DAMODAR VALLEY CORPORATION TENDER DOCUMENTS

32
Page 1 of 32 DAMODAR VALLEY CORPORATION (ESTABLISHED BY THE ACT XIV OF 1948) KODARMA THERMAL POWER STATION DIST - KODERMA, (JHARKHAND) TENDER DOCUMENTS Painting of Storage Vessels in DM Plant area, CPU Regeneration area, 400KV Fire hydrants,LDO tanks and Boiler Structures and lettering of buildings etc. at DVC, KTPS, Koderma. NIT NO DVC/Tender/KTPS/Power House Civil/C&M Purchase & Contract/Works and Service/00045 Dated 12/06/2020 (THROUGH e-TENDERING PROCESS ONLY)

Transcript of DAMODAR VALLEY CORPORATION TENDER DOCUMENTS

Page 1 of 32

DAMODAR VALLEY CORPORATION

(ESTABLISHED BY THE ACT XIV OF 1948)KODARMA THERMAL POWER STATION

DIST - KODERMA, (JHARKHAND)

TENDER DOCUMENTS

Painting of Storage Vessels in DM Plant area, CPU Regeneration area, 400KV Fire hydrants,LDO tanks and Boiler Structures and lettering of buildings etc. at

DVC, KTPS, Koderma.

NIT NO DVC/Tender/KTPS/Power House Civil/C&M Purchase & Contract/Works and Service/00045 Dated 12/06/2020

(THROUGH e-TENDERING PROCESS ONLY)

Page 2 of 32

TENDER DOCUMENT FOR Painting of Storage Vessels in DM Plant area, CPU Regeneration area, 400KV Fire hydrants,LDO tanks and Boiler Structures and lettering of buildings etc. at DVC, KTPS, Koderma. The document consists of the following : 1) Instruction : Submission of Tender Paper

2) Annexure-I: Material Details and Techno-Commercial Terms & Conditions

3) Annexure-II: Instructions to the Bidders

4) Annexure -III : Eligibility criteria for selection of tenderers (Qualifying Requirement)

5) Annexure-A: Format for Commercial Terms & Conditions

6) Annexure- B: Format for Price Bid

7) Annexure -C: Techno-commercial deviation schedule

8) Annexure -D: Cost of withdrawal of deviations

9) Annexure -E : Format for BG towards EMD

10) Annexure -F: Bank Guarantee Verification Check List

11) Annexure - G: Format for Letter of Bid.

12) Annexure - H: Format for Details Of Banker For Making Payment Through RTGS/NEFT.

13) Annexure - I: Format for Proforma For Affidavit.

14) Annexure - J: Proforma for Power of Attorney

15) Annexure - K: List of Commercial Banks as per RBI (Source RBI Website dt. 08-06-2012)

16) MISCELLANEOUS ANNEXURE AS PART OF NIT

Page 3 of 32

DAMODAR VALLEY CORPORATION

(ESTABLISHED BY THE ACT XIV OF 1948)KODARMA THERMAL POWER STATION

DIST - KODERMA, (JHARKHAND)

Website: http://www.dvc.gov.inFAX : (06534) - 292157Phone : (06534) - 292156

NOTICE INVITING TENDER(THROUGH e-TENDERING PROCESS ONLY)

Tender No. DVC/Tender/KTPS/Power House Civil/C&M Purchase & Contract/Works and Service/00045 Dated 12/06/2020

Last Date of submission(uploading) of Bid Documents : 13/07/2020 (upto 1000 Hrs. )Date of Opening of Techno-Commercial Offer : 14/07/2020 at 1010 Hrs.

DESCRIPTION OF WORKS : Painting of Storage Vessels in DM Plant area, CPU Regeneration area, 400KV Fire hydrants,LDO tanks and Boiler Structures and lettering of buildings etc. at DVC, KTPS, Koderma.

Tenders for Single Stage-Three Envelope Two part tendering through e-tendering process are invited on behalf ofKODERMA THERMAL POWER STATION, Damodar Valley Corporation, for Painting of Storage Vessels in DM Plant area, CPU Regeneration area, 400KV Fire hydrants,LDO tanks and Boiler Structures and lettering of buildings etc. at DVC, KTPS, Koderma. for the under mentioned job as per description of work ,scope of work ,terms and condition as detailed below.

TOTAL ESTIMATED VALUE : 927438.92/-only in INR currency or any freely convertable currency EARNEST MONEY : Rs.18549.00/-only COST OF TENDER PAPER : Rs.1000.00 /- only.[NON-REFUNDABLE] DATE OF START OF DOWNLOADINGOF TENDER DOCUMENT : 13/06/2020 at 1700 Hrs.

DATE OF END OF DOWNLOADINGOF TENDER DOCUMENT : 13/07/2020 (upto 930 Hrs.)

Bidders must positively complete online e-tendering procedure at https://etenders.gov.in/eprocure/app.

The details of EMD & cost of Tender documents shall have to be indicated while filling the Tender documents form available in the website https://etenders.gov.in. The Bidder shall also have to submit the hard copy of the EMD (amount as mentioned above) & cost of Tender documents in an envelope super scribing "BID SECURITY/EMD" in any of the following forms:

1) COST OF TENDER DOCUMENTS: Tender documents are downloaded from DVC's website, the cost of tender documents (Non-refundable) through e-payment mode only payable at SBI,KTPP Branch(Code No. 12633) and Bank of India, Banjhedih(Code

Page 4 of 32

No.4989), (Code No : ) and will be required to be placed in Envelope.Provision for NEFT/ RTGS has also been enable, moreover in case the bidder who do not have any credit card/ debit card or net banking facilities can use NEFT/ RTGS facilities for payment by downloading the challan from the web site and submit the same to nearest bank.

2) EARNEST MONEY: Earnest Money shall be deposited in any of the following mode: a) E-payment mode has been enabled. The bidders can pay the cost of bid document and the EMD through electronic mode i.e. credit card/ debit card/ net banking. Provision for NEFT/ RTGS has also been enable, moreover in case the bidder who do not have any credit card/ debit card or net banking facilities can use NEFT/ RTGS facilities for payment by downloading the challan from the web site and submit the same to nearest bank.

b) Earnest Money can be submitted in the form of Bank Guarantee from an Indian Nationalized Bank / Schedule Bank / Foreign Bank (in the scheduled list of Reserve Bank India), irrevocable and operative till the validity of the offer as per standard Proforma (as per Performa & instruction given in Annexure -E).

c) DVC Bonds duly endorsed in favour of DVC.

d) Post Office National Savings Certificate, having face value equal to the EMD value and duly endorsed by issuing authority in favour of Addl. Chief Accounts Officer, DVC, KTPS.

e) Attested photocopy of certificate issued by DVC as permanent EMD account holder

f) Pay Order or Demand Draft in favour of the Addl. Chief Accounts Officer, DVC, KTPS payable at SBI,KTPP Branch(Code No. 12633) and Bank of India, Banjhedih(Code No.4989), (Code No : )

No Bank Guarantee shall be accepted for EMD amount upto Rs. 50,000/-. However, EMD exceeding Rs. 50,000/- may be accepted in any of the above forms.

Small scale Industries registered with NSIC shall be exempted from payment of EMD. SSI Units seeking such exemption must enclose valid registration certificate from appropriate Govt. authority giving details such as validity, stores etc.

The intending Bidder are advised to take care that cost of tender & EMD is correctly drawn and reaches before the tender opening as detailed in the NIT and any relaxation in this regard will not be allowed and their bids shall be rejected outrightly.

