32
SJVN LTD. (A Joint Venture of Govt. of India and Govt. of Himachal Pradesh) (A Mini Ratna and Schedule A Company) (6X250MW Nathpa Jhakri Hydro Power Station) Procurement & Contract Department Jhakri. Dist. Shimla. H.P. 172201 Phone. 01782-275236,275459,275106, Fax No. 01782-275106,234049, http://www.sjvn.nic.in TIN No. 02011000291 CIN No. L40101HP1988GOI008409 No. SJVN/DGM (P&C)/PCD-NJHPS-491 (O&M)/2014- Dated: NOTICE INVITING TENDER The open tender enquiry through e-tendering under two part bid system is herewith invited for the following: - Note: 1. The detailed NIQ and procedure for vendor registration for e-tendering shall be available at www.sjvn.nic.in , www.eprocure.gov.in & www.tenders.gov.in w.e.f. 02.06.2014. 2. The detailed NIT shall be made available at https://sjvn.abcprocure.com w.e.f. 02.06.2014. 3. The bid to be submitted electronically at https://sjvn.abcprocure.com . Dy.General Manager, Procurement & Contract Deptt. NJHPS, SJVN Ltd., Jhakri-172201. Description of Work Earnest Money (In `) `) `) `) Last Date & Time of Submission of filled in bids and Opening Rewiring, Addition & Alteration of E.I. work in Type-0 Single Room sets, 156 Quarters (13 Blocks) in NJHPS, SJVN colony at Jhakri. 40,000/- (Rupees Forty Thousand only) 23.06.2014 at 12:30 Hrs, Techno commercial Bid opening on same day at 15:30 and Price bid opening of qualified bidders on subsequent dates.

NOTICE INVITING TENDERsjvn.nic.in/writereaddata/Portal/Tender/72_1/1_PCD-491.pdf8 Wooden board 102mm x 102mm x 60mm deep 312 Each 9 Supplying and fixing bakelite batten/angle holder

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: NOTICE INVITING TENDERsjvn.nic.in/writereaddata/Portal/Tender/72_1/1_PCD-491.pdf8 Wooden board 102mm x 102mm x 60mm deep 312 Each 9 Supplying and fixing bakelite batten/angle holder

SJVN LTD.

(A Joint Venture of Govt. of India and Govt. of Himachal Pradesh)

(A Mini Ratna and Schedule A Company)

(6X250MW Nathpa Jhakri Hydro Power Station) Procurement & Contract Department Jhakri. Dist. Shimla. H.P. 172201

Phone. 01782-275236,275459,275106, Fax No. 01782-275106,234049,

http://www.sjvn.nic.in

TIN No. 02011000291

CIN No. L40101HP1988GOI008409

No. SJVN/DGM (P&C)/PCD-NJHPS-491 (O&M)/2014- Dated:

NOTICE INVITING TENDER

The open tender enquiry through e-tendering under two part bid system is herewith invited for the following: -

Note: 1. The detailed NIQ and procedure for vendor registration for e-tendering shall be

available at www.sjvn.nic.in, www.eprocure.gov.in & www.tenders.gov.in w.e.f. 02.06.2014.

2. The detailed NIT shall be made available at https://sjvn.abcprocure.com w.e.f. 02.06.2014.

3. The bid to be submitted electronically at https://sjvn.abcprocure.com.

Dy.General Manager, Procurement & Contract Deptt. NJHPS, SJVN Ltd., Jhakri-172201.

Description of Work Earnest Money (In `)`)`)`)

Last Date & Time of Submission of filled in bids and Opening

Rewiring, Addition & Alteration of E.I. work in Type-0 Single Room sets, 156 Quarters (13 Blocks) in NJHPS, SJVN colony at Jhakri.

40,000/- (Rupees Forty Thousand only)

23.06.2014 at 12:30 Hrs, Techno commercial Bid opening on same day at 15:30 and Price bid opening of qualified bidders on subsequent dates.

Page 2: NOTICE INVITING TENDERsjvn.nic.in/writereaddata/Portal/Tender/72_1/1_PCD-491.pdf8 Wooden board 102mm x 102mm x 60mm deep 312 Each 9 Supplying and fixing bakelite batten/angle holder

1

Wiring for light point/fan point/exhaust fan/call bell point with 1.5 Sq.mm. PVC insulated heat

resistant flame retardant (HRFR) and low smoke single core (flexible)copper conductor cable in PVC

casing & capping and earthing the light point with 1.5. Sq.mm. HRFRLS/PVC insulated single core

copper conductor cable as required. Group A

Make:- Havells/Plaza/Anchor/Finolex

1560 Each

2

Wiring for light plug with 2x 1.5 Sq. mm. PVC insulated heat resistant flame retardant (HRFR) and

low smoke single core (flexible) copper conductor cable in PVC casing & capping alongwith 1 No.1.5.

Sq.mm. HRFRLS/PVC insulated single core copper conductor cable for earthing as required. Make:-

Havells/Plaza/Anchor/Finolex

1404 P/Mtr.

3

Wiring for power plug with 2x 4 Sq. mm. PVC insulated heat resistant flame retardant (HRFR) and

low smoke single core (flexible) copper conductor cable in PVC casing & capping alongwith 1 No.4

Sq.mm. HRFRLS/PVC insulated single core copper conductor cable for earthing as required.

Make:- Havells/Plaza/Anchor/Finolex

4680 P/Mtr.

4

Wiring for circuit/sub main with following size PVC insulated heat resistant flame retardant (HRFR)

and low smoke single core (flexible) copper conductor cable in PVC casing & capping alongwith 1

No.HRFRLS/PVC insulated single core copper conductor cable of same size for earthing as required

2x 2.5 mm2

Make:- Havells/Plaza/Anchor/Finolex

624 P/Mtr.

Supplying and drawing following size of PVC insulated, heat resistant, flame retardanr (HRFR)and low

smoke single core (flexible)copper conductor cable in existing surface/recessed, Steel/PVC conduit as

required.

