Shimla, the capital of the
State of Himachal Pradesh about 150Km on NH-5.

The rail head (broad gauge) is at Kalka (NR). Kalka is about 235 Km (Approx.) from
Jhakri.
Approximate
Distance from To To To
Kalka Mumbai Kolkata Chennai
(i) By Rail 1906 1809 2558
(ii) By Road 1753 1791 2482
The distance from Kalka to Delhi by road is 285 Km (approx.).
From the Kalka rail head, the Project is approachable by the following roads/routes:-

(i) Kalka - Dharampur - Solan - Shimla - Narkanda - : 235 Km (Approx.)


Rampur - Jhakri (NH -5).
(ii) Kalka - Dharampur - Solan - Shimla - Dhalli - : 252 Km
Basantpur - Rampur – Jhakri. (Approx.)
(iii) Kalka - Dharampur - Sabathu - Arki - Shalaghat - : 337 Km
Dhami - Basantpur - Rampur - Jhakri. (Approx.)

Transport Limitation
The transport limitation by road from Kalka to the Plant Site at Jhakri would be the
governing factor in respect of the permissible package size and weight. Bidder should
consider all factors as can be envisaged for transportation of equipment to avoid and
overcome the hindrances/ limitations on existing road on account of weather
conditions and any other reasons without affecting the schedule .
4.0 Minimum Qualifying Requirement: As per PQR enclosed.

5.0 Scope of Proposal:

5.1 Scope of work covers Annual Plant Maintenance for year 2018-19 & 2019-2020 of 6 x 250
MW NJHPS, Jhakri.

5.2 The details of the work shall be as elaborated in the BOQ/ Scope of work.

5.3 No sub-contracting for work shall be permitted.

5.4 The list of T&P and consumables to be provided/ arranged by the contractor is provided
along with the scope of work.

Registered & SJVN Corporate Office Complex, Shanan, Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New Delhi.
Corporate Shimla, Himachal Pradesh Pin No.-171006 ordination Office PIN-110017, TELE: 011- 41659210/17
Office FAX: 011- 41659204/14
ITB- (PKG (W)-195 “Work for Annual Plant Maintenance for 2018-19 & 2019-20 of Generating units and auxiliaries of NJHPS, Jhakri”)
5.5 The bidder is advised to visit and examine the site of the work and its surroundings and
obtain for himself, on his own responsibility all information that may be necessary for
preparing the bid and entering in to contract. The cost of visiting the site shall be at bidder’s
own expenses.

6.0 Quality Assurance Programme: The quality assurance program will be as per relevant
manuals available with SJVN and as per direction of EIC.

7.0 Cost of Bidding


The Bidder shall bear all costs associated with the preparation and submission of its bid, and
the Owner will in no case be responsible or liable for these costs, regardless of the conduct
or outcome of the bidding process.

8.0 The Bidder is expected to examine all instruction, forms, terms, specifications, and other
information in the bidding documents. Failure to furnish all information required by the
bidding documents or submission of a bid not substantially responsive to the bidding
documents in every respect will be at the Bidder's risk and may result in rejection of its bid.

9.0 Amendment of Bidding Documents


9.1 At any time prior to the deadline for submission of bids, the Owner may, for any reason,
whether at its own initiative, or in response to a clarification requested by a prospective
Bidder, amend the bidding documents.

9.2 The amendment will be notified in writing or by cable or through website (on
www.sjvn.nic.in, www.eprocure.gov.in and https://sjvn.abcprocure.com) to all prospective
Bidders that have received the bidding documents and will be binding on them. Bidders are
required to immediately acknowledge receipt of any such amendment, and it will be
assumed that the information contained therein has been taken into account by the Bidder in
its bid.

9.3 In order to afford prospective Bidders reasonable time in which to take the amendment into
account in preparing their bid, the Owner may, at its discretion, extend the deadline for the
submission of bids.

9.4 After publishing of NIT in Newspaper, any amendment/ corrigendum related to extension of
due date & qualifying requirements shall be published in Newspapers. The amendment(s) of
the NIT shall also be put on our web-sites directly. The bidders who have not informed us
about the download would be required to regularly visit our website for updating themselves
about any amendments which may arise from time to time. It will be assumed that all the
information contained/updated in the website has been taken into account by the Bidder in
its bid.

10.0 Language of Bid


The bid prepared by the Bidder and all correspondence and documents related to the bid
exchanged by the Bidder and the Owner shall be written in English language. Any printed
literature furnished by the bidder may also be written in English language.

11.0 Cost of Bid Document and Earnest Money deposit {EMD/ Bid Security (FDR/TDR)}
(ONLINE).

11.1 The cost for purchase of bid document is ₹ 5000/- + GST@18% = Rs. 5900/- (Rs. Five
Thousand Nine Hundred Only) (Non Refundable).
Registered & SJVN Corporate Office Complex, Shanan, Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New Delhi.
Corporate Shimla, Himachal Pradesh Pin No.-171006 ordination Office PIN-110017, TELE: 011- 41659210/17
Office FAX: 011- 41659204/14
ITB- (PKG (W)-195 “Work for Annual Plant Maintenance for 2018-19 & 2019-20 of Generating units and auxiliaries of NJHPS, Jhakri”)
11.2 The bidder shall furnish, bid security/earnest money as part of bid amounting to ₹ 7,18,000/-
(Rupees Seven Lac Eighteen Thousands Only).

11.3 Micro or Small Enterprises (MSE)/NSIC/ Startup India registered firms are exempted from
the submission of the “Tender document cost” and “EMD” and must enclose (Upload
scanned copy of the MSE/ NSIC/ Startup India certificate) for the same products as in NIQ
above. If the MSE/ NSIC/ Startup India 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 SJVN’s notification by E-mail/ Fax Letter, otherwise the bid shall
be considered as non-responsive and price bid of such firms shall not be opened.

11.4 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

► 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.

► 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

Registered & SJVN Corporate Office Complex, Shanan, Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New Delhi.
Corporate Shimla, Himachal Pradesh Pin No.-171006 ordination Office PIN-110017, TELE: 011- 41659210/17
Office FAX: 011- 41659204/14
ITB- (PKG (W)-195 “Work for Annual Plant Maintenance for 2018-19 & 2019-20 of Generating units and auxiliaries of NJHPS, Jhakri”)
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.

11.5 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 original/physical form should reach preferably on or
before bid closing date on the following address:

DGM
(Procurement &Contact Deptt.),
NJHPS, SJVN Limited, Jhakri (H.P.)-172201.

 If EMD in the form of FDR/TDR does not reach in physical form within seven (07)
days after the bid closing date, the bid(s) shall not be entertained and such bid(s)
shall be treated as late bid(s)/non-responsive bid(s).

11.6 The bid securities of unsuccessful bidders will be returned as promptly as possible, but not
later than twenty-eight (28) days after the expiration of the bid validity period.

11.7 The bid security of the successful bidder will be returned when the bidder has furnished the
required performance security.

11.8 No interest shall be payable by the Owner on the above Bid security.

11.9 The bid security may be forfeited


(a) if the Bidder withdraws its bid during the period of bid validity specified by the
Bidder in the Bid Form;
(b) if the Bidder does not accept the correction of its Bid Price;

(c) if the Bidder does not withdraw any deviations listed in Deviation Schedule at the
cost of withdrawal indicated by him;

(d) if the Bidder refuses to withdraw, without any cost to the Owner, any deviation not
listed in Deviation Schedule but found elsewhere in the bid; or

(e) in the case of a successful Bidder, if the Bidder fails within the specified time limit;
(i) To accept the Letter of Award or
(ii) To furnish the required performance security.
(iii) To start activities according to Work Completion Schedule.

12.0 Deviations
Deviations, if any, from the terms and conditions of Bidding Documents or Technical Specifications
including drawings shall be listed only in Deviation Schedule of the bid i.e. Online “Schedule of
Deviations”. The Bidder shall also provide the additional price, if any, for withdrawal of the
deviations.

Bidder may further note that except for deviations listed in Deviation Schedule, the bid shall be
deemed to comply with all the requirement in the bidding documents and the bidders shall be
required to comply with all such requirements of bidding documents and technical specifications and
Registered & SJVN Corporate Office Complex, Shanan, Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New Delhi.
Corporate Shimla, Himachal Pradesh Pin No.-171006 ordination Office PIN-110017, TELE: 011- 41659210/17
Office FAX: 011- 41659204/14
ITB- (PKG (W)-195 “Work for Annual Plant Maintenance for 2018-19 & 2019-20 of Generating units and auxiliaries of NJHPS, Jhakri”)
drawings without any extra cost to the Owner irrespective of any mention to the contrary, anywhere
else in the bid, failing which the bid security of the Bidder may be forfeited.

The owner has complete right to evaluate the deviations without prejudice. After evaluation, the
deviations may or may not be agreed by the owner. The bidder shall be intimated in writing
accordingly.

13.0 COMPLETION SCHEDULE


The basic consideration and the essence of the Contract shall be the strict adherence to the
Work Completion Schedule. The detailed work completion schedule for both years is as
follows:

Sr. Period in
Description of work
No. Machine Days
Normal Maintenance
Annual Overhauling of Turbine, Generator, Governor, MIV Service 10
1 seal, Butterfly valve, GIS Protection and transformers along with
their auxiliaries of 1st Unit as per BOQ/ Scope of work.
Annual Overhauling of Turbine, Generator, Governor, MIV Service 10
2 seal, Butterfly valve, GIS Protection and transformers along with
their auxiliaries of 2nd Unit as per BOQ/ Scope of work.
Annual Overhauling of Turbine, Generator, Governor, MIV Service 10
3 seal, Butterfly valve, GIS Protection and transformers along with
their auxiliaries of 3rd Unit as per BOQ/ Scope of work.
Annual Overhauling of Turbine, Generator, Governor, MIV Service 10
4 seal, Butterfly valve, GIS Protection and transformers along with
their auxiliaries of 4th Unit as per BOQ/ Scope of work.
Annual Overhauling of Turbine, Generator, Governor, MIV Service 10
5 seal, Butterfly valve, GIS Protection and transformers along with
their auxiliaries of 5th Unit as per BOQ/ Scope of work.
Annual Overhauling of Turbine, Generator, Governor, MIV Service 10
6 seal, Butterfly valve, GIS Protection and transformers along with
their auxiliaries of 6th Unit as per BOQ/ Scope of work.
60
7 Total No. of Days for all six units. (Machine days)
Note:
i) The maximum work completion period for each unit shall be machine days as
above. Next unit work shall be undertaken after completion of work of
first/previous unit and as on date as desired by EIC. EIC may also ask for
parallel work in two units for which nothing extra is payable.
ii) Ventilation work and maintenance of GIS & Protection system shall be
carried out parallel with other works or separately as decided by EIC.
Special Maintenance
8 Annual Overhauling of MIV Maintenance Seal (Per Seal) 07 days
Note:
i) This shall be carried out under Special maintenance of MIV Maintenance
Seal, maintenance of MIV service seal if required shall be a parallel activity.