In the event of submission of BG in lieu of Earnest Money, the B.G. shall not be accepted and bid may be rejected if: (a) The name of the NIT mentioned in the BG is different from the NIT for which bids have been invited. (b) The firm/proprietor, on whose behalf the bank guarantee has been furnished, is different from the bidder. (c) The Bank Guarantee is not of the prescribed value. (d) The validity of the Bank Guarantee is less than the stipulated period.

In addition to the above, other points to be noted and followed strictly for the purpose of the execution of the BG as stipulated under the instruction of submission of BG in Annexure -F.

No tender will be considered as valid without acceptance of Earnest Money Deposit.

Note:- The Bank Guarantee to be prepared on non judicial stamp paper of appropriate value which vary from stateto state and time to time. As such no rate has been prescribed. It has to be verified from the bank.

PERMANENT EARNEST MONEY DEPOSIT: The Tenderer may deposit with the Corporation, permanent EMD of rupees three lakhs only (Rs. 3,00,000) in the form DD/Pay order/banker cheque Draft in favour of Damodar Valley Corporation payable at Kolkata in INR or BG for a period of three years constituting the same sum as security for the compliance with the obligation undertaken in the tenders involving estimated cost upto Rs.1 crore irrespective no. of tender. No interest shall be payable on such deposit amount. Tenderer shall be entitled to submit offers and to have them considered without payment of EMD with each tender separately. An exemption certificate shall be issued to such vendors and they need to furnish reference of this certificate

Page 5 of 32

alongwith tender document and also superscribe the reference on the envelope so that offers are accepted for opening.DVC, KTPS Banker's details:Name of Bank : SBI,KTPP Branch(Code No. 12633) and Bank of India, Banjhedih(Code No.4989)Branch Name : Account No : Account Type :

3) FORFEITURE OF EMDThe EMD may be forfeited 1) For failure of tenderers to accept the order / LOI / LOA placed within the validity period of their offer.2) Any bidder withdraws/varies his offer within the bid validity period before finalization of the tender.3) If the bidder does not accept the arithmetical correction of its bid price.4) For failure to submit security cum performance BG within 30 days from the last day of the specified time limit as stipulated in the PO/LOI/LOA.5) If the acceptance of order is not received within the stipulated period.6) If the Bidder does not withdraw any deviation listed in Statement of Deviations at the cost of withdrawal indicated by him.7) If the Bidder refuse to withdraw, without any cost to the Owner, any deviation not listed in Statement of Deviations but found elsewhere in the Bid, 8) On providing false or incorrect information in respect of qualifying requirement etc.9) In case the L1 bidder for any item fails to produce the documents within the specified period of 10 days in case of domestic tenders and 15 days in case of global tenders, or if any of the information furnished by L1 bidder on-line is found to be false during verification of documents.10) Permanent EMD deposited by vendors/suppliers shall be forfeited in case theyi) Revoke the tender or increase the rates after opening the tender but during the validity period of their offersorii) Refuse to accept the order/contract issued as per their offer or subsequent mutual agreements.iii) Do not execute the orders.Permanent EMD can be refunded if so desired by vendors, in which case they shall be required to deposit requisiteEMD with each tender.

4) REFUND OF EMD: The earnest money would be refunded to the unsuccessful tenderers within 15 days of finalization of the tender. Earnest Money will be returned to the successful tenderer after receipt of SDBG as per terms mentioned in the Purchase/Work order. No interest would be paid against the EM deposits.

Exemption from EMD & Cost Of Tender : MSEs registered with MSME / NSIC shall be exempted from thepayment of EMD & COST OF TENDER DOCUMENTS. MSEs seeking such exemption must upload scanned copies of valid registration certificate from msme / nsic in the website https://etenders.gov.in/eprocure/app [1] and also submit the hard copy of the uploaded documents in a separate envelope super scribing "MSME/NSIC CERTIFICATE" to the office of SUPERINTENDING ENGINEER(C&M), KTPS,DVC before the date and time set for bid submission (uploading).

The above envelopes i.e. "BID SECURITY/EMD" OR "MSME/NSIC CERTIFICATE" (as applicable) should be sealed in an outer envelope super scribing on it, the nit no. and due date of opening.

All Tenderers would be bound by the terms and conditions as detailed in tender specifications by the DVC and GCCavailable in http://www.dvc.gov.in/GCC-2016.pdf.

The subject NIT has been hoisted in e- procurement portal "https://etenders.gov.in/eprocure/app" You may visit website for detail of the NIT & its tender documents and also may participate in the tender through e- procurement i.e. on line submission of offer .Further to that you are requested to please register your firm for e-procurement if not registered till date.You may contact for the above through e-mail to DVC.

Offers should invariably be kept open for acceptance for 180 Days from the date of opening of the tenders.

All tenderers would be bound by the terms and conditions as detailed in tender specifications of the DVC.

Page 6 of 32

DVC reserves the right not to accept the lowest rate quoted by tenderer and reject any or all the tenders and to split up and award the work to more than one tenderer without assigning any reason thereof if considered necessary.

Tenderer's authorized representative may be present at the time of opening. However, in unforeseen circumstances or due to administrative reasons, if the bid is not opened on due date, the same will be opened on next working day at same time without any further information. However, if required the date of opening will be extended further and the intimation for the same will be given on-line. DVC reserves the right to cancel any quotation in part or full and to reduce or increase the quantity of supply and to split up & award to one or more tenderer, without assigning any reason thereof

E-TENDERING

1.1. This tender is being processed through e-procurement system. The bid documents are to be downloaded, filled in and submitted through e-procurement system of DVC at https://etenders.gov.in/eprocure/app.However for any future correspondences with DVC (such as responses towards techno-commercial bid clarifications etc), tenderers have to send their reply only to email address as mentioned in NIT & DVC will makecorrespondences with the tenderer through their respective e-mail addresses. Changes of e-mail address of any bidder, if any, must be intimated on priority basis to DVC in writing with proper reasons thereof.For any queries regarding all sorts of application of e-Procurement system while acquiring digital signature, registration, downloading & uploading of tender documents, activation of user ID & password, Sk Nawajesh Rahman , e-mail ID [email protected] Contact No. 9831683690 / Miss Armistha Kangsa Banik, e-mail: [email protected] (Mob:8240124812) may please be contacted.1.2 DIGITAL SIGNATURE: A Valid Digital Signature Certificate (DSC) (class III with Signing & Encryption Certificate) is mandatory to participate for e- tendering system under CPPP portal. The e-token should have both signing and encryption certificate for securing the e-tender data for participating in e- tendering system. The certificate may be obtained from any of the authorised agencies of CCA (Controller of Certifying Authorities)] on Bidder¿s own cost.The instructions given below are meant to assist the bidders in registering on the CPP Portala) Bidders are required to register in the Government e-procurement portal, obtain `Login ID¿ & `Password¿ and go through the instructions available in the Home page after log in to the CPP Portal (URL: https://etenders. gov.in/eprocure/app), by clicking on the link ¿Online bidder Enrolment¿ on the CPP Portal which is free ofcharge.b) As part of the enrolment process, the bidders will be required to choose a unique user name and assign a password for their accounts.c) Bidders are advised to register their valid email address and mobile numbers as part of the registration process. These would be used for any communication from the CPP Portal.d) Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate issued by any Certifying Authority recognized by CCA India with their profile.e) Bidder then logs in to the site through the secured log-in by entering their user ID/password and the password ofthe DSC / e-Token.f) The Bidder intending to participate in the bid is required to register in the e-tenders portal using his/her Login ID and attach his/her valid Digital Signature Certificate (DSC) to his/her unique Login ID. He/She have to submit the relevant information as asked for about the firm/contractor. The bidders, who submit their bids for this tender after digitally signing using their Digital Signature Certificate (DSC), accept that they have clearly understood and agreed the terms and conditions including all the Forms/Annexure of this tender.More information useful for submitting online bids on the CPP Portal may be obtained at: https://etenders. gov.in/eprocure/appFor clarification about e-tendering procedures, downloading & Uploading and further details / elaboration, the bidders are advised to contact the following FMP Support Persons, representatives of M/s. National Informatics Centre Services Incorporated (NICSI), available in Help Desk at DVC Towers, C&M Department, 3rd Floor, Kolkata-54, West Bengal, India during the office hours.(i) Sk Nawajesh Rahman , e-mail ID [email protected] Contact No. 9831683690(ii) Miss Armistha Kangsa Banik, e-mail: [email protected] (Mob: 8240124812).