2 x 6.0 Sq. mm Make:- Havells/Plaza/Anchor/Finolex1872 P/Mtr. Sq.

Supplying and drawing following size of PVC insulated, heat resistant, flame retardanr (HRFR)and low

smoke single core (flexible)copper conductor cable in existing surface/recessed, Steel/PVC conduit as

required.

1x 4.0 Sq. mm. Make:- Havells/Plaza/Anchor/Finolex 1950 P/Mtr.Sq.

7 Supplying & Fixing Wooden board 178mm x 102mm x 60mm deep 624 Each

8Wooden board 102mm x 102mm x 60mm deep

312 Each

9Supplying and fixing bakelite batten/angle holder including connections etc. as required.

Make:- SSK/Top Line/Leader 624 Each

10

Supplying and fixing of fancy wall bracket containing thread type CFL lamp holder(s) of all size and

shapes, complete with all accessories but excluding CFL Lamp including making connection, testing

etc. as required of Fixed type wall bracket 150 dia, single lamp (Category A)156 Each

11

Supplying and fixing of bulk head fitting of all sizes and shapes, containing one No. thread type CFL

lamp holders(s), complete with all accessories but excluding CFL lamp including making connections,

testing etc. as required. Bulk head fitting CFL type Category A156 Each

Providing and fixing copper Thimbles

2.5 mm2 312 Each

4 mm2 1248 Each

6 mm2 624 Each

13Providing & fixing of following size of PVC casing & capping on surface as required 20 mm x 12 mm

Make:- D- Plast ISI Mark 1248 Mtrs.

14Supplying and fixing following piano type switch/socket on the existing switch box/cover including

connections etc. as required

15 5/6 Amps. Switch Make:- SSK/Anchor/Top Line 468 Each

16 15/16 Amps. Switch Make:- SSK/Anchor/Top Line 624 Each

17 3 pin 5/6 Amps. Socket outlet Make:- SSK/Anchor/Top Line 468 Each

5

6

12

BILL OF QUANTITY

Name of work:- Estimate for Re-wiring addition & alteration of EI in Type-0 Single room sets 156 Qtrs. (13 blocks) at Jhakri.

Sr.No. Description of items Qty. Unit

Page 3: NOTICE INVITING TENDERsjvn.nic.in/writereaddata/Portal/Tender/72_1/1_PCD-491.pdf8 Wooden board 102mm x 102mm x 60mm deep 312 Each 9 Supplying and fixing bakelite batten/angle holder

18 6 pin15/16 Amps. Socket outlet Make:- SSK/Anchor/Top Line 624 Each

19Supplying and fixing 3 pin, 5 Amp ceiling rose on the existing junction box/wooden block including

connection etc as required. Make:- SSK/Anchor/Top Line 468 Each

20

Supplying and fixing 5 Amps to 32 Amps rating, 240/415 volts, "C" curve, miniture circuit breaker

suitable for inductive load of following poles in the existing MCB DB complete with connections,

testing and commissioning etc. as required. Single pole

Make:- Havells/Legrand/ABB/L&T/Hanger

312 Each

21

Supplying and fixing following way prewired vertical type TP&N MCB distribution board of steel

sheet for 415 volts on surface/recess complete with loose wire box of sheet steel, dust protected, duly

powder painted, inclusive of 200 Amps tinned copper bus bar, common neutral link, earth bar, din bar

for mounting MCB's, terminal connectors for all incoming and outgoing circuits, duly prewired with

adequate size of FR PVC insulated copper conductor upto the terminal connector/neutral link earthing

etc. as required (But without MCB/RCCB/Isolator) 4 way double door

Make:- Havells/Legrand/ABB/L&T/Hanger/MDS

13 Each

22

Providing & fixing following rating and breaking capacity MCCB in existing cubicle panel board

including drilling holes in cubicle panel, making connections etc. as required. 100 Amp, 16 KA Make:-

Havells/MDS/ABB/L&T/Hanger

13 Each

23

Earthing with GI earth pipe 4.5 Mtr. Long 40 mm dia including accessories, and providing masonry

enclosure with cover plate having locking arrangement and watering pipe etc. with charcoal/coke and

salt as required.13 Each

24

Providing and laying earth connection from earth electrode with 6 SWG dia GI wire in 15 mm dia GI

pipe from earth electrode including connection with GI thimble excavation and re-filling as required. 130 Mtrs.

25

Providing and fixing 6 SWG dia GI wire on surface or in recess for loop earthing along with existing

surface/recessed conduit/submain wiring/cable as required. 260 Mtrs.

Page 4: NOTICE INVITING TENDERsjvn.nic.in/writereaddata/Portal/Tender/72_1/1_PCD-491.pdf8 Wooden board 102mm x 102mm x 60mm deep 312 Each 9 Supplying and fixing bakelite batten/angle holder

PQR-NJHPS-(PCD-491),

Page 1 of 3

Qualifying requirement for “Rewiring, Addition &

Alteration of E.I. work in Type-0 Single Room sets, 156 Quarters (13 Blocks) in NJHPS, SJVN colony at

Jhakri.”

A. Proven Experience: 1. The bidder must possess a valid electrical license issued by any

state for appropriate voltage class i.e. 3Φ (Three Phase), 415 Volt AC System and must upload the certificate in the web site. The bidder should have experience of having successfully carried out EI works in past. The bidder should have proven independent capability to complete the job as mentioned hereunder. The bidder must submit the certificates for their experience from their clients.

2. 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.

B. Financial Requirement: The applicant must have an average annual turn

over of ` 5,85 Lacs (` Five Lacs Eighty Five Thousand only) during last three years ending 31st March of previous financial year for the work of similar nature.

C. The applicant should have successfully completed similar nature of job as

per any of the following criteria during last 7 years ending last day of the month previous to the one in which applications are invited.

(a) The applicant should have carried out 3 similar works valuing not

less than ` 7.80 Lacs (` Seven Lacs Eighty Thousand only) each Or

(b) Two similar completed works, valuing not less than ` 9.75 Lacs (` Nine Lacs Seventy Five Thousand) each.