 The Maximum Work Completion Period will be 60 Machine Days for all the units.

Registered & SJVN Corporate Office Complex, Shanan, Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New Delhi.
Corporate Shimla, Himachal Pradesh Pin No.-171006 ordination Office PIN-110017, TELE: 011- 41659210/17
Office FAX: 011- 41659204/14
ITB- (PKG (W)-195 “Work for Annual Plant Maintenance for 2018-19 & 2019-20 of Generating units and auxiliaries of NJHPS, Jhakri”)
 The maximum completion schedule for MIV Maintenance seal (special
maintenance, if any) shall not be more than 7 days in any case. Other parallel
activities could also be performed with this activity as decided by EIC.

 Bidder should programme the work activity with three shift working, seven (7)
days a week including holidays with working on a single unit or on two units in
parallel.

 The zero date for first unit will start from the date of handing over of the first unit
by the EIC to contractor. The zero date for next machine will start from date of
handing over of next unit. There may be some gap between work completion of
previous unit and start of next unit as per situation and availability of water. For
such gaps nothing extra shall be payable.

 In case of delay due to non- availability of material, the same will be to SJVN
account and equal no. of days will be added in machine days for which material is
not available to achieve new normal schedule for work completion. Except change
in completion schedule no other compensation shall be payable on account of this.
The L.D. clause will be applicable considering new/ revised completion period for
unit under consideration at that time.

 Bidders offering completion schedule of more than machine days as specified for
each unit and more than 60 machine days for all the six units per year shall not be
considered for evaluation.

14.0 Price Adjustment Data


For first year (2018-19) prices will remain FIRM. For second year (2019-20) the contract
price/ rates will be calculated as below and shall remain firm thereafter:

P1= P0 x 0.20 + P0 x 0.80 x (L1/L0)

Where
P1 = Price for second year contract for any sub activity.
P0 = Price for first year contract for that sub activity.
L1 = All India monthly Consumer Price Index for Industrial worker for the month
previous to month in which the work is carried out as published by Labour
Bureau (Govt. of India).
L0 = All India monthly Consumer Price Index for Industrial worker for the month in
which the bid is submitted as published by Labour Bureau (Govt. of India).

The ceiling of price variation as above for second year is +15%. There will be no ceiling on
negative side.

15.0 Bid Prices


► Unless otherwise specified in the Technical Specifications, Bidders shall quote for the
entire supply on a "single responsibility" basis such that the total bid price covers all the
supplier's obligations mentioned in or to be reasonably inferred from the bidding
documents.

► Bidders are required to quote the price for the commercial, contractual and technical
obligations outlined in the bidding documents.

Registered & SJVN Corporate Office Complex, Shanan, Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New Delhi.
Corporate Shimla, Himachal Pradesh Pin No.-171006 ordination Office PIN-110017, TELE: 011- 41659210/17
Office FAX: 011- 41659204/14
ITB- (PKG (W)-195 “Work for Annual Plant Maintenance for 2018-19 & 2019-20 of Generating units and auxiliaries of NJHPS, Jhakri”)
► Bidders shall give the required details and breakup of their prices as per Schedules
specified.

► The Prices quoted by the Bidder shall be FIRM during the performance of the contract
for 1st year (2018-19) and not subject to variation on any account. A bid submitted with
an adjustable price quotation will be treated as non-responsive and rejected. However
for 2nd year, the prices shall be variable as per above price variation formula.

16.0 Bid Currencies


Bidders shall quote all prices in Indian Rupees only.

17.0 Period of Validity of Bid


► Bids shall remain valid for a period of 150 days after the closing date prescribed by
the Owner and subsequent extensions (if any) for the receipt of bids. A bid valid for a
shorter period shall be rejected by the Owner as being non-responsive.

► In exceptional circumstances, the Owner may solicit the Bidder's consent to an extension
of the bid validity period. The request and responses thereto shall be made in writing or
by cable/fax. If a Bidder accepts to prolong the period of validity, the bid security shall
also be suitably extended. A Bidder may refuse the request without forfeiting its bid
security. A Bidder granting the request will not be required nor permitted to modify its
bid.

18.0 BID PROPOSAL SHEETS (BPS)


The Bidder shall furnish / complete all the appropriate Schedules / data required as per the
bidding documents available at https://sjvn.abcprocure.com.

19.0 FORMAT AND SIGNING OF BID


► Satisfactory evidence of authority of the person digitally signing on behalf of the
Bidder shall be furnished on non-judicial stamp paper of an appropriate value in
the form of a Power of Attorney/Affidavit of Proprietorship, duly notarized by a
Notary Public, indicating that the person(s) signing the bid have the authority to
sign the bid and that the bid is binding upon the Bidder during the full period of its
validity. This Power of Attorney must be sent along with and EMD (i.e. FDR/TDR).

► The Bid must contain the name, residence and place of business of the person or persons
making the Bid and must be digitally signed. The name of all persons signing should
also be mentioned at appropriate place.

► Bid by Corporation / Company must be digitally signed with the legal name of the
Corporation / Company by the President, Managing Director, or by the Secretary or
other person or persons authorized to bid on behalf of such Corporation / Company in
the matter.

► Bidder's name stated on the proposal shall be the exact legal name of the firm.

► All the requisite documents shall be scanned & uploaded along with bid at
https://sjvn.abcprocure.com. The hard copy of the documents shall also be posted as per
details given in clause 32.0 so as to reach on or before the last date and time of
submission of bid.

Registered & SJVN Corporate Office Complex, Shanan, Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New Delhi.
Corporate Shimla, Himachal Pradesh Pin No.-171006 ordination Office PIN-110017, TELE: 011- 41659210/17
Office FAX: 011- 41659204/14
ITB- (PKG (W)-195 “Work for Annual Plant Maintenance for 2018-19 & 2019-20 of Generating units and auxiliaries of NJHPS, Jhakri”)
► If situation so warrants, SJVN Ltd./NJHPS may ask the bidders to produce original
documents which were submitted as scanned copies along with bid for verification.

20.0 Sealing and Marking and Submission of Bids

The bids will be submitted electronically at designated places in various schedules. The bid
document except schedules-1, schedule-2, schedule-3 & schedule-4 can be downloaded by
the bidder through https://sjvn.abcprocure.com only after registration as explained above
in clause 1.8. The bid is to be filled only in the schedules available on the web. The
schedules-1, 2, 3 & 4 cannot be downloaded as they are to be filled online, however Bid
Proposal Sheet is to be downloaded first and is to be uploaded again after filling the same.
The bid is called under two parts system as under:-

A. Price Bid Part which consists of the following online schedule:


(i) Schedule-1 (Page 1 of 1) - “Schedule of Prices & Taxes and Duties”
Remarks: Above dynamic schedule is to be filled ONLINE.

► The prevailing rate of taxes & duties is to be clearly mentioned in the online
“Schedule of Prices with Taxes & Duties”. In case nothing is mentioned or
mentioned “NIL OR ZERO” then it shall be presumed that the rates quoted are
inclusive of taxes and duties or as 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 /new introduction of new taxes & duties/ levy by the
Govt. shall be paid by SJVN Ltd. provided that such increase in taxes & duties
/new introduction of new taxes & duties/ levy by the Govt. is made with in schedule
delivery period as per LOA, otherwise same shall be paid by the bidders. The
following may be considered by the bidders:-

B. The GST detail of SJVN pertaining to Himachal Pradesh is enclosed.

C. Techno-commercial bid part which consist of followings:


(i) Bid Proposal Sheet
(ii) Copy of GST Registration No.
(iii) Copy of PAN No.
(iv) Copies of EPF & ESIC.
(v) Bid Security / Earnest Money deposit (EMD)/Copy of NSIC/MSE
certificate as per sr. no. 11.0 above.
(vi) Power of Attorney/Affidavit of Proprietorship as per sr. no. 19.0 above.
(vii) Integrity pact as per Sr. no. 31.0 below and Annexure-C.
(viii) Undertaking as per sr. no. 33.0 below.
(ix) Bank details duly authenticated by bank/ copy of cancelled cheque.
(x) Documents in support of their experience as required in the pre
qualifying requirement as per pre qualifying requirement.

► Techno-commercial online Schedules:


(i) Schedule-2 “Schedule of Deviations”
(ii) Schedule-3 “General Information and Bank Account Detail”
(iii) Schedule-4 “Undertaking & Pre Qualifying Requirement”

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

Registered & SJVN Corporate Office Complex, Shanan, Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New Delhi.
Corporate Shimla, Himachal Pradesh Pin No.-171006 ordination Office PIN-110017, TELE: 011- 41659210/17
Office FAX: 011- 41659204/14
ITB- (PKG (W)-195 “Work for Annual Plant Maintenance for 2018-19 & 2019-20 of Generating units and auxiliaries of NJHPS, Jhakri”)
► SJVN reserves the right to ask additional information if necessary after opening of
the bid.

► The bidder(s) not meeting the above requirements shall be considered techno-
commercial non responsive bidder(s) and price bid of such bidder(s) shall not be
opened.

► The Techno-Commercial Bid part will be opened electronically as per schedule time and
date as indicated in the bid documents in the O/o DGM (P&C), SJVN Ltd., Jhakri, Distt.
Shimla (H.P.) – 172 201.

► The Price Part will be opened electronically at same place only for those bidders whose
techno-commercial part is found to be techno-commercially acceptable and only such
bidders will be intimated subsequently either telephonically or through Fax / e-mail about
the time and date of price bid opening.

► The Owner further, reserves the right to reject any Bid which is not submitted according
to the instructions stipulated above.

21.0 Late Bids


No bid shall be received after last date and time of bid submission.

22.0 Withdrawal of Bids


No bid may be withdrawn in the interval between the bid submission deadline and the
expiration of the bid validity period specified in Bid documents. Withdrawal of a bid during
this interval may result in the Bidder's forfeiture of its bid security / EMD.

23.0 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 or network problem, 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 for the complete scope of work/ BOQ on single responsibility
considering the cost as under:-
(i) Total Cost FOR Jhakri including all taxes.
(ii) Cost of withdrawal of deviations mentioned in online deviation schedule.

► No Price preference shall be given to any bidder during the bid evaluation.

► No cost loading will be carried out on account of lower delivery period. However, the
bidder can offer lower delivery period than the scheduled delivery period.

► 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.

Registered & SJVN Corporate Office Complex, Shanan, Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New Delhi.
Corporate Shimla, Himachal Pradesh Pin No.-171006 ordination Office PIN-110017, TELE: 011- 41659210/17
Office FAX: 011- 41659204/14
ITB- (PKG (W)-195 “Work for Annual Plant Maintenance for 2018-19 & 2019-20 of Generating units and auxiliaries of NJHPS, Jhakri”)
► The bid will be evaluated on single responsibility basis for entire scope of work for both
years.