-----------------------------------

Page 7 of 32

N N MONDAL SUPERINTENDING ENGINEER-C&M Purchase & Contract For & on behalf of Damodar Valley Corporation

(Annexure-I)

WORK DETAILS

Task Code Description of WorkSr. No.

Frequency/Quantity

UOM Completion Period/ Contract Period (in Days)

DSR 13.91

CIVIL/DSR/13.50.3

DSR /13.99.1

DSR: 13.61.1

13.102.1

13.101.1

13.105

CIVIL/DSR/ 13.71

Removing dry or oil bound distemper, water proofing cement paint and the like by scrapping, sand papering and preparing the surface

Applying priming coat : With ready mixed red oxide zinc chromate primer of approved brand and manufacture on steel galvanised iron/ steel works

Painting with synthetic enamel paint of approved brand and manufacture of required colour to give an even shade : One or more coats on old work

Painting with synthetic enamel paint of approved brand and manufacture to give an even shade Two or more coats on new work

Painting with black anti-corrosive bitumasticpaint of approved brand and manufacture to give an even shade :One or more coats on oldwork

Painting with acid proof paint of approved brand and manufacture of required colour to give an even shade :One or more coats on oldwork

Re-lettering with black Japan paint of approved brand and manufacture.

Lettering with black Japan paint of approved brand and manufacture

1

2

3

4

5

6

7

8

1000.0000

5300.0000

736.0000

5300.0000

161.0000

177.0000

2000.0000

7500.0000

Sqm

Sqm

Sqm

Sqm

Sqm

Sqm

PLPCH

PLPCH

180

180

180

180

180

180

180

180

SCOPE OF WORK

Page 8 of 32

Orders placed by the Corporation are subject to the Techno-Commercial Terms & Conditions as follows and also will be guided by GCC-2016 available in http://www.dvc.gov.in/dvcwebsite_new1/conditions-of-contract/ . However if any Terms and Conditions mentioned in Techno-Commercial Terms & Conditions are similar with that of GCC, then the former should prevail.

TECHNO-COMMERCIAL TERMS AND CONDITIONS

PRICE BASISRate shall remain FIRM throughout the contract period.

1.0

PRICE BID DISCLOSURE If any price component related to subject NIT in full or in part is exposed and found with its techno-commercial offers, the offer shall out rightly be rejected and will not be considered further.

2.0

BID EVALUATION PROCEDUREBid evaluation will be done on Summery Wise L1 basis.

3.0

PAYMENT TERMS FOR WORKS

Payment Terms Description Task Description

90% of contract price will be paid against RA bills.

Remaining 10% as deducted from the running bills will be released after successful completion

of work/contract.

For All Tasks

For All Tasks

4.0

Please keep your offer valid for 180 days from the due date of opening.6.0

Other Terms and conditions which are not specifically mentioned in the Terms and conditions of the NIT shall be guided by DVC¿s G.C.C as per applicability. Bidders are requested to visit Website www.dvc.gov.in and www.dvctender.com for getting DVC¿s G.C.C.

7.0

SECURITY GATE PASS

VERIFICATION OF COST OF TENDER DOCUMENTS & EMD:

8.0

9.0

As the plant site of KTPS is a protected area necessary gate pass of every worker shall be arranged by the contractor with prior permission of DVC as per Rule. The expenditure of photograph required for gate pass shall be borne by the Contractor.

a)Envelope with Cost of Tender & Earnest Money will be opened on the due date and contents of the envelope will be prima facie checked. (b)If the prescribed instruments are not found in envelope in line with the NIT requirement then the offer will be out rightly rejected. (c)However, even after opening of the

LIMITATIONS OF LIABILITY:Except in cases of Criminal Negligence or wilful misconduct,(i) The Contractor and The Employer shall not be liable to the Other Party 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(ii) 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, copy right, workman compensation.

5.0

Page 9 of 32

COMMUNICATION/ CONTACT NO. FOR E- TENDERING:

CONTRACTOR PERFORMANCE EVALUATION

GST:

IMPORTANT TERMS & CONDITIONS:

TERMINATION:

OUR BANKER:

LAWS:

CONTRACT PERIOD/COMPLETION PERIOD

10.0

11.0

12.0

13.0

14.0

15.0

16.0

Techno-Commercial part, a thorough scrutiny of EMD, cost of tender documents will be made. If the instruments for EMD, cost of tender documents submitted against the offer is found not in line with the enquiry, the same may not be accepted and the offer will be treated as non-responsive. (d)In case of EMDin the form of B.G, the B.G. shall not be accepted and bid shall be rejected if: (i)The name of the NIT mentioned in the BG is different from the NIT for which bids have been invited. (ii)The firm/proprietor, on whose behalf the bank guarantee has been furnished, is different from the bidder. (iii)The Bank Guarantee is not of the prescribed value. (iv)The validity of the Bank Guarantee is less than the stipulated period.

For clarification about e-tendering procedures, downloading & Uploading and further details / elaboration, the bidders are advised to contact the following FMP Support Persons, representatives of M/s.National Informatics Centre Services Incorporated (NICSI), available in Help Desk at DVC Towers, C&M Department, 3rd Floor, Kolkata-54, West Bengal, India during the office hours. (i) Sk Nawajesh Rahman, e-mail ID: [email protected] (Contact No. 9831683690) (ii) Miss Armistha Kangsa Banik,e-mail ID: [email protected] (Contact No: 8240124812). You may send e-mail to above e-mail address and copy to [email protected] & [email protected] .Other than above, the bidders face any problem may contact with the following personnel for any assistance:- (i) Mr.N. N. Mondal, SE (M), C&M (Ph. No. 7908462790) (ii) Mr. Keshav Krishna, SDE (Civil), C&M (Ph. No. 9931727695)

Contractors have to support in generating contractor performance evaluation sheet (In the prescribed format ). No bill will be passed/No payment will be made before submission of contractor performance evaluation report.

GST (Goods and Service Tax) will be extra as applicable. Payment & reimbursement of GST is guided as per relevant tax rule of GOI against documentary evidence.

Please Submit Tax invoice on supply of material/Service with prerequisites statutory information within stipulated time as mentioned in the relevant provisions of the central goods and services Tax Act 2017 and allied acts and rules made thereunder. In case the invoice is issued beyond the stipulated time as per GST Act then DVC will not be liable to reimburse any such taxes and duties paid under the GST Act. Further, the supplier of Goods /Services indemnifies DVC from and against any loss/Extract cost incurred by the company on account of default by the supplier or any of its third part in any statutory compliance of the GST Act.