Or (c) One similar completed works, valuing not less than ` 15.60

Lacks (` Fifteen Lacs Sixty Thousand only).

Note: Similar nature of job means job related to “ E.I. works”.

D. General Conditions of Qualification:-

1. All documents as required, copies of ESIC (If applicable), EPF (if applicable), PAN, Service Tax no. (If applicable) etc. and any other documents as required/ asked in the tender are to be uploaded/ submitted along with the bid. These documents are to be uploaded along with the General Documents.

Page 5: NOTICE INVITING TENDERsjvn.nic.in/writereaddata/Portal/Tender/72_1/1_PCD-491.pdf8 Wooden board 102mm x 102mm x 60mm deep 312 Each 9 Supplying and fixing bakelite batten/angle holder

PQR-NJHPS-(PCD-491),

Page 2 of 3

2. Any kind of subcontracting including joint ventures, consortium formation,

associates or group formation to fulfill the qualifying requirements of this tender will disqualify the applicant.

3. The above stated requirements are minimum and the owner reserves the

right to request for any additional information and also reserves the right to reject the proposal of any bidder, if in the opinion of the owner, the qualification data is incomplete or the bidder if found not qualified to satisfactorily perform the works.

4. Notwithstanding anything stated above, the owner reserves the right to

assess bidder’s capability and capacity to perform the works, should the circumstances warrant such an assessment in the overall interest of the owner.

Page 6: NOTICE INVITING TENDERsjvn.nic.in/writereaddata/Portal/Tender/72_1/1_PCD-491.pdf8 Wooden board 102mm x 102mm x 60mm deep 312 Each 9 Supplying and fixing bakelite batten/angle holder

PQR-NJHPS-(PCD-491),

Page 3 of 3

SJVN Ltd. Annexure-1

Under Taking From Bidder Bidder’s Name & Address: 1.1 We are qualified under clause A to D of the qualifying requirements 1.2 We possess a valid electrical license issued by………… (Name of State). 1.3 We are regular contractor for EI works. 1.4 We confirm having carried out following contracts for providing and fixing of

Internal EI works or similar job.

Name and Address of Client

Details of work executed

Order No. & Date

Date of Completion as per Award

Date of Completion as per Actual

Order Value

Copy of order Enclosed

These details are to be furnished in Schedule-4 of Techno commercial part of the bid.

We also confirm that we ourselves possess all the necessary infrastructures & tools to carry out such jobs.

Page 7: NOTICE INVITING TENDERsjvn.nic.in/writereaddata/Portal/Tender/72_1/1_PCD-491.pdf8 Wooden board 102mm x 102mm x 60mm deep 312 Each 9 Supplying and fixing bakelite batten/angle holder

Page 1 of 13 ITB-NJHPS-{PCD-491)

INSTRUCTIONS TO BIDDERS (ITB)

The bids are invited using e-tendering mode, so please read the instructions carefully and upload the filled in bids as per requirement of bid documents.

1.0 General Instructions

1.1 The SJVN Limited, hereinafter called "SJVN Ltd." / "Owner" is a Joint Venture of Govt. of India and Govt. of Himachal Pradesh having its registered office at Himfed Building, New Shimla - 171 009, have their Nathpa Jhakri Hydroelectric Power Plant with a capacity of 6x250 MW at Nathpa (Distt. Kinnaur) and Jhakri (Distt. Shimla) in the State of Himachal Pradesh, India.

1.2 SJVN Ltd. has issued an invitation to bid as enclosed and will receive bids as set forth in the accompanying Bid documents.

1.3 Bids cannot be uploaded after the time & date fixed for receipt of bids as set out in the Invitation of Bid.

1.4 SJVN Ltd. reserves the right to accept or reject any or all Bids without assigning any reason for such a decision.

1.5 All the cost and expenses incidental to preparation of the proposals, discussions and conferences, if any, including pre-award discussions with the Bidder, technical and other presentation including any demonstrations etc. shall be to the account of the Bidder and Owner shall bear no liability whatsoever on such costs and expenses.

1.6 The complete filled in bids and necessary scanned documents shall be uploaded at the mentioned address up to 23.06.2014 at 1230 hrs. The techno-commercial bid shall be opened on 23.06.2014 at 1530 hrs. The bids cannot be uploaded / submitted later than 23.06.2014 at 1230 hrs. However, Price bid part of qualified & techno-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 anycircumstances and are only to be submitted through e-tendering athttps//:sjvn.abcprocure.com..This tender is being processed through e-tendering/e-procurement system. The bid documents are to be downloaded, filled in and submitted through e-tendering system of SJVN Ltd. at https//:sjvn.abcprocure.com..

1.8 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. Annual Vendor / contract Registration charges in e-tendering portal is ` 2600/- plus S.T. 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.

Page 8: NOTICE INVITING TENDERsjvn.nic.in/writereaddata/Portal/Tender/72_1/1_PCD-491.pdf8 Wooden board 102mm x 102mm x 60mm deep 312 Each 9 Supplying and fixing bakelite batten/angle holder

Page 2 of 13 ITB-NJHPS-{PCD-491)

c. You need to furnish individual details as well as of company details in registration form.

d. After filling all mandatory fields, you need to click on “submit” button to complete the registration process.

e. On successful completion of registration you will prompted a message saying that “ You have successfully registered on (SJVN Limited)’s e-Procurement Portal”

For Registration enquiry and to activate User ID please call abcprocure Help Desk Centre +91-79-40016865 / 37 / 02 / 85 / 79 / 91 / 23 / 52 e-Mail ID [email protected] and [email protected] .

Already valid registered vendor at SJVN Limited need not follow registration formality then they may contact support team on contact details provided at the end of the document for further participation.

1.9 All the bidders are requested to get themselves registered well in advance to facilitate timely submission of the bid. In case bidders wait till last moment for uploading the bids and if any technical problem is encountered at that time, the bid closing date & time may elapse.