► The items for which bidder does not quote his price i.e. leaves the rate / amount column
blank or simply puts a (-) mark or (*) mark or indicates ‘NIL’ / ‘NA’ or as applicable,
no cost shall be considered for bid evaluation for these items, and for the purpose of
award the value of such item shall be deemed to have been included in other quoted
items. If the bidder does not agree to this consideration, his bid will be rejected and the
bid guarantee may be forfeited.

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

25.0 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.

26.0 Influencing the Owner

► No Bidder shall contact the Owner on any matter relating to its bid, from the time of the
opening of bids to the time the contract is awarded.

► Any effort by a Bidder to influence the Owner in the Owner’s bid evaluation, bid
comparison or contract award decisions may result in rejection of the Bidder’s bid.

27.0 Award of Contract

► The Owner will award the contract to the successful Bidder whose bid has been
determined to be substantially responsive and to be the lowest evaluated bid on single
responsibility basis for entire scope of work, further provided that the bidder is
determined to be qualified to perform the contract satisfactorily.
Registered & SJVN Corporate Office Complex, Shanan, Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New Delhi.
Corporate Shimla, Himachal Pradesh Pin No.-171006 ordination Office PIN-110017, TELE: 011- 41659210/17
Office FAX: 011- 41659204/14
ITB- (PKG (W)-195 “Work for Annual Plant Maintenance for 2018-19 & 2019-20 of Generating units and auxiliaries of NJHPS, Jhakri”)
► The owner may request the Bidder to withdraw any of the deviations listed in Deviation
Schedule of the winning bid, at the price shown for the deviation in Deviation schedule.
In case the Bidder does not withdraw the deviations proposed by him, if any, at the cost
of withdrawal stated in the bid, his bid will be rejected and bid security forfeited.

► Bidders would be required to comply with all other requirement of the Bidding
Documents except for those deviations in Deviation Schedule, which are accepted by the
Owner, failing which the bid security of the Bidder may be forfeited.

► Award will be placed for total quantity of BOQ on L1 basis for substantially
responsive bid on single responsibility basis.

28.0 Owner's Right to Accept Any Bid and to Reject Any Bids
The Owner reserves the right to accept or reject any bid, and to annul the bidding process
and reject all bids at any time prior to award of contract, without thereby incurring any
liability to the affected Bidder or bidders or any obligation to inform the affected Bidder or
bidders of the grounds for the Owner's action.

29.0 Notification of Award


► Prior to the expiration of the period of bid validity, the Owner will notify the successful
Bidder in writing by registered letter or by cable, to be confirmed in writing by
registered letter, that its bid has been accepted. The notification of award will constitute
the formation of the contract.

► Upon the successful Bidder's furnishing of the performance security, the Owner will
promptly notify each unsuccessful Bidder and will discharge its bid security.

► SIGNING OF THE CONTRACT AGREEMENT(Format enclosed)

I. The contract agreement shall be signed in the office of undersigned within 30 days
from the date of issue of LOA.
II. The Contract Agreement (s) will be signed in three (3) originals on non –judicial
Stamp Paper (03Nos) of ₹ 100/- each along with Six (06Nos) copies of judicial paper
of ₹ 1/-each within 30(thirty) days of issue of Notification of awards/letter of Awards
and the contractor shall be provided with one signed copy of “Original Agreement”
and other will be retained by the owner. The non-judicial stamp papers & judicial
papers are to be purchased from Himachal Pradesh only.
III. The agreement shall be signed by the authorized signatory of contractor. Satisfactory
evidence of authority of the Authorized Signatory signing on behalf of the
Contractor shall be furnished while signing of agreement on non-judicial stamp
paper of an appropriate value in the form of a Power of Attorney/Authorization
Letter, duly notarized by a Notary Public, indicating that the Authorized
Signatory signing the agreement have the authority to sign the agreement and
that the agreement is binding upon the contractor.
IV. Subsequent to signing of the Contract(s), the contractor at his cost shall provide the
owner with at least four (4) copies of Agreement (Hard Bound) with in twenty (20)
days after signing of the contracts.

Registered & SJVN Corporate Office Complex, Shanan, Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New Delhi.
Corporate Shimla, Himachal Pradesh Pin No.-171006 ordination Office PIN-110017, TELE: 011- 41659210/17
Office FAX: 011- 41659204/14
ITB- (PKG (W)-195 “Work for Annual Plant Maintenance for 2018-19 & 2019-20 of Generating units and auxiliaries of NJHPS, Jhakri”)
30.0 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. For the purpose, the applicant shall sign
the Integrity Pact as per clause 31.0 of ITB. 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 any
thing 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 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".

31.0 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 05th
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.
 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.

Registered & SJVN Corporate Office Complex, Shanan, Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New Delhi.
Corporate Shimla, Himachal Pradesh Pin No.-171006 ordination Office PIN-110017, TELE: 011- 41659210/17
Office FAX: 011- 41659204/14
ITB- (PKG (W)-195 “Work for Annual Plant Maintenance for 2018-19 & 2019-20 of Generating units and auxiliaries of NJHPS, Jhakri”)
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) Ms. Asha Swarup, IAS (Retd.)


2) Dr. Jai Pal Singh

The contact Detail of IEMs is as under:


Independent External Monitor for SJVN,
C/o Corporate Civil Contracts Department,
Shakti Sadan , 2nd 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 on
plain papers at the time of submission of bid as per the approved format. Signed copy of the
Integrity Pact is to be included in the bid document while issuing Tender Document /
uploading the tender documents on the Portals. 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.
b) 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.
c) 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/- within 15 days from the date of issue of LOA.

32.0 Submission of documents by post:


The following documents in hard copy/original form sealed in envelop super scribed as
“Work for Annual Plant Maintenance for 2018-19 & 2019-20 of Generating units and
auxiliaries of NJHPS, Jhakr (Package-195 (O&M)}”are to be sent through post:-

Registered & SJVN Corporate Office Complex, Shanan, Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New Delhi.
Corporate Shimla, Himachal Pradesh Pin No.-171006 ordination Office PIN-110017, TELE: 011- 41659210/17
Office FAX: 011- 41659204/14
ITB- (PKG (W)-195 “Work for Annual Plant Maintenance for 2018-19 & 2019-20 of Generating units and auxiliaries of NJHPS, Jhakri”)
(i) Earnest Money Deposit (In original) / FDR/TDR as per clause no. 11.0
(ii) Power of Attorney/Affidavit of Proprietorship as per Sr. no. 19.0 above

► These scanned copies of above documents should be uploaded on web and is to be reach
on or before closing date and time as per the bidding document i.e. on or before
20.06.2018 13:00 HRS.

► Any documents as asked or required are to be sent to the following address:-


DGM,
Procurement and Contract Department,
NJHPS, SJVN Ltd., Jhakri,
Distt. Shimla (H.P.)-172201.
Phone No. 01782-275236.
Fax No. 01782-234049/ 275106.

Remarks: The scanned copy (ies) of the document(s) asked as above are to be uploaded on
web and should reach in original/physical form at above address preferably on or before
bid closing date as specified in the tender. However, the original document(s) in physical
shall also be acceptable within 07 days after bid closing date, otherwise bid(s) shall not be
entertained and such bid(s) shall be treated as late bid(s)/non-responsive bid(s). Also if the
original document(s) in physical form are found to be at variance than the scanned copies
submitted /uploaded earlier along with e-bids, the bid(s) will be treated as non-responsive.

33.0 Undertaking:
33.1 We have read carefully all the bidding documents and agreed to the conditions except for
deviation taken clause wise in deviation schedule.
33.2 We have not changed the contents of the bidding documents.
33.3 The Scanned copy of documents uploaded along with the bid is true to the best of my
knowledge.
33.4 We shall not sublet/ sub-contract this work.

Registered & SJVN Corporate Office Complex, Shanan, Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New Delhi.
Corporate Shimla, Himachal Pradesh Pin No.-171006 ordination Office PIN-110017, TELE: 011- 41659210/17
Office FAX: 011- 41659204/14
ITB- (PKG (W)-195 “Work for Annual Plant Maintenance for 2018-19 & 2019-20 of Generating units and auxiliaries of NJHPS, Jhakri”)
Package (W)-195(O&M)
QUALIFICATION CRITERIA
Qualifying requirement for “Package (W)-195 (O&M) “Work for Annual Plant Maintenance for
2018-19 & 2019-20 of Generating units and auxiliaries of NJHPS, Jhakri”.

A. QUALIFYING REQUIREMENTS

1. PROVEN EXPERIENCE:

(i) The bidder must have carried out successful overhauling work of at least three (03) units of Francis
hydro generating units involving Turbine ( having minimum runner inlet diameter of
2833mm),Main Inlet Valve {Spherical Valve having minimum size of 1518mm(ID)},Generator,
Generator Transformer, GIS and Butterfly valve broadly for entire scope of work as mentioned. The
overhauling work must have been completed in maximum within 15 days for each unit. Such work
must have been completed during last 7 years ending the last day of the month previous to one in
which tenders are uploaded on website.

(ii) The bidder must submit the certificates to this effect from their clients without which the price-bids
shall not be considered for opening.

2. FINANCIAL REQUIREMENTS: The Bidder must have an average annual turnover of ₹


53,78,570/- (₹ Fifty Three Lac Seventy Eight Thousand Five Hundred Seventy Only) during last
three years ending 31st March of previous financial year.

3. The Bidder should have successfully completed/executed similar works* as per any of following
criteria during last 07(Seven) years ending last day of month previous to one in which tender/NIT is
uploaded on websites by SJVN.

(a) The Bidder should have completed the 3 similar works valuing not less than ₹ 71,
71,426/- (₹ Seventy One Lac Seventy One Thousand Four Hundred Twenty Six only)
each.
Or
(b) 2 similar completed works, valuing not less than ₹ 89,64,283/- (₹ Eighty Nine Lac Sixty
Four Thousand Two Hundred Eighty Three only) each.
Or
(c) 1 similar completed work, valuing not less than ₹ 1,43,42,852/- (₹ One Crore Forty
Three Lac Forty Two Thousand Eight Hundred Fifty Two Only).

*Definition of similar work is erection testing and commissioning and /or overhauling work
of Francis Hydro- generating units.
Remarks: - The above mentioned values are exclusive of taxes.

PQR- PKG (W)-195 “Work for Annual Plant Maintenance for 2018-19 & 2019-20 of Generating units and auxiliaries of NJHPS, Jhakri”)
Registered & SJVN Corporate office complex, Shanan Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New
Corporate Shimla, Himachal Pradesh, Pin No.- ordination Office Delhi. PIN-110017, TELE: 011- 41659210/17
Office 171006. FAX: 011- 41659204/14

Page 1 of 3
The bidder must submit the copies of LOAs/ work orders/ agreements for the same along with the
satisfactory completion certificate from the end users and in the case the LOAs/ work orders/
agreements are from the private company (ies) /firm (s), then copy (ies) of TDS for the same are
also need to be submitted along with the satisfactory completion certificate.