Termination of contract will be applicable as per Clause No. 24 of " Optional Terms & Conditions of Contract of GCC". GCC 2016 is available in DVC website.

SBI, KTPP Branch (Branch Code no. 12633, IFSC code. SBIN0012633, Micro Code. 825002609) and Bank of India, Banjhedih (Branch Code no. 4989, IFSC code. BKID0004989, Micro code. 825013612).

The contractors have to comply all the following law, if applicable. a. Contractor should have to abide by all statutory acts and Laws and Regulations of respective Government. b. Contractor shall be responsible for compliance of all statutory obligations Under Factories Act. 1948. Contract Labour Act, Minimum wages Act, payment of Wages Act and also be responsible for payment of employees¿ contribution under EPF etc. The contractor is to comply the ESI act as applicable. c. Contractor has to obtain Labour licence from statutory body i.e. concerned office of the Regional Labour Commissioner (central) as applicable. d. Contractor has to obtain Labour licence from Govt. Licence authority Under contract Labour Regulation and Abolition Act and the copy of the same will have to be produced. e. The workers deployed by contractor will be bound by regulation of Factories Act 1948. Minor and women labours shall not be engaged in this job. f. Xerox copies of the documents showing deposit of EPF amount to the EPF Department of Govt. should be submitted to the controlling officer and personnel department.

Page 10 of 32

CHECKLIST OF DOCUMENTS TO BE SUBMITTED IN HARD COPY:

NOTICE INVITING E-TENDER

E- TENDERING INSTRUCTION [ INSTEAD OF CLAUSE NO. 15 OF ITB EXCEPT 15.6(E)]:

17.0

18.0

19.0

20.0

06 (Six) months from date of commencement of work

1. Documents in hard copy to be positively submitted on or before the due date & time of bid submission:a. In addition to clause no. 1(i.e. COST OF TENDER DOCUMENT) at page no. 3 of NIT, Demand Draft in favour of the Addl. Chief Accounts Officer, DVC, KTPS payable at SBI, KTPS Branch (Code No. 12633) and Bank of India, Banjhedih (Code No.4989). Cost of Tender Document?s documentary evidence (online/off line mode) in an envelope super scribing ''COST OF TENDER'' and same shall be uploaded in e-tender portal. b. In addition to clause no. 2(i.e. EARNEST MONEY) at page no. 3 of NIT, it may be noted that EMD (off-line/on line mode) documentary evidence in an envelope super scribing ''EARNEST MONEY DEPOSIT'' and same shall be uploaded in e-tender portal. (i) In case of Permanent EMD, (a copy of the certificate self-authenticated & notarized) the hard copy of the exemption certificate should be submitted in an envelope super scribing ''PERMANENT EARNEST MONEY DEPOSIT'' and same shall be uploaded in e-tender portal. c. If MSEs registered with NSIC/MSME are required to submit the hard copy of NSIC/MSME registration certificate (self-authenticated & notarized) from appropriate Govt. authority in an envelope super scribed ?NSIC/ MSME?for exemption of cost of tender document & EMD and same shall be uploaded in e-tender portal. 2. Envelope with Cost of Tender & EMD will be opened on the due date & time of bid opening and contentsof the envelope will be prima facie checked. 3. If the prescribed instruments are not found in envelope in line with the NIT requirement, then the offer will be out rightly rejected. 4. However, even after opening of the Techno-Commercial part, a thorough scrutiny of cost of tender documents & EMD will be done and if the instruments for cost of tender documents & EMD submitted against the offer is not found in line with the NIT, the same may not be accepted and the offer will be treated as unresponsive. 5. BG against EMD confirmation shall have to be taken before opening of the price bid. If BG confirmation is not obtained before opening of price bid, price bid shall not be opened.

For and on behalf of Damodar Valley Corporation, e-Tender through Single Stage, 2 Part Bidding (Techno-commercial bid forming the first part and Price bid forming the second part) in prescribed formats are invited from enlisted contractors of Class-III(Zone-I) for civil works in DVC having due Qualifying Requirements.

Bidders must positively complete online e-tendering procedure at https://etenders.gov.in/eprocure/app. They shall have to submit the following documents only online in the website https://etenders.gov.in/eprocure/app: (a) Cost of Tender Documents & Earnest Money if applicable shall bedeposited as per NIT in the CPPP. (b) Complete Techno-Commercial Offer[PART-I]: The bidder is requested to download the NIT & the format of ¿Letter of Bid [i.e. Annexure-G of NIT], Affidavit [i.e. Annexure-I of NIT], Undertaking as mentioned in NIT if any, Details of Banker for Making Payment Through RTGS/NEFT [i.e. Annexure-H of NIT], Power of Attorney(i.e. Annexure-J of NIT),No Relation & No Accommodation[ i.e. Annexure XII of NIT], Techno-Commercial Schedule [i.e. Annexure-A & Annexure-C in excel format] etc. as filled as per instruction and upload the same in website in .pdf/.rar file (No price part should be mentioned in this document). The bidder is also requestedto upload scanned copies in .pdf/.rar file of relevant documents as per NIT e.g. GST Registration Certificate, "MSME/NSIC Certificate" (as applicable), QR [as per Annexure-III] related documents, Latest P.O./W.O. copy etc. Note: (i) Letter of Bid: This will be downloaded by the bidder and will be printed/ typed on his letter head as per format. This document will be signed by the bidder and the scanned copy of the same will be uploaded during bid submission in Part-I. (ii) Affidavit: Proforma for affidavit as per NIT to be uploaded by the bidder (for genuineness of the information furnished on-line and authenticity of the documents produced before Tender Committee for verification in support of his eligibility on Non Judicial Stamp Paper (minimum value of Rs.10). (iii) Annexure-H of NIT: DETAILS OF BANKER FOR MAKING PAYMENT THROUGH RTGS/NEFT is to be uploaded in .pdf form as it is required for RTGS / CBS /NEFT. (iv) Proforma for Power of Attorney: The bidder is to be uploaded thePower of Attorney for Digital Signature Certificate Holder On Non Judicial Stamp Paper. (v) The bidders are requested to upload all documents related to tender in PART-I as per NIT. (vi) Techno-Commercial Schedule [i.e. Annexure-A & Annexure-C]: This will be downloaded by the bidder and will be uploaded in website after duly filled the green/blue column by the bidder. If, the bidder has taken any deviation in Annexure-C then must fill the cost of withdrawal of deviation [i.e. Annexure-D] in BOQ. Note: (i) In

Page 11 of 32

UPWARD VARIATION IN TAXES AND DUTIES BEYOND SCHEDULED CONTRACT PERIOD:

WAGE SHEET:-

AGREEMENT:

SECURITY DEPOSIT-CUM-PERFORMANCE GUARANTEE

DISCIPLINE:

UNAUTHORIZED OCCUPATION

EPF & ESI

INDEMNITY BOND

21.0

22.0

23.0

24.0

25.0

26.0

27.0

28.0

case prices for the withdrawal for declared deviations are not furnished by the bidder in the BOQ i.e. in Price Bid Schedule, their offer will be considered as unresponsive and will be rejected. (ii) In case the bidder refuses to withdraw the deviations at the cost of withdrawal indicated by the bidder in the Deviation Schedules, the bid Security/EMD of the bidder may be forfeited. (c) Price Bid Schedule i.e. Annexure-B & D[PART-II]: The bidder is requested to download the Price bid schedule[i.e. Annexure-B/D] with Cost of Withdrawal of Deviations[i.e. Annexure-D] i.e. BOQ from website in .xls file as filled as per instruction[ONLY GREEN COLOUR FILL IS TO BE FILLED UP AND THE BIDDERS ARE REQUESTED TO SELECT Excess(+)/Less(-) and entered value in next green column in the row of ¿Quoted Rate In Figures¿ and upload the same in the website in .xls file (This BOQ template must not be modified/replaced by the bidders and the same should be uploaded after filling the relevant columns, else the bidder is liable to be rejected for this tender. The Bidders are allowed to enter the Bidder¿s Name and Values only). You are also requested to fill the GST & SAC Code in the same excel sheet i.e. in BOQ format.