1.10 DIGITAL SIGNATURES: The bidder should also have the Digital Signatures which are mandatory for security purpose. The digital signatures can be obtained from any of the authorised agencies in India.

1.11 The vendor who have registered with the e-procurement portal of M/s ITI Ltd. up to 20/11/2013 need not to pay again to register on the new e-procurement portal for their current subscription year respectively. However, the vendors who have registered with the e-procurement portal of M/s ITI Ltd. on or after 21/11/2013 shall have to pay to register on new e-procurement portal as per the contract conditions. The vendors/contractor call to abcprocure helpdesk (Help Desk Centre +91-79-40016865 / 37 / 02 / 85 / 79 / 91 / 23 / 52) and provide their old User ID/Company Name/mail id for activation.

1.12 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”.

1.13 Bid Submission:(i) Bidder needs to login first on the tendering portal of SJVN (i.e.

http://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) Upload the scanned copy of “Tender Fee (if any)”. (vi) Upload the scanned copy of “EMD”.(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”.

Page 9: NOTICE INVITING TENDERsjvn.nic.in/writereaddata/Portal/Tender/72_1/1_PCD-491.pdf8 Wooden board 102mm x 102mm x 60mm deep 312 Each 9 Supplying and fixing bakelite batten/angle holder

Page 3 of 13 ITB-NJHPS-{PCD-491)

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

1.14 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. Rakesh Panwar-M- 80913-81583, e-Mail: [email protected]

(ii) - Mr. Vismay Jagad -Ph- 07940016867, e-Mail: [email protected](iii) - Ms. Vaishali Soni-Ph- 079-4001 6837, e-Mail: [email protected](iv) - Mr. Pradip Parmar-Ph-079-4001 6865 e-Mail:

[email protected](v) -Mr. Chander Kant Sharma -Ph-09857879884.(vi) 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:-

(i) Sh. Rajeev Kapoor: Telephone No. 01782-275459 (E-mail ID : rajeevnjhps@gmailcom.

(ii) Sh. Ajay Kumar: Mobile No. 09418014829 (E-mail ID : [email protected]

(iii) Sh. Devender Kumar : Mobile No. 09418001243 (E-mail ID : [email protected])

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 underground power house is located near village Jhakri in District Shimla. Shimla, the capital of the State of Himachal Pradesh is enroute about 150Km South-West from Jhakri. The distance by road from Jhakri to Nathpa upstream is about 45 Km (Approx.).

The rail head (broad gauge) is at Kalka (NR). Kalka is about 235 Km (Approx.) from Jhakri.

Approximate Distance from Kalka

ToMumbai

To Kolkata

ToChennai

(i) By Rail 1906 1809 2558(ii) By Road 1753 1791 2482

The distance from Kalka to Delhi by road is 285 Km (approx.).

Page 10: NOTICE INVITING TENDERsjvn.nic.in/writereaddata/Portal/Tender/72_1/1_PCD-491.pdf8 Wooden board 102mm x 102mm x 60mm deep 312 Each 9 Supplying and fixing bakelite batten/angle holder

Page 4 of 13 ITB-NJHPS-{PCD-491)

From the Kalka rail head, the Dam Site is approachable by the following roads/routes:-

(i) Kalka - Dharampur - Solan - Shimla -Narkanda - Rampur – Jhakri (NH -22).

: 230 Km (Approx.)

(ii) Kalka - Dharampur - Solan - Shimla - Dhalli -Basantpur - Rampur – Jhakri.

: 247 Km(Approx.)

(iii) Kalka - Dharampur - Sabathu - Arki -Shalaghat - Dhami - Basantpur - Rampur –Jhakri.

: 332 Km(Approx.)

Transport Limitation

The transport limitation by road from Kalka to the Dam Site at Nathpa 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 .

The project area is situated in earthquake zone IV as per BIS 1893(1984). Hence, the equipment shall have to be suitable to withstand safely and not to maloperate under earthquake forces corresponding to zone IV.

4.0 Minimum Qualifying Requirement –As per pre qualifying requirements enclosed.

5.0 Scope Of Work:-

Scope of work covers “Rewiring, Addition & Alteration of E.I. work in Type-0 Single Room sets, 156 Quarters (13 Blocks) in NJHPS, SJVN colony at Jhakri”.

The details of the work is elaborated in the BOQ. All material, labor, plant, equipment & machinery and services necessary for accomplishing the work shall be arranged by the contractor.

The bidder shall be required to offer their rates & prices for entire scope of work.

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

6.1 The Quality Assurance Program shall be as per relevant standards.

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.

Page 11: NOTICE INVITING TENDERsjvn.nic.in/writereaddata/Portal/Tender/72_1/1_PCD-491.pdf8 Wooden board 102mm x 102mm x 60mm deep 312 Each 9 Supplying and fixing bakelite batten/angle holder

Page 5 of 13 ITB-NJHPS-{PCD-491)

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 (onhttps//: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 The amendment(s) of the NIT shall 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 Bid Security / Earnest Money deposit (EMD)

11.1 The offer must be accompanied with an Earnest money of ` 40,000/- (Rupees Fourty Thousand only). The bid security shall, at the Bidder's option, be in the form of a crossed demand draft/pay order/ Banker Cheque (drawn in favour of NJHPS, SJVN Ltd.) /FDR/TDR (Pledged in the name of “NJHPS, SJVN Ltd.”under the seal & by the authorized signatory of issuing bank). Bid Security shall remain valid for a period of thirty (30) days beyond the original bid validity period, and beyond any extension subsequently requested. The DD should be payable at following branches:

(i) State Bank of India Jhakri Branch Code - 6988(ii) State Bank of India Rampur Bushahar Branch code - 0703(iii) Punjab National Bank Rampur Bushahar Branch code - 94300(iv) UCO Bank Rampur Bushahar Branch code - 1543(v) HDFC Bank , Rampur Bushahar Branch code - 805

Remarks: - The EMD in the form of BG, outstation / local Cheque, outstation DDs / by hand written DDs is not acceptable.