4. General Conditions of qualifications:

1. Any kind of subcontracting including joint ventures, consortium formation, associates or


group formation to fulfill the qualifying requirements of this tender will disqualify the
Bidder i.e. the qualifying requirement at (A) 1.0 to 3.0 must be met by the bidder
independently.

2. Detailed scope of work has been described in other sections of bidding documents.

3. SJVN reserves the right to cancel / withdraw the invitation for bid without assigning any
reason and shall bear no liability whatsoever consequent upon such a decision.

4. Notwithstanding anything stated above, SJVN reserves the right to assess the Bidder’s
capability and capacity to perform the contract satisfactorily, should the circumstances
warrant such assessment in the overall interest of SJVN.

5. Price bid of only those bidders shall be opened who qualify based on the specified
qualifying requirements after Scrutiny of details / documents furnished by them and found
to be techno- commercial responsive.

6. The Bidders shall submit/upload an undertaking in the format enclosed at Annexure-I’.

PQR- PKG (W)-195 “Work for Annual Plant Maintenance for 2018-19 & 2019-20 of Generating units and auxiliaries of NJHPS, Jhakri”)
Registered & SJVN Corporate office complex, Shanan Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New
Corporate Shimla, Himachal Pradesh, Pin No.- ordination Office Delhi. PIN-110017, TELE: 011- 41659210/17
Office 171006. FAX: 011- 41659204/14

Page 2 of 3
SJVN Ltd.
Annexure-I’
Under Taking From Bidder

Bidder’s Name & Address:

1.1 We are qualified under clause A (1.0 to 3.0) of the qualifying requirements.

1.2 We have carried out the overhauling work of at least three units of Francis hydro generating units
involving Turbine ( having minimum runner inlet diameter of 2833mm),Main Inlet Valve
{Spherical Valve having minimum size of 1518mm(ID)},Generator, Generator Transformer, GIS
and Butterfly valve broadly for entire scope of work as mentioned. The overhauling work have
been completed in maximum within 15 days for each unit for entire scope of work as mentioned
in scope of work during last 7 years ending the last day of the month previous to one in which
tenders are uploaded on website.

Remarks: The detail of the orders executed in the past in support of above is given in the
Schedule-4 of techno-commercial Schedules.

PQR- PKG (W)-195 “Work for Annual Plant Maintenance for 2018-19 & 2019-20 of Generating units and auxiliaries of NJHPS, Jhakri”)
Registered & SJVN Corporate office complex, Shanan Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New
Corporate Shimla, Himachal Pradesh, Pin No.- ordination Office Delhi. PIN-110017, TELE: 011- 41659210/17
Office 171006. FAX: 011- 41659204/14

Page 3 of 3
1

GENERAL CONDITIONS OF CONTRACT (GCC)

1.0 Definitions
In this Contract, the following terms shall be interpreted as indicated:

(a) "The Contract" means the Contract Agreement entered between the Owner and
the Contractor, as recorded in the Contract Form signed by the parties, including all
attachments and appendices thereto and all documents incorporated by reference
therein.

(b) "The Contract Price" means the price payable to the Contractor under the
Contract for the full and proper performance of its contractual obligations.

(c) "The Services" means all those services necessary for Supply of the material and
any other incidental services etc and other such obligations of the Contractor
covered under the Contract.

(d) "The Owner" means the SJVN Limited.

(e) "The Contractor" means the individual or firm supplying the material under this
Contract.

(f) "Corrupt Practice" means the offering, giving, receiving or soliciting of any thing
of value to influence the action of a public official in the procurement process or in
contract execution.

(g) "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".

2.0 CONTRACT PERFORMANCE SECURITY


2.1 Within thirty (30) days of receipt of the notification of Contract award i.e. from the date of
issue of LOA, the successful Bidder shall furnish to the Owner, an unconditional
performance security for ten percent (10%) of the Contract Price. The contract security
shall be valid up to ninety (90) days after the completion of refurbishment of last unit of
APM 2019-20.

2.2 The proceeds of the performance security shall be payable to the Owner as compensation
for any loss resulting from the Contractor's failure to complete its obligations under the
Contract.

2.3 The performance security shall be denominated in the currency of the Contract and shall be
in the form of Bank Guarantee ( As per SJVN standard format enclosed) issued
preferably by a nationalized Bank/ scheduled bank as per RBI guide line (As per the list
enclosed) , acceptable to the Owner or in the form of FDR or TDR etc.

2.4 The performance security will be discharged by the Owner and returned to the Contractor
not later than sixty (60) days after completion of guarantee period of the work.

Registered & SJVN Corporate Office Complex, Shanan, Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New
Corporate Shimla, Himachal Pradesh Pin No.-171006 ordination Office Delhi. PIN-110017, TELE: 011- 41659210/17
Office FAX: 011- 41659204/14
GCC (PKG (P)-195 “ Work for Annual Plant Maintenance for 2018-19 & 2019-20 of Generating units and auxiliaries of NJHPS, Jhakri”)
2

2.5 The interest @ 15.5% shall be charged on delayed period for breach in timely
submission of CPG/Initial Security Deposit without prejudice to right of SJVN to
other remedies available under the contract.

2.6 The MSE/ NSIC registered firms are not exempted from submission of contract
performance Security.

3.0 INSURANCE
3.1 Any loss or damage to the deployed man and machinery by the successful bidder during
carrying out the work and any accident or death of persons due to negligence on the part of
the contractor shall be to the contractor’s account for all risks. The contractor shall be
responsible for his man machinery deployed to carry out the job. The contractor shall
obtain insurance policy for the deployed man power accordingly.

4.0 GUARANTEE/ WARRANTY


4.1 The refurbished units along with accessories will be guaranteed in the normal working
condition for workmanship for a period of one month for satisfactory performance. In case
of any problem within the guarantee period due to poor workmanship, the same will be
rectified free of cost at SJVN project site as per direction of EIC.

5.0 FORCE MAJEURE


5.1 The firm shall not be liable for loss or damage to SJVN resulting from any delays or failure
to complete the work within time specified for all or any part of the equipment due to the
act of God, war declared or undeclared, acts of public enemy, riots, civil commotion,
invasion, insurrection, sabotage, acts of restraint of Government, federal, state or municipal
action or regulation, fire, flood, hurricanes, accidents, epidemic, quarantine, restrictions, or
any failure on the part of the Owner or his representative to approve or comments on
drawings or other causes, contingencies or circumstances not subject to their control,
whether of a similar or dissimilar nature which prevents the Contractor from completion of
work. Any such cause or delays even though not existing on the date of the contract on or
the date of start of work shall extend the time of performance automatically by length of
delays occasioned thereby, including delay reasonably incidental to the resumption of
normal work even though such case may occur after performance of firm’s obligation has
been delayed for the other causes.

5.2 If a Force Majeure situation arises, the Contractor shall promptly notify the Owner in
writing of such condition and the cause thereof. Unless otherwise directed by the Owner in
writing, the Contractor shall continue to perform its obligations under the Contract as far as
is reasonably practical, and shall seek all reasonable alternative means for performance not
prevented by the Force Majeure event.

6.0 PAYMENT TERMS


6.1 The 100% payment along with taxes and duties shall be made on unit wise/ other
auxiliaries wise/ sub-activities wise as per BOQ on the total value of contract on
submission of following documents to EIC for verification:-
(i) Bills in triplicate
(ii) Unequivocal acceptance of Letter of Award along with contract agreement copy
(with 1st Bill only).
(iii) Copy of CPG as per Clause-2 above (With 1st R.A. Bill only).
(iv) Copy of PAN Card. (With 1st R.A. Bill only).
(v) Copy of GST Registration No. (With 1st R.A. Bill only).

Registered & SJVN Corporate Office Complex, Shanan, Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New
Corporate Shimla, Himachal Pradesh Pin No.-171006 ordination Office Delhi. PIN-110017, TELE: 011- 41659210/17
Office FAX: 011- 41659204/14
GCC (PKG (P)-195 “ Work for Annual Plant Maintenance for 2018-19 & 2019-20 of Generating units and auxiliaries of NJHPS, Jhakri”)
3

(vi) Copy of Acceptance Certificate issued by EIC or his authorized representative on


completion of identified repair work activity for which payment is claimed.
(vii) Integrity pact to be signed after award.

6.2 The GST shall be paid as per the GST rules on submission of the following information
along with the invoices:-
(i) Name, Address Contact Details (Tel. No. etc.) of service provider.
(ii) Specific Invoice Number format.
(iii) Name and address of recipient.
(iv) Address of Delivery.
(v) HSN code of goods/ SAC for Services.
(vi) Description and quantity of goods/services.
(vii) Value of goods.
(viii) Rate and amount of tax.
(ix) Other prescribed information.

6.3 TAX DEDUCTION AT SOURCE: SJVN Ltd. shall be entitled to make all deduction
towards taxes from the payments to be made as per rules. However SJVN Ltd. shall
give a statement in respect of such deductions to the contractor.

6.4 As per SJVN Ltd. policy, no advance payment can be given.

6.5 The payment shall be released through electronic fund transfer and hence you are requested
to give your bank account detail along with IFSC/RTGS code of your bank branch. The
required detail is to be filled in the online “Schedule-3-General Information & Bank
account details”. Bank charges if any, shall be borne by you. The details to be submitted
in the schedule as enclosed.

6.6 This however, shall not be linked with liability of the contractor to pay wages to his worker
as per provisions of wages act. The contractor shall make payment to the workmen hired by
him for this job by 7th of each month. In case of his failure to do so, EIC shall make direct
payment to the workmen hired by him and shall recover the payments so made by SJVN
from the pending dues of the contractor alongwith 25% cost as SJVN Ltd., over head.

6.7 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.

Registered & SJVN Corporate Office Complex, Shanan, Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New
Corporate Shimla, Himachal Pradesh Pin No.-171006 ordination Office Delhi. PIN-110017, TELE: 011- 41659210/17
Office FAX: 011- 41659204/14
GCC (PKG (P)-195 “ Work for Annual Plant Maintenance for 2018-19 & 2019-20 of Generating units and auxiliaries of NJHPS, Jhakri”)
4

6.8 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.

7.0 TAXES AND DUTIES:


i) The contractor shall bear and pay all taxes, duties, fees and other impositions as may be
levied under applicable law, the amount of which is deemed to have been included in
the contract price.

ii) As regards the Income Tax, Surcharge on Income tax any other Tax such as Corporate
Tax etc. shall not bear any Tax liability whatsoever. The contractor shall be liable and
responsible for payment of such Tax if attracted under the provisions of law present or
future and SJVN will make deductions at source as applicable.

iii) The taxes and duties as indicated in schedule of taxes and duties in price schedule shall
be considered for evaluation of bids and shall be paid extra by SJVN.