Any upward variation in taxes and duties beyond scheduled contract period will be borne by you. However, any decrease in this respect will have to be passed on to DVC.

Contractor should maintain up to date payment register of their labourers. The contract operating authority or any other representative of the controlling officer may check the register so maintained any time and if in case it is observed that the regular payment to the labours is not made, the same would be deducted from their bills and necessary action as deemed fit would be taken against contractor. Wage sheet of workers should be submitted to the controlling officer every month with the bill.

Immediately on placement of work order, an agreement is to be made as per DVC norms. No payment whatsoever related to this contract shall be made unless agreement is executed

The successful tenderer will have to deposit as security, for satisfactory execution of the order, and for guaranteed performance of executed works or services for an amount equivalent to 10% of the ordered value. The said security deposit may be recovered as Pro-rata deduction @ 10% from the running bill/submitted invoice for any works/services upto Rs.100 lacs. Note: Pro-rata deduction @ 10% is also allowed as SD for scheduled upward variation on account of variation of scope/quantity/price for any value of contract irrespective of instrument used for original SD. The amount so deducted /accepted as SDto be refunded to the bidder after completion of defect liability period as mentioned in the contract.

The contractor,s employees should maintain proper discipline and behaviour and do not cause any hindrance to smooth running of the Power Plant or in execution of duties by DVC, KTPS Employees.Controlling Officer is fully empowered to ask the contractor to withdraw any worker/workers on charges of misconduct, incompetence/ negligence in discharge of duties and such worker/workers may not be deployed without his permission.

Unauthorized occupation/possession of Quarters/Shop/Plot of land of DVC will be treated as a disqualification and contract awarded is liable to be rejected/cancelled, as the case may be, at any stage if the Firm or his authorized representative is found to be having such unauthorized occupation/possession.

EPF & ESI Provisions shall have to be made by the contractor as per rules. The Contractor shall furnish EPF & ESI statement and get clearance of HRD dept about the same prior to submission of bill and shall indemnify principal employer against any claim arising out of its non-compliance.

The Contractor shall indemnify the Damodar Valley Corporation against all Police action for any breach of Rules & Regulations of the State and Central Govt. and/or any Competent Authority made knowingly or unknowingly by the Contractor or his men and also against all claims or liabilities arising out of Labour Laws including accident during the execution of the contract from whatsoever cause such

Page 12 of 32

JURISDICTION CLAUSE

SUBLETTING OF THE CONTRACT:

PUBLIC PROCUREMENT POLICY

29.0

30.0

31.0

accidents may arise. Indemnity Bond(s), duly executed on Non-Judicial Stamp Paper of required value, is/are to be submitted to Chief Engineer, KTPS, for acceptance before starting the job.

All suits arising out of the work order, if any are subject to jurisdiction in the city of Kolkata in India and no other courts.

Subletting of the contract in any form is not allowed.

a. Amendment to the existing Public Procurement Policy for Micro and Small Enterprises(MSE) was notified by Ministry of MSME vide GOI Gazette Notification S.O. 5670(E) dated 9th November,2018 will be applicable for subject Procurement/Service. b. Public Procurement (Preference to Make in India), Order 2017 of GOI, Ministry of Commerce and Industry, Department of Industrial Policy and Promotion, Udyog Bhawan, New Delhi, No. P-45021/2 /2017 B.E. II dated 15th June, 2017 is applicable for the subject procurement. c. Public Procurement Policy for Micro and Small Enterprises (MSEs), Order 2012 of GOI, Ministry of Micro, Small and Medium Enterprises, Office of Development Commissioner (MSME), Marketing Assistance Division, Nirman Bhawan, New Delhi, No. 26((1) /2014-MA dated 6th November, 2015 is applicable for the subject procurement.

INSTRUCTION TO BIDDERS (ITB)

(Annexure-II)

E-TENDERING CLAUSES1.0

Before filling the offers, bidders are requested to go through the general conditions of Contract, DVCin order to familiarize with DVC's commercial terms & conditions, Cost Compensations for deviations and bid evaluation procedure.

2.0

The Bidders may visit the site(KTPS Plant) for any clarification/discussion on any point as felt necessary with respect to NIT before submission of bid. The costs of visiting the site shall be at the bidder's own expense.

3.0

DVC reserves the right not to accept the lowest rate quoted by a Tenderer and reject any or all the tenders and to split up and award the W.O. to more than one tenderer without assigning any reason thereof and may also increase or decrease the number of tendered quantities to be procured, if felt necessary.

4.0

On receipt of formal Work Order in duplicate, one copy shall be returned to the Work Order issuing authority within 15 days duly acknowledged with signature, seal of the firm with date as a mark of acceptance of the contract.

5.0

Unsigned offer uploaded by any bidder will not be considered valid.6.0

Conditional discount will not be accepted for bid evaluation.7.0

The tenderers who are found to be indulging in changing /adding or deleting the contents of the downloaded tender documents will be liable to face necessary action as deemed fit including banning,suspension of business dealings etc.

8.0

Tenderers will be solely responsible for the correctness/genuineness of the downloaded tender documents from the website. If the offer submitted through the downloaded tender documents which are incomplete, or with changed contents, the offer will summarily rejected.

9.0

Quotation submitted by the tenderers through fax/telegrams/e-mail will not be considered valid.10.0

All Taxes and duties must be clearly indicated in price bid.11.0

Page 13 of 32

The Bidders must visit the website https://etenders.gov.in/eprocure/app to download the notification / blank tender documents relating to Tender No.DVC/Tender/KTPS/Power House Civil/C&M Purchase & Contract/Works and Service/00045 Dated 12/06/2020.

a)

The detailed NIT includes Techno-Commercial Document and Price Bid document. These documents should be downloaded from the website.

b)

The Bidders must fill all the details in the Price-bid document and Techno-Commercial Document after going through the NIT. The specific instructions of filling in the details are mentioned in the documents itself. Bidders are requested to study the instructions carefully before filling the documents.

c)

The Bidder must mention whether he has taken any Techno-Commercial Deviation or not in Annexure-C. The deviations, if any, must be mentioned clearly in Annexure-C.

d)

In case of any deviations, the Bidder has to fill in the cost of withdrawal of deviations in Annexure-D (To be submitted only online along with Price bid).

d)

After filling all the documents, the Bidder has to upload those documents in the website again.

e)

If the Bidder uploads the tender documents without filling them completely as per the instructions given in them, DVC reserves the right to reject the bid.

f)

Details of EMD must be filled in the space provided in the website. The scanned copies of the relevant documents must also be uploaded in the website in the "Document Library". The Bidder shall also have to submit the Hard Copy of the EMD (amount as mentioned in the NIT) in a separate envelope super scribed "BID SECURITY/EMD".

g)

Addendum/Corrigendum/modification/extension, if any, shall be published in the website(https://etenders.gov.in/eprocure/app) .

h)

DVC shall not be responsible in any way for any delay/difficulties/inaccessibility of the downloading facility from the website for any reason whatsoever.

i)

For clarification about e-tendering procedures, downloading & Uploading and further details / elaboration, the bidders are advised to contact the following FMP Support Persons, representatives of M/s. National Informatics Centre Services Incorporated (NICSI), available in Help Desk at DVC Towers, C&M Department, 3rd Floor, Kolkata-54, West Bengal, India during the office hours.(i) Sk Nawajesh Rahman , e-mail ID [email protected] Contact No. 9831683690(ii) ii) MissArmistha Kangsa Banik, e-mail: [email protected] (Mob: 8240124812).

j)

If there is any discrepancy between the unit price and the total price, which is obtained by multiplying the unit price and quantity, unit price shall prevail and total price will be corrected accordingly.