Page 12: NOTICE INVITING TENDERsjvn.nic.in/writereaddata/Portal/Tender/72_1/1_PCD-491.pdf8 Wooden board 102mm x 102mm x 60mm deep 312 Each 9 Supplying and fixing bakelite batten/angle holder

Page 6 of 13 ITB-NJHPS-{PCD-491)

11.2 EMD of the bidder shall be forfeited, if the bidder withdraws or amends its bids or impairs or derogates form the bid in any respect with in the period of validity of the bid. The EMD of the successful bidder shall be retained as contract security until such period the contractor furnishes the required CPG or until supply thecomplete material. If the contractor fails to fulfill his obligations, the EMD, retained as contract security shall be forfeited.

11.3 Micro or Small Enterprises (MSE)/NSIC registered firms are exempted from submission of EMD and must enclose (Upload scanned copy of the MSE/NSIC certificate) for the same products as in NIQ above. If the MSE/NSIC certificate does not contain the same products and services as listed in our NIQ and no EMD is found enclosed, the owner may ask the bidder to submit the EMD as above. The copy of MSE/ NSIC certificate is to be sent by e-mail/fax/post with reference to the present tender.

11.4 UPLOADING OF EMD: The scanned copy of the EMD is to be uploaded on the website. The bid is to be submitted through e-tendering and hence the EMD is to be sent to the undersigned by post after submitting the bid along with required details through e-procurement on the web. The EMD in physical form should reach preferably before the last date and time of submission of bid. If EMD does not reach in physical form within the period of techno commercial evaluation, the bid shall be considered as non responsive and price bid of such firms shall not be opened.

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.Schedule-2 “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 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 Work Completion Schedule

13.1 The basic consideration and the essence of the Contract shall be the strict adherence to the Work Completion Schedule.

13.2 The Maximum work completion period for complete scope of work for ”Rewiring, Addition & Alteration of E.I. work in Type-0 Single Room sets, 156 Quarters (13 Blocks) in NJHPS, SJVN colony at Jhakri” is 90 days from the date of issue of LOA. However, Bidder can also offer a shorter completion period which will also be acceptable to SJVN Ltd. However, any bidder offering work completion of more than 90 days will not be considered and his bid will be rejected.

Page 13: NOTICE INVITING TENDERsjvn.nic.in/writereaddata/Portal/Tender/72_1/1_PCD-491.pdf8 Wooden board 102mm x 102mm x 60mm deep 312 Each 9 Supplying and fixing bakelite batten/angle holder

Page 7 of 13 ITB-NJHPS-{PCD-491)

14.0 Price Adjustment Data

Not applicable being "FIRM" Price Contract.

15.0 Bid Prices

► Unless otherwise specified in the Technical Specifications, Bidders shall quote for the entire work on a "single responsibility" basis such that the total bid price covers all the Contractor'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.

► 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 and not subject to variation on any account. A bid submitted with an adjustable price quotation will be treated as non-responsive and rejected.

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 120 days after the closing date prescribed by the Owner 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.

19.0 FORMAT AND SIGNING OF BID

► 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.

Page 14: NOTICE INVITING TENDERsjvn.nic.in/writereaddata/Portal/Tender/72_1/1_PCD-491.pdf8 Wooden board 102mm x 102mm x 60mm deep 312 Each 9 Supplying and fixing bakelite batten/angle holder

Page 8 of 13 ITB-NJHPS-{PCD-491)

► 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. 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.

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 Submission of Bids

► The bids will be submitted electronically at designated places in various schedules. The complete bid document along with the schedules can be downloaded by the bidder through https//:sjvn.abcprocure.com. only after registration as explained in “Vendor Registration Procedure and Submission & Filling of Bids.” The bid is to be filled only in the in the schedules available on the web. The price schedules cannot be downloaded as they are to be filled online however techno-commercial schedules and Bid Proposal Sheet etc. are to be downloaded first and are to be uploaded again after filling the same. The bid is called under 02 parts as under:-

A. Bid Proposal Sheet (BPS) Price Bid Part which consists of the followings schedules:-

(i) Schedule-1, Page 1“Schedule of Prices”

► The Bidder should quote the lump sum prices i.e. including all taxes & duties including Entry Tax (As & if applicable) except Service Tax which shall be paid by the SJVN/ bidder as per service tax notification no. 30/2012 dated 20/06/2012. The service tax is to mentioned separately in price schedules & same shall be reimbursed on submission of following information along with the bills:-

(I) Name, Address & Contact Details (Tel. no. etc.) of the Service Provider.

(II) Service Tax Number of the Service Provider.(III) PAN of the Service Provider.(IV) Service Tax Invoice Number.(V) Gross amount of services.(VI) Service Tax amount

► 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.

► Any other deduction like TDS, “WCT” (As per applicable rate in H.P.) if applicable as per the Govt. laws shall be made from your payment and statement for the same shall be provided by SJVN for the same.

B.Bid Proposal Sheet Techno-commercial Bid Part which consists of the followings:-

All documents as required, copies of ESIC (If applicable), EPF (if applicable), PAN, Service Tax no. (If applicable) etc. and any other documents as required/ asked in the tender are to be uploaded/ submitted along with the bid. These documents are to be uploaded along with the General Documents. The contractor shall submit the

Page 15: NOTICE INVITING TENDERsjvn.nic.in/writereaddata/Portal/Tender/72_1/1_PCD-491.pdf8 Wooden board 102mm x 102mm x 60mm deep 312 Each 9 Supplying and fixing bakelite batten/angle holder

Page 9 of 13 ITB-NJHPS-{PCD-491)

certificate from Charted Accountant citing reasons if the service tax is not applicable to the contractor.

Bid Security / Earnest Money deposit (EMD)/Copy of NSIC/MSEcertificate as per sr. no. 11.0 above.

Cost of Tender Document/copy of NSIC/MSE certificate as per sr. no. 21.0 above

Undertaking as per sr. no. 33.0 below.