8.0 COMPLETION SCHEDULE


The basic consideration and the essence of the Contract shall be the strict adherence to the
Work Completion Schedule. The detailed work completion schedule for both years is as
follows:

Sr. Period in
Description of work
No. Machine Days
Normal Maintenance
Annual Overhauling of Turbine, Generator, Governor, MIV Service 10
1 seal, Butterfly valve, GIS Protection and transformers along with
their auxiliaries of 1st Unit as per BOQ/ Scope of work.
Annual Overhauling of Turbine, Generator, Governor, MIV Service 10
2 seal, Butterfly valve, GIS Protection and transformers along with
their auxiliaries of 2nd Unit as per BOQ/ Scope of work.
Annual Overhauling of Turbine, Generator, Governor, MIV Service 10
3 seal, Butterfly valve, GIS Protection and transformers along with
their auxiliaries of 3rd Unit as per BOQ/ Scope of work.
Annual Overhauling of Turbine, Generator, Governor, MIV Service 10
4 seal, Butterfly valve, GIS Protection and transformers along with
their auxiliaries of 4th Unit as per BOQ/ Scope of work.
Annual Overhauling of Turbine, Generator, Governor, MIV Service 10
5 seal, Butterfly valve, GIS Protection and transformers along with
their auxiliaries of 5th Unit as per BOQ/ Scope of work.
Annual Overhauling of Turbine, Generator, Governor, MIV Service 10
6 seal, Butterfly valve, GIS Protection and transformers along with
their auxiliaries of 6th Unit as per BOQ/ Scope of work.
60
7 Total No. of Days for all six units. (Machine days)

Registered & SJVN Corporate Office Complex, Shanan, Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New
Corporate Shimla, Himachal Pradesh Pin No.-171006 ordination Office Delhi. PIN-110017, TELE: 011- 41659210/17
Office FAX: 011- 41659204/14
GCC (PKG (P)-195 “ Work for Annual Plant Maintenance for 2018-19 & 2019-20 of Generating units and auxiliaries of NJHPS, Jhakri”)
5

Note:
i) The maximum work completion period for each unit shall be machine days as
above. Next unit work shall be undertaken after completion of work of
first/previous unit and as on date as desired by EIC. EIC may also ask for
parallel work in two units for which nothing extra is payable.
ii) Ventilation work and maintenance of GIS & Protection system shall be
carried out parallel with other works or separately as decided by EIC.
Special Maintenance
8 Annual Overhauling of MIV Maintenance Seal (Per Seal) 07 days
Note:
i) This shall be carried out under Special maintenance of MIV Maintenance
Seal, maintenance of MIV service seal if required shall be a parallel activity.

 The Maximum Work Completion Period will be 60 Machine Days for all the units.
 The maximum completion schedule for MIV Maintenance seal (special
maintenance, if any) shall not be more than 7 days in any case. Other parallel
activities could also be performed with this activity as decided by EIC.

 Bidder should programme the work activity with three shift working, seven (7)
days a week including holidays with working on a single unit or on two units in
parallel.

 The zero date for first unit will start from the date of handing over of the first unit
by the EIC to contractor. The zero date for next machine will start from date of
handing over of next unit. There may be some gap between work completion of
previous unit and start of next unit as per situation and availability of water. For
such gaps nothing extra shall be payable.

 In case of delay due to non- availability of material, the same will be to SJVN
account and equal no. of days will be added in machine days for which material is
not available to achieve new normal schedule for work completion. Except change
in completion schedule no other compensation shall be payable on account of this.
The L.D. clause will be applicable considering new/ revised completion period for
unit under consideration at that time.

 Bidders offering completion schedule of more than machine days as specified for
each unit and more than 60 machine days for all the six units per year shall not be
considered for evaluation.

9.0 LIQUIDATED DAMAGES


9.1 In case of delay in the completion of work beyond the work completion schedule as
stipulated in clause 8 above for each unit or as derived as per clause 8 above for delay in
non-availability of material from SJVN side, L.D. charges shall be levied @ 2% per day or
part thereof on the awarded value for each unit including service seal of MIV’s to the
condition that maximum amount towards L.D. charges will not exceed 10% of the awarded
value for each unit including service seal of MIV’s. The time period will be reckoned from
the date as mentioned in work completion schedule of clause 8 above.

9.2 In case of delay in the completion of work beyond the work completion schedule as
stipulated in clause 8 above i.e. 07 machine days for MIV maintenance seal of each unit of

Registered & SJVN Corporate Office Complex, Shanan, Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New
Corporate Shimla, Himachal Pradesh Pin No.-171006 ordination Office Delhi. PIN-110017, TELE: 011- 41659210/17
Office FAX: 011- 41659204/14
GCC (PKG (P)-195 “ Work for Annual Plant Maintenance for 2018-19 & 2019-20 of Generating units and auxiliaries of NJHPS, Jhakri”)
6

completion schedule or as derived as per clause 8 above for delay in non-availability of


material from SJVN side, L.D. charges shall be levied @ 2% per day or part thereof on the
awarded value for each unit for MIV maintenance seal to the condition that maximum
amount towards L.D. charges will not exceed 10% of the awarded value for each unit for
MIV maintenance seal. The time period will be reckoned from the date as mentioned in
work completion schedule of clause 8 above.

9.3 The GST shall be levied extra on above L D Charges as per applicable rule under GST.

10.0 TERMINATION OF CONTRACT ON CONTRACTOR'S DEFAULT


10.1 The Owner, without prejudice to any other remedy for breach of Contract, by written notice
of default sent to the Contractor, may terminate this Contract in whole or in part:

a) If the Contractor fails to complete any part of all the work or all of the Goods within the
period(s) specified in the Contract, or within any extension thereof granted by the Owner.

b) If the Contractor fails to perform any other obligation(s) under the Contract.

c) If the Contractor, in the judgment of the Owner has engaged in corrupt or fraudulent
practices in competing for or in executing the Contract.

For the purpose of this Clause:

"Corrupt practice" means the offering, giving, receiving or soliciting of any thing of value to
influence the action of a public official in the procurement process or in contract execution.

"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".

10.2 In the event the Owner terminates the Contract in whole or in part, the Owner may procure
/ get repaired, upon such terms and in such manner as it deems appropriate, Goods or
Services similar to those undelivered / un-repaired, and the Contractor shall be liable to the
Owner for any excess costs for such similar Goods or Services. However, the Contractor
shall continue performance of the Contract to the extent not terminated.

11.0 TERMINATION FOR INSOLVENCY


The Owner may at any time terminate the Contract by giving written notice to the
Contractor if the Contractor becomes bankrupt or otherwise insolvent. In this event,
termination will be without compensation to the Contractor, provided that such termination
will not prejudice or affect any right of action or remedy which has accrued or will accrue
thereafter to the Owner.

12.0 TERMINATION OF CONTRACT ON OWNER'S INITIATIVE


12.1 The Owner reserves the right to terminate the Contract either in part or in full due to
reasons other than those mentioned under clause entitled "Contractor's Default" and
"Outbreak of War". The Owner shall in such an event give seven (7) days notice in writing
to the Contractor of his decision to do so.

Registered & SJVN Corporate Office Complex, Shanan, Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New
Corporate Shimla, Himachal Pradesh Pin No.-171006 ordination Office Delhi. PIN-110017, TELE: 011- 41659210/17
Office FAX: 011- 41659204/14
GCC (PKG (P)-195 “ Work for Annual Plant Maintenance for 2018-19 & 2019-20 of Generating units and auxiliaries of NJHPS, Jhakri”)
7

12.2 The Contractor upon receipt of such notice shall discontinue the work on the date and to
the extent specified in the notice, make all reasonable efforts to obtain cancellation of all
orders and contracts to the Owner, stop all further sub-contracting or purchasing activity
related to the work terminated, and assist the Owner in storage, maintenance, protection,
and disposition of the works acquired under the contract by the Owner.

12.3 In the event of such a termination, the Contractor shall be paid equitable and reasonable
compensation, as dictated by the circumstances prevalent at the time of termination.

13.0 SETTLEMENT OF DISPUTES


Any dispute(s) or difference(s) arising out of or in connection with the Contract shall, to
the extent possible in the first instance be resolved amicably between the Contractor and
the Owner’s Engineer.

If any dispute or difference of any kind whatsoever shall arise between the Owner and the
Contractor, arising out of the Contract for the performance of the Works whether during the
progress of the Works or after its completion or whether before or after the termination,
abandonment or breach of the Contract, it shall, in the first place, be referred to and settled
by the Engineer, who within a period of ten (10 ) days after being requested by either party
to do so, shall give written notice of his decision to the Owner and the Contractor.

Save as hereinafter provided, such decision in respect of every matter so referred shall be
final and binding upon the parties until the completion of the entire work under the
Contract and shall forthwith be given effect to by the Contractor who shall comply with all
such decisions, with all due diligence, whether he or the Owner requires arbitration as
hereinafter provided or not.

If after the Engineer has given written notice of his decision to the parties, no claim to
arbitration has been communicated to him by either party within ten (10) days from the
receipt of such notice, the said decision shall become final and binding on the parties.

In the event of the Engineer failing to notify his decision within ten (10) days after being
requested as aforesaid or in the event of either the Owner or the Contractor being
dissatisfied with any such decision, or within ten (10) days after the expiry of the first
mentioned period of ten (10) days, as the case may be, either party may require, by written
notice to the other party, that the matters in dispute be referred to arbitration as hereinafter
provided.

14.0 ARBITRATION (WITH PVT. PARTY):


14.1 All disputes or differences in respect of which the decision, if any, of the Engineer has not
become final or binding as aforesaid shall be settled by arbitration in the manner hereinafter
provided.

14.2 In the event of the Contractor, that is to say a citizen and/or a permanent resident of India, a
firm or a company duly registered or incorporated in India, the arbitration shall be
conducted by three arbitrators, one each to be nominated by the contractor and the Owner
and the third to be named by the President of Institution of Engineers, India. If either of the
parties fails to appoint its arbitrator within thirty (30) days after receipt of a notice from the
other party invoking the arbitration clause, the President of the Institution of Engineers,
India shall have the power at the request of either of the parties, to appoint the arbitrators.

Registered & SJVN Corporate Office Complex, Shanan, Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New
Corporate Shimla, Himachal Pradesh Pin No.-171006 ordination Office Delhi. PIN-110017, TELE: 011- 41659210/17
Office FAX: 011- 41659204/14
GCC (PKG (P)-195 “ Work for Annual Plant Maintenance for 2018-19 & 2019-20 of Generating units and auxiliaries of NJHPS, Jhakri”)
8

A certified copy of the said President making such an appointment shall be furnished to
both the parties.

14.3 The arbitration shall be conducted in accordance with the provisions of the Arbitration &
Conciliation Act, 1996 or any statutory modification thereof.