12.0

Price must be quoted in both figures and words and if there is any discrepency ,the price quoted in words shall prevail.

13.0

Please send hard copy documents of on-line submitted offer to the SUPERINTENDING ENGINEER(C&M), KTPS, DVC,DIST - KODERMA, (JHARKHAND).

14.0

15.0 Note: Bidders will not be required to upload scanned copy of any document or to submit hard copy of any document for the techno-commercial evaluation process except the scanned copy of Letter of Bid, cost of tender document, EMD, document in support of exemption of EMD (if applicable), documents in support of QR criteria besides submission of Hard Copy of cost of tender document and EMD before

Page 14 of 32

opening the tender. The information furnished by the bidders on-line along with on-line undertaking with Digital Signature Certificate in support of the authenticity of the facts, figures, information and documents furnished by them online will be accepted for the techno- commercial evaluation of the bids.

15.1 The "BID SECURITY/EMD" i.e Cost of tender documents and Earnest Money deposit (for amountas indicated in the tender documents) have to be furnished only in modes specified in the tender documents. The documents towards the same in original must reach SUPERINTENDING ENGINEER(C&M), , DIST - KODERMA, (JHARKHAND). 15.2 The details of documents towards Cost of tender documents and Earnest Money deposit must be filled in the space provided in the website. The scanned copies of the EMD Documents also must be uploaded in "Document Library".

15.3 Bidders must positively complete online e-tendering procedure at https://etenders.gov.in/eprocure/app. Do not submit hard copies of the offers.

15.4 The bidders are also advised to keep on visiting the websites for any notification / amendment / addendum / corrigendum.

15.5 a. The bidder will have to submit the cost of tender document and EMD in off-line mode i.e. in hard copy along with uploading the same in e-procurement portal mentioned in NIT either in person or by post which must be received in the office of tender inviting authority on any working day after e-publication of NIT and upto last date & time of submission of bid. DVC shall not be responsible for any postal delay in receipt of cost of tender document and EMD. In case the cost of tender document and EMD are not received within the aforesaid period, the bid will be out rightly rejected.

b. In case of exemption of EMD the scanned copy of document in support of exemption will have to be uploaded by the bidder besides submission of Hard Copy before opening the tender. (Documentary evidence like valid registration certificate from appropriate government authority giving details such as, validity, stores etc.).

c. If the information furnished by bidder online are in agreement with the submitted instruments then the bidder will be evaluated as eligible for next step. The qualification in Techno commercial bid will be subject to the receipt and acceptance of cost of tender document and EMD. 15.6 The bidder will download the Letter of Bid, Techno- commercial Evaluation Sheet and the Price bid from the e-Procurement portal. a. Letter of Bid: The letter of bid as per ANNEXURE-G is to be signed by the bidder and scanned copy of the same is to be uploaded during the time of submission of the bid. Letter of bid will be the covering letter of the bidder. The content if the letter of bid should be as per the format given in the NIT and should not contain any other information.

b. Techno-commercial Parameter sheet: The techno-commercial parameter sheet containing technical and commercial terms uploaded in the e-procurement portal is to be downloaded by the bidder and after filling the same in all respect, is to be uploaded during bid submission.

The bidder will have to accept the all techno-commercial and General Terms & Conditions of the NIT except which are spelt out in deviation sheet and cost thereof along with on-line undertaking in support of the authenticity of the declarations regarding the facts, figures, information and documents furnished by the Bidder on-line. No conditional bid shall be accepted.

In the undertaking given by the bidder on-line, there will be provision for forfeiture of EMD and/or banning for participating in future tenders in DVC for one year wherever applicable, if any information

Page 15 of 32

Settlement of disputes and Arbitration : Any dispute(s) or difference(s) arising out of or in connection with the contract shall, to the extent possible, be settled amicably between the owner and supplier.In the event of any dispute or difference whatsoever arising under the contract or in connection therewith including any question relating to existence, meaning and interpretation of the contract or any alleged breach thereof, the same shall be referred to the Secretary, CEO of Damodar Valley Corporation, Kolkata-54 or to a person nominated by him for arbitration. The Arbitration shall be conducted in accordance with the provisions of arbitration and conciliation law 1996 or latest and the decision / judgment of Arbitrator/Arbitrators shall be final and binding on both the parties.However, in case the contractor is a Central Public Sector Enterprise/ Govt. Department, the dispute arising between the 'Owner' and the 'Contractor' shall be settled through Permanent Arbitration Machinery (PAM) of the Department of Public Enterprise, Govt. of India as per prevailing rules.All suits arising out of this enquiry and subsequent purchase order / contract, If any, are subject jurisdiction of Court in the City of Kolkata only and no other Court, when resolution/settlement through mutual discussion and arbitration fails.

16.0

given by the bidder on-line is found to be false at any stage which changes the eligibility status of the bidder.

c. Price bid: The price bid containing bill of quantity is to be downloaded by the prospective bidders and fill the same in all respect and upload it in the e-procurement portal during bid submission. The Price Bid which is incomplete and / or not submitted as per instruction given above will be rejected out rightly.

d. Bidders will not be required to upload scanned copy of any document or to submit hard copy of any document for the techno-commercial evaluation process except the scanned copy of Letter of Bid, techno commercial sheet, cost of tender document, EMD, document in support of exemption of EMD (if applicable) besides submission of Hard Copy of cost of tender document and EMD before opening the tender. The information furnished by the bidders on-line along with on-line undertaking with Digital Signature Certificate in support of the authenticity of the facts, figures, information and documents furnished by them online will be accepted for the Techno- commercial evaluation of the bids.

e. Verification of documents: (i) L1 Bidder/s for each item will have to producethe documents (original/self authenticated and attested by Public Notary), in support of the information furnished by him/them on-line, for verification on any working day within 10 days in case of domestic tenders and 15 days in case of global tenders from the date of opening of Price bid. The L1 bidder(s) will also submit an affidavit (original) in line with annexure -I on a non-judicial stamp paper of Rs.10 regarding genuineness of the information furnished by him/them online and authenticity of the documents being produced by him/them, within the same time frame. No additional time will be allowed to the bidder for producing the required documents.

(ii) In case the L1 bidder for any item fails to produce the documents within the specified period of 10 days in case of domestic tenders and 15 days in case of global tenders, or if any of the information furnished by L1 bidder on-line is found to be false during verification of documents, which changes the eligibility status of the bidder then snap bidding/revise price bid/reverse auction will be resorted to within the remaining bidders instead of re-tender for the items/ contract in which the bidder was L-1 with forfeiture of EMD with caution letter to refrain in future and in event of 2nd instances EMD will be forfeited and banning of L1 bidder for one year from participating in future tenders considering time essence to finalize the tender.