The Bid Proposal Sheet (BPS) techno-commercial schedules to be filled are as under:-

(i) Schedule-2, Page 1 of 1 “Schedule of Deviations”(ii) (General Information and Bank Account Deatils) “Schedule-3”(iii) Details of orders executed in past as per pre qualification

criteria “Schedule-4”

Remarks:-All above schedule are available in single excel sheet “BPS Techno commercial Schedules”. The bidders have to fill the required information in the colored boxes only.

► 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 Dy. General Manager (P&C), NJHPS, 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 / Courier 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.

► After submission of the bid through e-tendering an acknowledgment slip is automatically generated and same is to be send by fax/ post/e-mail as per clause 32.0 as a proof for bid submission through e-tendering.

21.0 Cost of Tender Documents: The cost of tender document is ` 500/- (` Five Hundred Only) in the shape of Demand Draft in favour of owner (NJHPS, SJVN Ltd,., Jhakri) payable banks as mentioned at sr. no. 11.2 above and the bidder must submit the same in envelope which should be reached preferably before last date and time of submission of bid i.e. 12:30 Hrs. of 23.06.2014. The scanned copy of the cost of bid document (DD) shall be uploaded in the designated place. The MSE/NSIC registered firms are exempted from the submission of the Cost of Tender Documents.

22.0 Late BidsNo bid shall be received after last date and time of bid submission.

Page 16: NOTICE INVITING TENDERsjvn.nic.in/writereaddata/Portal/Tender/72_1/1_PCD-491.pdf8 Wooden board 102mm x 102mm x 60mm deep 312 Each 9 Supplying and fixing bakelite batten/angle holder

Page 10 of 13 ITB-NJHPS-{PCD-491)

23.0 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.

24.0 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/network problem for the Owner, the bids will be opened at the appointed time on the next working day.

► No Mobile Phone will be permitted inside the bid opening room. Therefore, bidders should deposit Mobile Phones with Security gate at Reception.

► Bids will be evaluated for the complete scope of work on single responsibility basis including all taxes & duties. The Service tax as per applicable rules shall also be considered in the bid evaluation. No price preference shall be given to any bidder during the bid evaluation.

► 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.

► 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.

25.0 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.

26.0 Correction of Errors (Applicable to extent possible)

A. The errors /discrepancies in respect of the specified amount in Bid Proposal Sheets for an individual item and/or sub-item and/or in the sub-total of a schedule and/or in the Grand total of a schedule and/or in the lump sum price of the package either due to discrepancy between figures and words and/or simple arithmetical error while adding and/or multiplying and /or due to wrong extension of unit rates etc. the error will be rectified and computed by SJVN Ltd. as per the following method:(i) In case of discrepancy between figure and words the value specified in

the words will be considered for computation.

(ii) Firstly the unit rates in words will be considered for computation.

Page 17: NOTICE INVITING TENDERsjvn.nic.in/writereaddata/Portal/Tender/72_1/1_PCD-491.pdf8 Wooden board 102mm x 102mm x 60mm deep 312 Each 9 Supplying and fixing bakelite batten/angle holder

Page 11 of 13 ITB-NJHPS-{PCD-491)

(iii) In case unit rates are not indicated in words then unit rates indicated in figure will be considered and will be used for deriving the amount from the quantities specified in the bid documents.

(iv) In case error is due to wrong extension of quantities, the quantities as specified in the bid documents will be considered and multiplied by the quoted unit rates to obtain the amount. The amounts will be computed as per the extension of amount on the basis of unit rates of individual item, sub-item, sub-total of a schedule, grand total of a schedule and lump sum price of the package based on the above consideration.

B. 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.

C. 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.

27.0 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.

28.0 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.

► 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 on single responsibility on L1 basis for entire scope of work for substantially responsive bid.

29.0 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

Page 18: NOTICE INVITING TENDERsjvn.nic.in/writereaddata/Portal/Tender/72_1/1_PCD-491.pdf8 Wooden board 102mm x 102mm x 60mm deep 312 Each 9 Supplying and fixing bakelite batten/angle holder

Page 12 of 13 ITB-NJHPS-{PCD-491)

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.

30.0 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.

31.0 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. 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".

32.0 Submission of documents by post:

► The following documents in hard copy/original form sealed in envelop super scribed as “Rewiring, Addition & Alteration of E.I. work in Type-0 Single Room sets, 156 Quarters (13 Blocks) in NJHPS, SJVN colony at Jhakri -(PCD-491(O&M)/2014)”are to be sent through post :-

(i) Earnest Money Deposit (In original) / copy of NSIC/MSE certificate as per clause no. 11.

(ii) Cost of tender document (In Original) / copy of NSIC/MSE certificateas per clause no. 21.0

Page 19: NOTICE INVITING TENDERsjvn.nic.in/writereaddata/Portal/Tender/72_1/1_PCD-491.pdf8 Wooden board 102mm x 102mm x 60mm deep 312 Each 9 Supplying and fixing bakelite batten/angle holder

Page 13 of 13 ITB-NJHPS-{PCD-491)

(iii) Undertaking form, duly signed by the bidder shall be uploaded along with the bid, the details of which are as per clause 33.0.

(iv) Any other documents as required as mentioned anywhere else in the bidding documents.

► The scanned copies of above documents are to be uploaded on the web and must reach preferably before closing date and time as per the bidding document i.e. on or before 18.06.2014 12:30 HRS.

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

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

► Any documents as asked or required like scanned copies of EMD & Cost of tender document (if any), copy of previous orders, dealership certificate etc. are to be uploaded at designated place at https//:sjvn.abcprocure.com..

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 Scanned copy of documents uploaded along with the bid is true to the best of our knowledge.

33.4 We have quoted for all the items as the bid is to be evaluated for entire scope of work. If after opening of price bid it is found that we have not quoted for all items, then our bid shall not be considered for price bid evaluation.

33.5 We have quoted the rates inclusive of all taxes & duties except service tax which shall be reimbursed as per applicable rules of service tax.