14.4 Arbitration(s) shall give reasoned award.

14.5 The decision of the majority of the arbitrators shall be final and binding upon the parties.
The expenses of the arbitration shall be paid as may be determined by the arbitrators. The
arbitrators may, from time to time with the consent of all the parties enlarge the time for
making the award. In the event of any of the aforesaid arbitrators dying, neglecting,
resigning of being unable to act for any reason, it will be lawful for the party concerned to
nominate another arbitrator in place of the outgoing arbitrator.

14.6 The arbitrator shall have full powers to review and/or revise any decision, opinion,
directions certification or valuation of the Engineer in consonance with the contract.

15.0 ARBITRATION (WITH CPSEs):


15.1 All disputes or differences in respect of which the decision, if any, of the Engineer has not
become final or binding as aforesaid shall be settled by arbitration in the manner hereinafter
provided.

15.2 The arbitration procedure shall be as per the guidelines issued by DPE (department of
Public Enterprise).

15.3 Also refer the attached Annexure as under:-


In exercise of the Powers conferred by Article……….of the Articles of Association of the
(name of the CPSE/Bank/Port Trust etc.)/ Section……..of the……Act of setting up of the
(name of the CPSE/Bank/Port Trust etc.). The President of India is pleased to direct that all
disputes relating to all commercial agreements (except income tax, customs, excise duty
and also concerning Railways) between (name of Company/Corporation/Bank/Port Trust)
and (name of another Public Sector Undertaking/ Government Department/Bank/Port/Trust
etc.) shall be referred to the Permanent Machinery of Arbitrators (PMA) set up in the
Department of Public Enterprises. The President is further pleased to direct that the
following Arbitration Clause shall be included in all current and future
contracts/agreements etc. and that in respect of ongoing contracts they should be suitably
amended to include such a clause:

“In the event of any dispute or difference relating to the interpretation and application of
the provisions of the contracts, such dispute or difference shall be referred by either party
for Arbitration to the sole Arbitrator in the Department of Public Enterprises to be
nominated by the Secretary to the Government of India in-charge of the Department of
Public Enterprises. The Arbitration and Conciliation Act, 1996 shall not be applicable to
Arbitration under this clause. The Award of Arbitrator shall be binding upon the parties to
the dispute, provided, however, any party aggrieved by such award may make a further
reference for setting aside or revision of the award to the Law Secretary, Department of
Legal Affairs, Ministry of Law & Justice, Government of India. Upon such reference the
dispute shall be decided by the Law Secretary or the Special Secretary/Additional
Secretary, when so authorized by the Law Secretary, whose decision shall bind the Parties

Registered & SJVN Corporate Office Complex, Shanan, Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New
Corporate Shimla, Himachal Pradesh Pin No.-171006 ordination Office Delhi. PIN-110017, TELE: 011- 41659210/17
Office FAX: 011- 41659204/14
GCC (PKG (P)-195 “ Work for Annual Plant Maintenance for 2018-19 & 2019-20 of Generating units and auxiliaries of NJHPS, Jhakri”)
9

finally and conclusively? The Parties to the dispute will share equally the cost of arbitration
as intimated by the Arbitrator”.

16.0 LIMITATION OF LIABILITY


Except in cases of criminal negligence or willful misconduct,

a) the Contractor shall not be liable to the Employer, whether in contract, tort, or
otherwise, for any indirect or consequential loss or damage, loss of use, loss of
production, or loss of profits or interest costs, provided that this exclusion shall not
apply to any obligation of the Contractor to pay liquidated damages to the Employer and

b) the aggregate liability of the Contractor to the Employer, whether under the Contract, in
tort or otherwise, shall not exceed the total Contract Price, provided that this
limitation shall not apply to the cost of repairing or replacing defective
equipment, or to any obligation of the Contractor to indemnify the Employer with
respect to patent infringement.

17.0 APPLICABLE LAW


The Contract shall be governed by and interpreted in accordance with the laws in force in
India. The courts of Rampur Bushahar shall have exclusive jurisdiction in all matters
arising under the Contract.

18.0 NOTICES
► Any notice given by one party to the other pursuant to this Contract shall be sent to the
other party in writing or by cable telex, or facsimile and confirmed in writing to the other
party's address specified in NIT/NIQ.

► A notice shall be effective when delivered or on the notice's effective date, whichever is
later.

19.0 DEPLOYMENT OF MANPOWER:-


i) The contractor shall not deploy any person below the age of 18 years.
ii) The workmen/Supervisors shall be qualified and well versed in similar nature of work.
iii) The Workmen/Supervisors to be engaged shall have no right in any way for direct or
indirect employment in SJVN. During the currency of contract and after its expiry or
termination no employee of the contractor who has ever worked on contract against this
work will be offered direct or indirect employment of SJVN Ltd.
iv) The contractor will have to obtain necessary “Gate Pass” from CISF authority to enter
into the project area for his workman / supervisor as-well-as vehicles deployed against
this contract at his own cost.
v) The contractor will comply with all acts/laws and other statutory provisions, rules,
regulations and bye laws as are applicable or which might become applicable with regard
to the performance of the work and engagement of the workers.
vi) The Contractor is required to pay minimum wages as circulated by Govt. of H.P./Central
wages (whichever is higher) to all workmen hired by him for this job. Besides this, they
will be required to Pay underground/tunnel allowance or any other allowances as notified
by Govt. of H.P./Central wages from time to time for this work, being underground in
nature.

Registered & SJVN Corporate Office Complex, Shanan, Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New
Corporate Shimla, Himachal Pradesh Pin No.-171006 ordination Office Delhi. PIN-110017, TELE: 011- 41659210/17
Office FAX: 011- 41659204/14
GCC (PKG (P)-195 “ Work for Annual Plant Maintenance for 2018-19 & 2019-20 of Generating units and auxiliaries of NJHPS, Jhakri”)
10

vii) The Payment in respect of EPF and ESIC contribution as applicable shall be made by the
contractor and no additional liability on this account shall be borne by SJVN.
viii) The contractor shall be responsible to ensure all safety measures during the work. In case
any mishap, the contractor shall have to bear all financial liability. SJVN shall not bear
any compensation or responsibility.
ix) The contractor will have to make his own arrangement to reach Jhakri and for local
conveyance during his stay at Jhakri or elsewhere during the execution of the contract.
x) The contractor shall follow all labour law reticulation as applicable in H.P.
xi) The contractor shall follow basic requirements as per attached Annexure.
xii) The contractor or his authorized representative shall make himself available in the
following designated areas/ offices, so that he can be given instructions about the job.
xiii) The contractor shall apply for the photo gate pass to all labourers who are engaging for
the work in the undertaking with their full residential address as per form “B”. The form
“B” shall be issued by P&A Deptt., NJHPS, SJVN Ltd. Jhakri.
xiv) The character and antecedents of all the labourers are required to be verified through
local police before engaging.
xv) The labourers of Nepal, Bangladesh, J&K and Tibet are required to be registered in the
local police station before engaging by the contractor for work and their finger
impression and photographs are required to be recorded in the local police station.
xvi) The labour will not use a dangry, Army/police force colour while doing work.

20.0 Engineer in Charge (EIC):


The E.I.C of this contract shall be Sr. AGM (P/H Mech. Maintc.), NJHPS, SJVN Ltd.,
Jhakri, Distt Shimla (H.P.), PIN- 172001.

21.0 CORRESPONDENCE:
i. All correspondence related to this work before award of the contract shall be addressed to
Sr. Manager, Procurement & Contract Deptt, NJHPS, SJVN Ltd., Jhakri, Distt Shimla
(H.P.), PIN- 172201. PH No. 0091-1782-275794 Fax: No. 0091-1782-234049.

ii. All the correspondences after award of the contract shall be addressed to EIC of the work.

Registered & SJVN Corporate Office Complex, Shanan, Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New
Corporate Shimla, Himachal Pradesh Pin No.-171006 ordination Office Delhi. PIN-110017, TELE: 011- 41659210/17
Office FAX: 011- 41659204/14
GCC (PKG (P)-195 “ Work for Annual Plant Maintenance for 2018-19 & 2019-20 of Generating units and auxiliaries of NJHPS, Jhakri”)
ANNEXURE

Basic Requirements:

1. The contractor has to observe all site norms applicable for the contractor and
his deployed personnel’s at worksite.
(Employees; regular/ daily wages/ contract basis etc.)

2. NJHPS SJVN Ltd. is IS/ISO 9001:2008 Quality Management Systems, IS/ ISO
14001:2004 Environment Management Systems and IS 18001:2007 -
Occupational Health and Safety Management System certified project. In line
with the requirements of same, the Contractor needs to follow health, safety and
environmental norms strictly while working within the premises of the company
during the whole currency of the contract.

a) The contractor and/ or supervisor engaged by the contractor for the supervision of
the work should be well aware of the safety & health practices and effective
implementation.

b) The contractor should have sufficient variety and stock of suitable safety gears
and its use by workmen should be ensured on all occasion.

c) All the equipment deployed for the job should have proper safety guards.

d) Contractor needs to maintain an accident insurance policy for his workmen. In


case of any accident, fatal or non fatal, he shall only be sole responsible. Any
incident of accident in the workplace need to be intimated to EIC and project
safety officer immediately.

e) The contractor and his employees shall follow Industrial/Project Security Norm
strictly. The contractor or his authorized representative shall arrange all requisite
documents for himself and for his employees or the machinery deployed by him
from the Project Security Wing (P&A deptt. /CISF). Such documents are liable
for scrutiny at any time.

f) All workmen deployed by contractor should be identifiable. Contractor workmen


are required to bear identical dress / overall (except green) with the company
name and logo on it.

g) All the requisite registers/ documents required under the labour / workmen law
shall be maintained by the contractor and need to be produced if required. The list
of such documents, provided along with the bid, needs to be maintained by the
contractor. Failure to maintain such records and documentation, the contractor
shall only be sole responsible. When desired by the EIC or his representative,
contractor shall produce the same.

Registered & SJVN Corporate Office Complex, Shanan, Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New
Corporate Shimla, Himachal Pradesh Pin No.-171006 ordination Office Delhi. PIN-110017, TELE: 011- 41659210/17
Office FAX: 011- 41659204/14
h) No drunken personnel shall be allowed to perform duties or approach the
worksite. Such defaulters shall be taken seriously and dealt severely.

i) Cleanliness at and around the workplace need to be maintained through a good


housekeeping. The contractor is required to use the bins for collection &
disposable of the waste and sacks for storing metal chips outside work place. No
littering at and around the worksite shall be permitted. If the contractor fails to do
so he is liable to be penalized. The token penalty of Rs. 1000.00 can be imposed
by the EIC on such defaults. The representative of the EIC may record such
default in the progress register. The EIC have sole discretion for imposing and
recovery of token penalty.

j) Maintaining clean environment:

i. The Contractor shall use exhaust blowers/ fans of suitable capacity for
effective ventilation of the workplace.

ii. The environmental pollution due to welding fumes needs to be minimized


by using Fume extractors of suitable capacity.