(iii) In case of techno commercial compliance bid based on the information submitted by the bidder is three or less than three, verification of documents of all the bidders will be done before opening the price bid of techno-commercially acceptable offer.

Page 16 of 32

QUALIFYING REQUIREMENTS:

A. TECHNICAL CREDENTIALS

The intending bidders must possess Credential regarding successful completion of similar work duringlast 7(seven) years ending last day of month previous to the one in which offers are invited and shall be either of the following in DVC/Govt./ Quasi Govt./ Govt. Undertaking: Three similar completed works each costing not less than the amount of equal to 40% of the estimated cost i.e. Rs.3,70,975.57. ORTwo similar completed works each costing not less than the amount equal to 50% of the estimated costi.e. Rs.4,63,719.46. OROne similar completed work costing not less than the amount equal to 80% of the estimated cost i.e. Rs.7,41,951.14

a.

b.

c.

1.

* Completed Works means : The executed /completed portion of Work Order/AMC/RC Payment receipt documents with ref. to WO No. and date or execution certificate with executed value and referred order no. shall also be considered as a proof of execution even if the work has not been completed in totality (subject to furnishing proof of executed value of work in the form of certified copy of RA Bills) or any relevant documents, which is sufficient to prove the works completed or to be completed. * Similar Works means : All Civil Works will be considered as similar nature work.

B. FINANCIAL CREDENTIALS

The Average annual financial turnover of intending bidder during last three (03) financial years endingon 31st March 2019 shall not be less than to 30% of the Estimated cost i.e Rs.2,78,231.68. The biddershave to submit Audited Annual Accounts reports (i.e Profit & loss and Balance Sheet) for the aforesaidlast three years in support of their annual financial turnover. In case where audited results for the preceding financial years are not available, certification of financial statement from a practicing chartered accountant shall also be considered (Applicable only for last financial year). For bidders not governed by Companies Act-2013 and where auditing of accounts is not mandatory as per Income Tax Act, TDS Certificate issued by the Tax Deductor may also be submitted for ascertaining Credentials pertaining to a particular year.

1.

C. OTHER CREDENTIALS

The bidder(s) has/have to submit the following documents in order to meet qualifying requirements: Credential Certificate(s) in support of Technical Criterion. Documents regarding Partnership deed/affidavit of proprietorship/Article of Association including any change in the constitution business duly attested by a Notary Public. Copy of PAN. Copy of GST, EPF & ESI Registration Certificate.

a.

b.

c.

d.

1.

(Annexure-III)

Page 17 of 32

N N MONDALSUPERINTENDING ENGINEER-C&M Purchase &

ContractFor & on behalf of Damodar Valley Corporation

......................................................

Page 18 of 32

DAMODAR VALLEY CORPORATION ANNEXURE A

KODARMA THERMAL POWER STATION

NIT NO.: DVC/Tender/KTPS/Power House Civil/C&M Purchase & Contract/Works and Service/00045

TENDER DESCRIPTION Painting of Storage Vessels in DM Plant area, CPU Regeneration area, 400KV Fire hydrants,LDO tanks and Boiler Structures and lettering of buildings etc. at DVC, KTPS, Koderma.

TECHNO-COMMERCIAL DOCUMENT (SHEET-2

BIDDER'S NAME & ADDRESS:

BIDDER'S OFFER NO. & DATE:

Sl. No. Clauses of NIT Bidder's Compliance

1 The quoted prices should be "FIRM" YES/NO

2 PAYMENT TERMS

(State your own payment terms here, if not complied with those in NIT)

SECURITY DEPOSIT CUM BANK GUARANTEE (SDBG) YES/NO3

LD CLAUSE YES/NO4

GUARANTEE/WARRANTY YES/NO5

INSPECTION CLAUSE YES/NO6

SUBMISSION OF REQUIRED DOCUMENTS YES/NO7

COMPLIANCE OF ALL OTHER TERMS OF NIT? YES/NO8

Whether the Bidder has filled the Techno-

Commercial Deviation Schedule i.e., ANNEXURE-C?YES/NO/NIL9

If Deviation is there, has the Bidder filled in

the Cost of Withdrawal of Deviations in ANNEXURE-DYES/NO/NOT APPLICABLE10

Page 19 of 32

FORMAT FOR PRICE BID :NAME OF THE PLANT : ___________________________________

ADDRESS : ___________________________________

ENQUIRY / NIT NO. : DVC/Tender/KTPS/Power House Civil/C&M Purchase & Contract/W

DATE : ______________________

Task Description Frequency/Quantity

Unit of Measurement

Unit Rate(RS.)

TOTAL AMOUNT

(RS.)

Sl. No.

1

2

3

4

5

6

7

8

Removing dry or oil bound distemper, water proofing cement paint and the like by

scrapping, sand papering and preparing the surface

Applying priming coat : With ready mixed red oxide zinc chromate primer of approved brand and manufacture on steel galvanised iron/ steel

worksPainting with synthetic enamel paint of

approved brand and manufacture of required colour to give an even shade :

One or more coats on old workPainting with synthetic enamel paint of

approved brand and manufacture to give an even shade Two or more coats on new work

Painting with black anti-corrosive bitumastic paint of approved brand and manufacture to

give an even shade :One or more coats on old work

Painting with acid proof paint of approved brand and manufacture of required colour to

give an even shade :One or more coats on old work

Re-lettering with black Japan paint of approved brand and manufacture.

Lettering with black Japan paint of approved brand and manufacture

1000.0000

5300.0000

736.0000

5300.0000

161.0000

177.0000

2000.0000

7500.0000

Sqm

Sqm

Sqm

Sqm

Sqm

Sqm

PLPCH

PLPCH

TOTAL PRICE

GST, IF APPLICABLE (IN % ONLY)

ANY OTHER TAXES & DUTIES, IF APPLICABLE (IN % ONLY)

TOTAL PRICE (IN WORDS) :

( Signature )____________________________________ ( Name ) ______________________________________ ( Designation ) __________________________________ ( Common Seal ) ________________________________

TASK DETAILS

ANNEXURE- B

SAC Code

Page 20 of 32

NOTE : 1. No separate sheet on account of discount/rebate is permitted. The tender is liable to be rejected in case any extra sheet is enclosed, stapled or pinned to this price bid sheet. 2. Bidder should provide HSN CODE & SAC CODE against Materials/ Jobs in their offer.

Page 21 of 32

DAMODAR VALLEY CORPORATION ANNEXURE-C

TECHNO-COMMERCIAL DEVIATION SCHEDULE

Bidder should agree to all the techno-commercial terms and conditions of the bid documents. However, deviation, if any, should be stated as per the following schedule and to be submitted along with the techno-commercial bid failing which it will be presumed that all terms and conditions are acceptable to them. Deviations taken elsewhere and not brought out in the following deviation schedule, the same will not be accepted. The owner reserves the right to reject the offer on account of such deviations if the bidder, on advice of owner, does not withdraw the deviations.

NAME OF THE PROJECT KODARMA THERMAL POWER STATION

Bidder's NAME & ADDRESS

SL. NO. CLAUSE NO. DEVIATION

Date ________________________ ( signature ) ________________________________

Place : _______________________ ( Name ) _______________________________________ ( Designation ) ____________________________Common Seal ____________________________

NOTE : If there are no deviation, this deviation schedule shall be submitted along with the techno-commercial bid duly signed and stamped after stating " NIL DEVIATIONS".