Page 20: NOTICE INVITING TENDERsjvn.nic.in/writereaddata/Portal/Tender/72_1/1_PCD-491.pdf8 Wooden board 102mm x 102mm x 60mm deep 312 Each 9 Supplying and fixing bakelite batten/angle holder

NJHPS/DGM(P&C)/PCD-491 (GCC)

Page 1 of 7

GENERAL CONDITIONS OF CONTRACT (GCC)

1.0 DEFINITIONS

1.1 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 the completion of the work , including testing 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 carrying out the complete scope of work under this Contract.

2.0 CONTRACT PERFORMANCE SECURITY (CPS):

2.1 Within thirty (30) days of receipt of the notification of Contract award, you shall furnish to the Owner, an unconditional performance security for ten percent (10%) of the Contract Price with validity up to sixty (60) days after warrantee period (Refer Clause 10 below).

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 Warranty and Contract/Support period.

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 format enclosed) preferably issued by a nationalized Bank/ scheduled bank (As per the list enclosed), acceptable to the Owner or in the form of FDR or TDR (pledged in the favour of the owner).

2.4 The performance security will be discharged by the Owner and returned to the Contractor not later than sixty (60) days after expiry of Warranty and Contract/Support period.

2.5 NSIC/ MSE registered firms are not exempted from the submission of the CPG.

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

Page 21: NOTICE INVITING TENDERsjvn.nic.in/writereaddata/Portal/Tender/72_1/1_PCD-491.pdf8 Wooden board 102mm x 102mm x 60mm deep 312 Each 9 Supplying and fixing bakelite batten/angle holder

NJHPS/DGM(P&C)/PCD-491 (GCC)

Page 2 of 7

3.0 GUARANTEE :

3.1 The work under the scope of this contract will be guaranteed against any manufacturing defects including their performance and workmanship for 12months of satisfactory performance. The start of Guarantee period shall be reckoned from the date of completion of entire work to the entire satisfaction of EIC/ taking over of entire work by EIC. In case of any problem within the guarantee period due to manufacturing defects including their performance,poor workmanship and the consumable/material used arises, the same will be rectified/replaced free of cost at site by the contractor within fortnight time of such notification by the EIC, as necessary.

4.0 PAYMENT TERMS:

A. 90% of the full payment for each item as identified in BOQ will be made on pro rata month wise basis after Supply/Providing & FIxing on submission of following documents to EIC for verification:

(i) Bills in triplicate.(ii) Photocopy of unconditional acceptance of Letter of Award (with

1st Bill only).(iii) Photocopy of Contract Performance Security equivalent to 10%

of total contract value valid up to 60 days after expiry of Guarantee period (only 1st R.A. Bill).

(iv) Photocopy of PAN Card (only 1st R.A. Bill).(v) Photocopy of Service Tax Registration No. (Only 1st R.A. Bill) (If

applicable).(vi) Copy of TIN No.

This however, shall not be linked with liability of the contractor to pay wages to his worker as per provisions of wages act.

B. Balance 10% of the full payment shall be made within 30 days after the completion of the work in all respect on submission of following documents to EIC for verification

(i) Bills in triplicate.(ii) Work completion certificate/take over certificate issued by EIC.(iii) Guarantee Certificate.

C. The payment shall be released through electronic fund transfer and hence you are requested to give your bank account detail along with IFSC code of your bank branch. Bank charges if any, shall be borne by you. The details to be submitted in the schedule-3 as enclosed.

D. The service tax shall be paid by the SJVN/ bidder as per service tax notification no. 30/2012 dated 20/06/2012. The service tax is to mentioned separately in price schedules & same shall be reimbursed on submission of following information along with the bills:-

(I) Name, Address & Contact Details (Tel. no. etc.) of the Service Provider.

(II) Service Tax Number of the Service Provider.(III) PAN of the Service Provider.

Page 22: NOTICE INVITING TENDERsjvn.nic.in/writereaddata/Portal/Tender/72_1/1_PCD-491.pdf8 Wooden board 102mm x 102mm x 60mm deep 312 Each 9 Supplying and fixing bakelite batten/angle holder

NJHPS/DGM(P&C)/PCD-491 (GCC)

Page 3 of 7

(IV) Service Tax Invoice Number.(V) Gross amount of services.(VI) Service Tax amount.

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

5.0 Work Completion Schedule

5.1 The basic consideration and the essence of the Contract shall be the strict adherence to the Work Completion Schedule.

5.2 The Maximum work completion period for complete scope of work for ”Rewiring, Addition & Alteration of E.I. work in Type-0 Single Room sets, 156 Quarters (13 Blocks) in NJHPS, SJVN colony at Jhakri” is 90 days from the date of issue of LOA. However, Bidder can also offer a shorter completion period which will also be acceptable to SJVN Ltd. However, any bidder offering work completion of more than 90 days will not be considered and his bid will be rejected.

6.0 L.D. CHARGES

6.1 if the contractor fails to complete the work within the period(s) specified in the Contract, the Owner shall, without prejudice to its other remedies under the Contract, deduct from the Contract Price, as Liquidated Damages, as specified here in below,

6.2 The Liquidated Damage for delay in completion of entire scope of work beyond the maximum work completion schedule as stipulated at clause 5above shall be @ ½% (Half percent) per week or part thereof. The total amount of Liquidated Damages for delay under the Contract will be subject to a maximum of five percent (5%) of the Contract price.

6.3 Amount of Liquidated Damage shall be payable by the Supplier whenever demanded by the Owner and / or Owner can recover the amount of liquidated Damages (to the extent leviable at any time) from the amount payable to the Supplier available with Owner under this Contract.

6.4 Supplier’s obligations and the Owner’s remedies in respect of delay are solely and exclusively as stated in this Liquidated Damages clause subject to provisions of Clause 14.0 and consequence thereof.

7.0 TAX DEDUCTION AT SOURCE & WCT:

SJVN shall be entitled to make all deduction towards taxes (TDS, WCT etc.) from the payments to be made to the contractor as may be mandatory as per rules. However SJVN Ltd. shall give a statement in respect of such deductions to the contractor.