Note: - Non-adherence of the above shall attract suitable penalties on first &
subsequent observation.

Registered & SJVN Corporate Office Complex, Shanan, Liaison/Co- SJVN, IRCON Building, Ground Floor, Saket New
Corporate Shimla, Himachal Pradesh Pin No.-171006 ordination Office Delhi. PIN-110017, TELE: 011- 41659210/17
Office FAX: 011- 41659204/14
ANNEXURE

BANK GUARANTEE FOR CONTRACT PERFORMANCE GUARANTEE


(To be stamped in accordance with Stamp Act)

Bank Guarantee No. ………..


Date ………………………...
To

[Owner's Name & Address]

Dear Sirs,

In consideration of the SJVN LTD. (hereinafter referred to as the 'Owner,' which expression
shall unless repugnant to the context or meaning thereof, include its successors,
administrators and assigns) having awarded to M/s. ……….. [Contractor's Name] ………..
with its Registered/Head Office at ……… …………………..……………………
(hereinafter referred to as the 'Contractor', which expression shall unless repugnant to the
context or meaning thereof, include its successors administrators, executors and assigns), a
Contract by issue of Owner's Notification of Award No. …………….. dated ………….. and
the same having been unequivocally accepted by the Contractor, resulting in to a contract
bearing No…………. dated …………. Valued at ……………….. for ……………… and the
Contractor having agreed to provide a Contract Performance Guarantee for the faithful
performance of the entire Contract equivalent to ….. (*) ….. % (………………. percent) of
the said value of the Contract to the Owner.

We ……………….. [Name & Address of the Bank] …..………. Having its Head Office at
………………………….. (hereinafter referred to as the 'Bank', which expression shall,
unless repugnant to the context or meaning thereof, include its successors, administrators,
executors and assigns) do hereby guarantee and undertake to pay the Owner, on demand any
and all monies payable by the contractor to the extent of ………... (*) ………. as aforesaid at
any time upto ……………. (@) ………… [days/month/year] without any demur,
reservation, context, recourse or protest and/or without any reference to the Contractor. Any
such demand made by the Owner on the Bank shall be conclusive and binding
notwithstanding any difference between the Owner and the Contractor or any dispute
pending before any Court, Tribunal, Arbitrator or any other authority. The Bank undertakes
not to revoke this guarantee during its currency without previous consent of the Owner and
further agrees that the guarantee herein contained shall continue to be enforceable till the
Owner discharges this guarantee.

The Owner shall have the fullest liberty, without affecting in any way the liability of the
Bank under this guarantee, from time to time to extend the time for performance of the
Contract by the Contractor. The Owner shall have the fullest liberty, without affecting this
guarantee, to postpone from time to time the exercise of any powers vested in them or of any
right which they might have against the Contractor, and to exercise the same at any time in
any manner, and either to enforce or to forbear to enforce any covenants, contained or
implied, in the Contract between the Owner and the Contractor or any other course or remedy
or security available to the Owner. The Bank shall not be released of its obligations under
these presents by any exercise by the Owner of its liberty with reference to the matters
aforesaid or any of them or by reason of any other act or forbearance or other acts of
omission of commission on the part of the Owner or any other indulgence shown by the
Owner or by any other matter or thing whatsoever which under law would, but for this
provision, have the effect of relieving the Bank.

The Bank also agrees that the Owner at its option shall be entitled to enforce this Guarantee
against the Bank as a principal debtor, in the first instance without proceeding against the
Contractor and notwithstanding any security or other guarantee that the Owner may have in
relation to the Contractor's liabilities.

Not withstanding anything contained hereinabove our liability under this guarantee is
restricted to …………. (*) ……….. and it shall remain in force up to and including
…………. (@) ……… and shall be extended from time to time for such period (not
exceeding one year), as may be desired by M/s………….. [Contractor's Name] ………... on
whose behalf this guarantee has been given.
Dated this ………………. day of ………….. 2018 ………. at …………………………...

WITNESS
…………………………..… (Signature) ……….…………
(Signature)
……………………………..
(Name) (Name) ………………….….

…………………………….. ………………………………
(Official Address) (Designation with Bank
Stamp)
Attorney as per Power of
Attorney No………………
Dated …………………….
Notes: 1. (*) this sum shall be ten percent (10%) of the Contract Price.

(@) This date will be sixty (60) days beyond the guarantee period as
specified in the Contract.

2. The stamp papers of appropriate value shall be purchased in the name of


Guarantee issuing Bank.
AGREEMENT FORMAT
Annexure
(ON NON-JUDICIAL STAMP PAPER OF Rs. 100/-)

This agreement is made on ……… day of ……………………….Two Thousand…………………


between ………………(Name of the Employer)……………………having its registered office
at……………………(address of the Employer)…………………………………….……(hereinafter
referred to as the “SJVN Ltd.” or “the Employer”) which expression shall unless repugnant to the
context or meaning thereof, include its successors and permitted assigns of the one part.

AND

………………………..……(Name of Contractor) having its registered office


at………………………..(address of contractor) ………………..…………………….. (hereinafter
referred to as the “the Contractor”) which expression shall unless repugnant to the context or meaning
thereof include their respective successors and permitted assigns of the other part.

Whereas the Employer is desirous that the Contractor executes


………………………………………………. (name and identification number of
Contract)(hereinafter called “the Works”) and the Employer has accepted the Bid submitted by the
Contractor for the execution and completion of such Works and the remedying of any defects therein,
at a Accepted Contract Amount of ..............................(Name of currency and value in words and
figures)

NOW THIS AGREEMENT WITNESSETH as follows:

1. In this Agreement, words and expression shall assume the same meanings as are
respectively assigned to them in the Conditions of Contract hereinafter referred to and
they shall be deemed to form and be read and construed as part of this Agreement.

2. In consideration of the payments to be made by the Employer to the Contractor as


indicated in this Agreement, the Contractor hereby covenants and agrees with the
Employer that the contractor shall execute and complete the Works and remedy the
defects therein in conformity in all respects with the provisions of the Contract and shall
undertake, ensure and process the completion of the Works within the Time for
Completion.

3. The Employer hereby covenants and agrees to pay the Contractor in consideration of the
execution and completion of the Works and the remedying the defects therein, the
Accepted Contract Amount or such other sum as may become payable under the
provisions of the Contract at the times and in the manner prescribed by the Contract.

4. The contractor undertakes to execute and complete the Works within the Time for
Completion and to achieve the Milestones within the time prescribed thereof in the
Contract.

5. The following documents shall be deemed to form and be read and construed as integral
part of this Agreement: This Agreement shall prevail over all other Contract Documents.

a) Accepted copy of Letter of Award.


b) Any other documents forming part of the Contract.

In witness whereof the parties hereto have executed this Agreement on the day, month and year first
written before.
The Common Seal of both the Parties is hereunto affixed in the presence of:

Signed Sealed and Delivered by the said Parties.

For & on behalf of Employer For & on behalf of Contractor


Signature ………………………… Signature …………………………
Name ……………………………... Name ……………………………...
Designation …………………….. Designation ……………………..
Address …………………………. Address ………………………….
……………………………………... ……………………………………...
…………………………………….. ……………………………………..
(Authorized Signatory) (Authorized Signatory)
In the presence of In the presence of
Witness Witness
Signature ………………………… Signature …………………………
Name ……………………………... Name ……………………………...
Designation …………………….. Designation ……………………..
Address …………………………. Address ………………………….
……………………………………... ……………………………………...
…………………………………….. ……………………………………..

Note: The Contract Agreement shall be subject to further modifications by Employer.


THE SECOND SCHEDULE TO THE RESERVE BANK OF INDIA ACT, 1934

[Sections 2(e) and 42]

SCHEDULED BANKS

STATE CO-OPERATIVE BANKS


Andhra Pradesh State Co-operative Bank Ltd. Hyderabad
Bihar State Co-operative Bank Ltd., Bihar
Goa State Co-operative Bank Ltd. , Panaji
Gujarat State Co-operative Bank Ltd., Ahmedabad
Haryana State Co-operative Apex Bank Ltd., Chandigarh
Karnataka State Co-operative Apex Bank Ltd., Bangalore
Kerala State Co-operative Bank Ltd., Thiruvananthapuram
Madhya Pradesh Rajya Sahakari Bank Maryadit, Bhopal
Maharashtra State Co-operative Bank Ltd., Mumbai
Orissa State Co-operative Bank Ltd., Bhubaneswar
Pondicherry State Co-operative Bank Ltd. Pondicherry
Punjab State Co-operative Bank Ltd., Chandigarh
Rajasthan State Co-operative Bank Ltd., Jaipur
Tamil Nadu State Apex Co-operative Bank Ltd., Chennai
Uttar Pradesh Co-operative Bank Ltd., Lucknow
West Bengal State Co-operative Bank Ltd., Kolkata
Urban Co-operative Banks
A P Mahesh Co-operative Urban Bank Ltd., Hyderabad
Abhyudaya Co-operative Bank Ltd., Mumbai
Ahmedabad Mercantile Co-operative Bank Ltd., Ahmedabad
Akola Janata Commercial Co-operative Bank Ltd., Akola
Amanath Co-operative Bank Ltd., Bangalore
Bassein Catholic Co-operative Bank Limited, Vasai
Bharat Co-operative Bank (Mumbai) Ltd., Mumbai
Bharati Sahakari Bank Ltd., Pune
Bombay Mercantile Co-operative Bank Limited, Mumbai
Charminar Co-operative Urban Bank Ltd., Hyderabad
Citizen Credit Co-operative Bank Ltd., Mumbai
Dombivli Nagari Sahakari Bank Ltd., Dombivli
Greater Bombay Co-operative Bank Limited, Mumbai
Indian Mercantile Co-operative Bank Ltd., Lucknow
Jalgaon Janata Sahakari Bank Ltd., Jalgaon
Janakalyan Sahakari Bank Ltd., Mumbai
Janalaxmi Cooperative Bank Ltd., Nashik
Janata Sahakari Bank Ltd., Pune
Kallappanna Awade Ichalkaranji Janata Sahakari Bank Ltd., Ichalkaranji
Kalupur Commercial Co-operative Bank Ltd., Ahmedabad.
Kalyan Janata Sahakari Bank Ltd., Kalyan
Kapol Cooperative Bank Ltd., Mumbai
Karad Urban Co-operative Bank Ltd., Karad
Madhavapura Mercantile Co-operative Bank Ltd., Ahmedabad
Mahanagar Co-operative Bank Ltd., Mumbai
Mapusa Urban Co-operative Bank of Goa Ltd., Mapusa
Mehsana Urban Co-operative Bank Ltd., Mehsana
N K G S B Co-operative Bank Ltd., Mumbai
Nagar Urban Co-operative Bank Ltd., Ahmednagar
Nagpur Nagrik Sahakari Bank Ltd., Nagpur
New India Co-operative Bank Ltd., Mumbai
Nutan Nagrik Sahakari Bank Ltd., Ahmedabad
Parsik Janata Sahakari Bank Ltd., Thane
Pravara Sahakari Bank Ltd., Loni
Punjab & Maharashtra Co-operative Bank Ltd., Mumbai
Rajkot Nagrik Sahakari Bank Ltd., Rajkot
Rupee Co-operative Bank Ltd., Pune
Sangli Urban Co-operative Bank Ltd., Sangli
Saraswat Co-operative Bank Ltd., Mumbai
Sardar Bhiladwala Pardi People's Co-operative Bank Ltd., Killa Pardi
Shikshak Sahakari Bank Ltd., Nagpur
Solapur Janata Sahakari Bank Ltd., Solapur
Surat People's Co-operative Bank Ltd., Surat
Thane Bharat Sahakari Bank Ltd., Thane
Thane Janata Sahakari Bank Ltd., Thane
The Akola Urban Co-operative Bank Ltd., Akola
The Cosmos Co-operative Bank Ltd., Pune
The Goa Urban Co-operative Bank Ltd., Panaji
The Khamgaon Urban Co-operative Bank Ltd., Khamgaon
The Nasik Merchant's Co-operative Bank Ltd., Nasik
The Shamrao Vithal Co-operative Bank Ltd., Mumbai
The Zoroastrian Co-operative Bank Ltd., Mumbai
Vasavi Co-operative Urban Bank Limited, Hyderabad
SBI AND ASSOCIATES
State Bank of India
State Bank of Bikaner & Jaipur
State Bank of Hyderabad
State Bank of Indore
State Bank of Mysore
State Bank of Patiala
State Bank of Saurashtra
State Bank of Travancore

NATIONALISED BANKS
Allahabad Bank
Andhra Bank
Bank of Baroda
Bank of India
Bank of Maharashtra
Canara Bank
Central Bank of India
Corporation Bank
Dena Bank
Indian Bank
Indian Overseas Bank
Oriental Bank of Commerce
Punjab National Bank
Punjab and Sind Bank
Syndicate Bank
UCO Bank
Union Bank of India
United Bank of India
Vijaya Bank

OTHER PUBLIC SECTOR BANKS


Industrial Development Bank of India Ltd.

PRIVATE SECTOR BANKS


Bank of Rajasthan Ltd.
Catholic Syrian Bank Ltd.
City Union Bank Ltd.
Development Credit Bank Ltd.
Dhanalakshmi Bank Ltd.
Federal Bank Ltd.
HDFC Bank Ltd.
ICICI Bank Ltd.
IndusInd Bank Ltd.
ING Vysya Bank Ltd.
Jammu and Kashmir Bank Ltd.
Karnataka Bank Ltd.
Karur Vysya Bank Ltd.
Kotak Mahindra Bank Ltd.
Lakshmi Vilas Bank Ltd.
Nainital Bank Ltd.
Ratnakar Bank Ltd.
SBI Commercial International Bank Ltd.
South Indian Bank Ltd.
Tamilnad Mercantile Bank Ltd.
Axis Bank Ltd.
Yes Bank Ltd.
FOREIGN BANKS
ABN Amro Bank N.V.
Abu Dhabi Commercial Bank Ltd.
American Express Banking Corporation
Antwerp Diamond Bank N.V.
Arab Bangladesh Bank
Bank International Indonesia
Bank of America
Bank of Bahrain and Kuwait B.S.C.
Bank of Ceylon
Bank of Nova Scotia
Bank of Tokyo – Mitsubishi Ltd.
Barclays Bank Plc.
BNP Paribas
China Trust Commercial Bank
Shinhan Bank
Citi Bank N.A.
Calyon Bank
Deutsche Bank
DBS Bank Ltd.
The Hongkong and Shanghai Banking Corporation Ltd.
J.P. Morgan Chase Bank N.A.
Krung Thai Bank Public Company Ltd.
Mashreq Bank p.s.c.
Mizuho Corporate Bank Ltd.
Oman International Bank S.A.O.G.
Societe Generale
Sonali Bank
Standard Chartered Bank
State Bank of Mauritius Ltd.
GRAMIN BANKS
Andhra Pradesh Grameen Vikas Bank, Warangal (Andhra Pradesh)
Andhra Pragathi Grameena Bank, Kadapa (Andhra Pradesh)
Aryavart Gramin Bank, Lucknow (Uttar Pradesh)
Arunachal Pradesh Rural Bank, Naharlagun (Arunachal Pradesh)
Assam Gramin Vikas Bank, Guwahati (Assam)
Baitarani Gramya Bank, Baripada (Orissa)
Ballia Kshetriya Gramin Bank, Ballia (Uttar Pradesh)
Bangiya Gramin Vikash Bank, Berhampore (West Bengal)
Baroda Gujarat Gramin Bank, Bharuch (Gujarat)
Baroda Rajasthan Gramin Bank, Ajmer (Rajasthan)
Baroda Uttar Pradesh Gramin Bank, Rae Bareli (Uttar Pradesh)
Bihar Kshetriya Gramin Bank, Monghyr (Bihar)
Cauvery Kalpatharu Grameena Bank, Mysore (Karnataka)
Chaitanya Godavari Grameena Bank (Andhra Pradesh)
Chhattisgarh Gramin Bank, Raipur (Chhattisgarh)
Chikmagalur-Kodaga Grameena Bank, Chikmagalur (Karnataka)
Deccan Grameena Bank, Dilsukhnagar (Hyderabad)
Dena Gujarat Gramin Bank, Gandhinagar (Gujarat)
Durg-Rajnandgaon Gramin Bank, Rajnandgaon (Chhattisgarh)
Ellaquai Dehati Bank, Srinagar (Jammu and Kashmir)
Etawah Kshetriya Gramin Bank, Etawah (Uttar Pradesh)
Faridkot Bhatinda Kshetriya Gramin Bank, Bhatinda (Punjab)
Gurgaon Gramin Bank, Gurgaon (Haryana)
Hadoti Kshetriya Gramin Bank, Kota (Rajasthan)
Haryana Gramin Bank, Rohtak (Haryana)
Himachal Gramin Bank, Mandi (Himachal Pradesh)
Jaipur Thar Gramin Bank, Jaipur (Rajasthan)
Jammu Rural Bank, Jammu
Jhabua-Dhar Kshetriya Gramin Bank, Jhabua (Madhya Pradesh)
Jharkhand Gramin Bank, Ranchi (Jharkhand)
Kalinga Gramya Bank, Cuttack (Orissa)
Kamraz Rural Bank, Sopore (Jammu and Kashmir)
Karnatka Vikas Gramin Bank, Dharwad (Karnataka)
Kashi Gomti Samyut Gramin Bank, Varanasi (Uttar Pradesh)
Khasi J Bank, Shillong (Meghalaya)
Krishna Grameena Bank, Gulbarga (Karnataka)
Kshetriya Kisan Gramin Bank, Mainpuri (Uttar Pradesh)
Langpi Dehangi Rural Bank, Dhiphu (Assam)
Lucknow Kshetriya Gramin Bank, Sitapur (Uttar Pradesh)
Madhya Bharath Gramin Bank, Sagar (Madhya Pradesh)
Madhya Bihar Gramin Bank, Patna (Bihar)
Mahakaushal Kshetriya Gramin Bank, Jabalpur (Madhya Pradesh)
Maharashtra Godavari Gramin Bank (Maharashtra)
Malwa Gramin Bank, Sangrur (Punjab)
Marwar Ganganagar Bikaner Gramin Bank, Pali (Rajasthan)
Manipur Rural Bank, Imphal (Manipur)
Marathwada Gramin Bank, Nanded (Maharashtra)
Mewar Aanchalik Gramin Bank, Udaipur (Rajasthan)
Mizoram Rural Bank, Aizawl (Mizoram)
Nagaland Rural Bank, Kohima (Nagaland)
Nainital Almora Kshetriya Gramin Bank, Nainital (Uttaranchal)
Narmada Malwa Gramin Bank, Indore (Madhya Pradesh)
Neelachal Gramya Bank (Orissa)
North Malabar Gramin Bank, Kannur (Kerala)
Pallavan Grama Bank, Salem (Tamil Nadu)
Pandyan Grama Bank, Virudhunagar (Tamil Nadu)
Paschim Banga Gramin Bank, Howrah (West Bengal)
Parvatiya Gramin Bank, Chamba (Himachal Pradesh)
Pragathi Gramin Bank, Bellary (Karnataka)
Prathama Bank, Moradabad (Uttar Pradesh)
Puduvai Bharthiar Grama Bank (Pondicherry)
Punjab Gramin Bank, Kapurthala (Punjab)
Purvanchal Gramin Bank, Gorakhpur (Uttar Pradesh)
Rajasthan Gramin Bank, Alwar (Rajasthan)
Ratnagiri Sindhudurg Gramin Bank, Ratnagiri (Maharashtra)
Rewa-Sidhi Gramin Bank, Rewa (Madhya Pradesh)
Rushikulya Gramya Bank, Berhampur (Orissa)
Samastipur Kshetriya Gramin Bank, Samastipur (Bihar)
Saptagiri Grameena Bank, Chitoor (Andhra Pradesh)
Sarva UP Gramin Bank (Uttar Pradesh)
Satpura Narmada Kshetriya Gramin Bank, Chhindwara (Madhya Pradesh)
Saurashtra Gramin Bank, Rajkot (Gujarat)
Sharda Gramin Bank, Satna (M.P.)
Shreyas Gramin Bank, Aligarh (Uttar Pradesh)
Solapur Gramin Bank, Solapur (Maharashtra)
South Malabar Gramin Bank (Kerala)
Surguja Kshetriya Gramin Bank, Ambikapur (Chhattisgarh)
Tripura Gramin Bank, Agartala (Tripura)
Triveni Kshetriya Gramin Bank, Orai (Uttar Pradesh)
Utkal Gramya Bank, Bolangir (Orissa)
Uttaranchal Gramin Bank, Dehradun (Uttaranchal)
Uttar Banga Kshetriya Gramin Bank, Cooch-Behar (West Bengal)
Uttar Bihar Kshetriya Gramin Bank, Muzaffarpur (Bihar)
Vananchal Gramin Bank, Dhumka (Jharkhand)
Vidharbha Kshetriya Gramin Bank, Akola (Maharashtra)
Vidisha-Bhopal Kshetriya Gramin Bank, Vidisha (Masdhya Pradesh)
Visveshwaraya Grameen Bank, Mandya (Karnataka)
Wainganga Kshetriya Gramin Bank, Chandrapur (Maharashtra)

You might also like