8.0 VARIATION/ DEVIATION:The Awarded Rates entered in the bill of quantities for the individual items shall apply for the quantities or work increased or decreased by not more than twenty percent (20%) for each item. The Engineer-In-Charge shall, however, be at liberty to cancel his order to carry out such increased quantities of work by giving notice in writing to the contractor and arrange to carry it out in such manner as he may consider

Page 23: NOTICE INVITING TENDERsjvn.nic.in/writereaddata/Portal/Tender/72_1/1_PCD-491.pdf8 Wooden board 102mm x 102mm x 60mm deep 312 Each 9 Supplying and fixing bakelite batten/angle holder

NJHPS/DGM(P&C)/PCD-491 (GCC)

Page 4 of 7

appropriate. But under no circumstances the contractor shall suspend the work on the plea of non-settlement of rates of items falling under this clause.

9.0 FORCE MEAJEURE:

9.1 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.

9.2 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.

10.0 TAXES AND DUTIES:

i) The Bidder should quote the lump sum prices i.e. including all taxes & duties(Including Entry tax if applicable) except service tax.

ii) 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 and Service Tax, SJVN Ltd. 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 Ltd. will make deductions at source as applicable.

11.0 INSURANCE:

Any loss or damage to the plant and equipment or person during handling transportation, storage, erection, testing and commissioning, and all activities, testing and commissioning and any accident or death of persons due to negligence on the part of the contractor shall be to the bidder’s account for all risks. The successful Bidder shall be responsible for preferring of all claims and make good the damages or loss by way of repairs and/ or replacement of plant and equipment damaged or lost. Notwithstanding the extent of insurance cover and the amount of claim available from the underwriter, the successful bidder shall be liable to make good the full replacement/rectification of all the equipment and material and to ensure their

Page 24: NOTICE INVITING TENDERsjvn.nic.in/writereaddata/Portal/Tender/72_1/1_PCD-491.pdf8 Wooden board 102mm x 102mm x 60mm deep 312 Each 9 Supplying and fixing bakelite batten/angle holder

NJHPS/DGM(P&C)/PCD-491 (GCC)

Page 5 of 7

availability as per the project requirement/ without additional financial liability to SJVN Ltd.

12.0 TERMINATION OF CONTRACT ON CONTRACTOR'S DEFAULT:

12.1 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".

12.2 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.

13.0 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.

14.0 TERMINATION OF CONTRACT ON OWNER'S INITIATIVE:

14.1 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 thirty (30) days notice in writing to the Contractor of his decision to do so.

14.2 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

Page 25: NOTICE INVITING TENDERsjvn.nic.in/writereaddata/Portal/Tender/72_1/1_PCD-491.pdf8 Wooden board 102mm x 102mm x 60mm deep 312 Each 9 Supplying and fixing bakelite batten/angle holder

NJHPS/DGM(P&C)/PCD-491 (GCC)

Page 6 of 7

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.

14.3 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.

15.0 SETTLEMENT OF DISPUTES:

15.1 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.

15.2 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.

15.3 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.

15.4 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.

15.5 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.

16.0 ARBITRATION:

16.1 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.

16.2 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 benominated 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

Page 26: NOTICE INVITING TENDERsjvn.nic.in/writereaddata/Portal/Tender/72_1/1_PCD-491.pdf8 Wooden board 102mm x 102mm x 60mm deep 312 Each 9 Supplying and fixing bakelite batten/angle holder

NJHPS/DGM(P&C)/PCD-491 (GCC)

Page 7 of 7

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

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

16.4 Arbitration(s) shall give reasoned award.

16.5 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.

16.6 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.

17.0 APPLICABLE LAW:

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

18.0 NOTICES:

18.1 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.

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

19.0 CORRESPONDENCE:i) All correspondence related to this work before award of the contract shall

be addressed to DGM(P&C), 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 DGM (PSSM), NJHPS, SJVN Ltd, Jhakri, Distt Shimla (H.P.), PIN- 172201.

20.0 ENGINEER IN CHARGE (EIC):

iii) The E.I.C of this contract shall be DGM (PSSM), NJHPS, SJVN Ltd, Jhakri, Distt Shimla (H.P.), PIN- 172001.

21.0 TESTING & INSPECTION:

During erection period till taking over by the SJVN, the work shall be under strict surveillance for quality of the work. All the tests & inspections of the works shall be carried out as per relevant standard or as the direction of EIC of the work.

Page 27: NOTICE INVITING TENDERsjvn.nic.in/writereaddata/Portal/Tender/72_1/1_PCD-491.pdf8 Wooden board 102mm x 102mm x 60mm deep 312 Each 9 Supplying and fixing bakelite batten/angle holder

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

Page 28: NOTICE INVITING TENDERsjvn.nic.in/writereaddata/Portal/Tender/72_1/1_PCD-491.pdf8 Wooden board 102mm x 102mm x 60mm deep 312 Each 9 Supplying and fixing bakelite batten/angle holder

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

Page 29: NOTICE INVITING TENDERsjvn.nic.in/writereaddata/Portal/Tender/72_1/1_PCD-491.pdf8 Wooden board 102mm x 102mm x 60mm deep 312 Each 9 Supplying and fixing bakelite batten/angle holder

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.

Page 30: NOTICE INVITING TENDERsjvn.nic.in/writereaddata/Portal/Tender/72_1/1_PCD-491.pdf8 Wooden board 102mm x 102mm x 60mm deep 312 Each 9 Supplying and fixing bakelite batten/angle holder

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.

Page 31: NOTICE INVITING TENDERsjvn.nic.in/writereaddata/Portal/Tender/72_1/1_PCD-491.pdf8 Wooden board 102mm x 102mm x 60mm deep 312 Each 9 Supplying and fixing bakelite batten/angle holder

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)

Page 32: NOTICE INVITING TENDERsjvn.nic.in/writereaddata/Portal/Tender/72_1/1_PCD-491.pdf8 Wooden board 102mm x 102mm x 60mm deep 312 Each 9 Supplying and fixing bakelite batten/angle holder

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)