TO

_________________________________( Purchaser's Name & Address )Dear Sir,Following are the deviations proposed by us relating to techno-commercial terms and conditions. We confirmthat we shall withdraw the deviations proposed by us at the cost of withdrawal indicated in the price bid failing which our bid may be rejected and Bid Security forfeited.

YOUR NIT NO. DVC/Tender/KTPS/Power House Civil/C&M Purchase & Contract/Works an

Page 22 of 32

DAMODAR VALLEY CORPORATION

Cost of withdrawal of deviations

NAME OF THE PROJECT KODARMA THERMAL POWER STATION

BIDDER'S NAME & ADDRESS

TO

_________________________________( Purchaser's Name & Address )

Dear Sir,Following are the deviations as proposed by us relating to techno-commercial terms and conditions. We are also furnishing below the cost of withdrawal for the deviations proposed by us. We confirm that we shall withdraw the deviations proposed by us at the cost of withdrawal indicated in this attachment failing which our bid may be rejected and Bid Security forfeited.

Sl No CLAUSE NO. DEVIATION COST OF WITHDRAWALIN(RS.)

Date ________________________ ( signature ) ________________________________

Place : _______________________ ( Name )______________________________________( Designation _______________________________Common Seal ____________________________

NOTE : Bidders may note that bids containing deviations without the cost of withdrawal price shall be considered as unresponsive offer and will be out rightly rejected. This schedule indicating the cost of withdrawal price for such deviations should be submitted along with the price bid only and will be taken into consideration for the purpose of bid evaluations.

YOUR NIT NO. DVC/Tender/KTPS/Power House Civil/C&M Purchase & Contract/Works

ANNEXURE- D

Page 23 of 32

(On non-judicial stamp paper of appropriate value) PROFORMA OF BANK GUARANTEE IN LIEU OF EARNEST MONEY DEPOSITToDAMODAR VALLEY CORPORATION BG No. :DVC TOWERS : VIP ROAD Date :KOLKATA-54.

Dear Sir.In accordance with your Notice Inviting Tender ---------------------------------------------------under your specificationNo-----------------------dated----------------------M/s--------(Name& full address of the firm)(Hereinafter called the Tenderer) hereby submit the Bank Guarantee:Whereas to participate in the said tender for the following:1. ----------------------------------------------------------------- (Name of the items to be supplied as per NIT)2. -----------------------------------------------------------------3. -----------------------------------------------------------------It is a condition in the tender documents that the tenderer has to deposit Earnest Money amounting to Rs. ----------- in respect to the tender, with Damodar Valley Corporation(*) (hereinafter referred to as "Corporation") by a Bank Guarantee from a Nationalised Bank/ Schedule Bank/Foreign Bank irrevocable and operative till the validity of the offer(i.e.------------days from the date of opening of tender) for the like amount which amount is likely to be forfeited on the happening of contingencies mentioned in the tender documents. And whereas the tenderer desires to secure exemption from deposit of Earnest Money and has offered to furnish a Bank Guarantee for a sum of Rs.---------------------- to the Corporation as Earnest Money.Now, therefore, we the ---------------------------(Bank), a body corporate constituted under the Banking Companies (Acquisition and Transfer of Undertaking) Act. 1969 (delete, if not applicable) and branch Office at------------- (Hereinafter referred to as the Guarantor) do hereby undertake and agree to pay forthwith on demand in writing by the Corporation of the said guaranteed amount without any demur, reservation or recourse. We, the aforesaid bank, further agree that the Corporation shall be the sole judge of and as to whether the tenderer has committed any breach or breaches of any of the terms costs, charges and expenses caused to or suffered by or that may be caused to or suffered by the Corporation on account thereof to the extent of the Earnest Money required to be deposited by the Tenderer in respect of the said Tender Document and the decision of the Corporation that the Tender has committed such breach or breaches and as to the amount or amounts of loss, damage, costs, charges and expenses caused to or suffered by or that may be caused to or suffered by the Corporation shall be final and binding on us.We, the said Bank further agree that the Guarantee herein contained shall remain in full force and effect until it is released by the Corporation and it is further declared that it shall not be necessary for the Corporation to proceed against the Tenderer before proceeding against the Bank and the Guarantee herein contained shall be invoked against the Bank, notwithstanding any security which the Corporation may have obtained or shall be obtained from the Tenderer at any time when proceedings are taken against the Bank for whatever amount that may be outstanding or unrealised under the Guarantee.The right of the Corporation to recover the said amount of Rs. ----------------------(Rupees----------------) from us in manner aforesaid will not be precluded/affected, even if, disputes have been raised by the said M/S-------------(Tenderer) and/or dispute or disputes are pending before any authority, officer, tribunal, arbitrator(s) etc.Notwithstanding anything stated above, our liability under this guarantee shall be restricted to Rs. ----------------- (Rupees ------------------------------------------------) only and our guarantee shall remain in force upto ----------------------------and unless a demand or claim under the guarantee is made on us in writing within three months after the aforesaid date i.e. on or before the -------------------- all your rights under the guarantee shall be forfeited and we shall be relieved and discharged from all liability there under.Date --------------------- (Signature) -----------------------------------Place --------------------- (Printed Name) ------------------------------(Designation) -------------------------------(Bank's common seal) --------------------

In presence of:WITNESS (with full name, designation, address & official seal, if any)(1)----------------------------------(2)---------------------------------Please indicate the name and address of the projects / stations / offices where the B.G. is to be executed.

ANNEXURE- E

Page 24 of 32

BANK GUARANTEE VERIFICATION CHECKLIST

ANNEXURE- F

CHECK LIST YES NO

1.Does the Bank Guarantee compare verbatim with standard DVC Proforma for BG?

2.A) Has the executing Officer of BG indicating his name, designation & Power of Attorney No. / Signing Power number etc. on BG?

B)In each page of BG duly signed/initiated by the executants and last page is signed with full particulars as required in the DVC/s standard proforma of BG and under the seal of the Bank.

C)Is BG No. and date mentioned on all pages of the BG? D)Does the last page of the BG carry the signature of two witnesses alongside the signatureof the executing Bank Manager?

3.A) Is the BG on non-judicial stamp paper is issued not more than six months prior to date of execution of BG

B) Is the date of sale of non-judicial stamp paper is issued not more than six months prior to date of execution of BG.

4.A) Are the factual details such as Bid specification No./NIT No./LOA/PO no. contract price, etc. correct?

B) Whether overwriting/cutting if any on the BG authenticated under signature & seal of executants.

5.Is the amount and validity of BG in line with contract provisions?

6.Is the foreign bank guarantee, Confirmed by a Nationalized/scheduled bank in India (as applicable)?

7.Whether the BG has been issued by a Nationalized Bank/Non-Nationalized Bank. Acceptable to DVC/Scheduled bank at India (the applicability of the Bank should be in line with the provisions of bidding Documents)

Page 25 of 32

ANNEXURE- G

Letter of BidToThe Superintending Engineer (C&M)DVC, KTPSDIST - KODERMA, (JHARKHAND).

Sub :' Painting of Storage Vessels in DM Plant area, CPU Regeneration area, 400KV Fire hydrants,LDO tanks and Boiler Structures and lettering of buildings etc. at DVC, KTPS, Koderma. 'Ref: 1. NIT No: '---------------------------------------------------------------'

Dear Sir(s),We offer to supply the materials/ execute the work as per our offered bill of quantity in accordance with the conditions of the NIT document as available in the website. The details of the application fee/cost of Tender document and EMD being submitted by us has been furnished on-line.

I/We are a Micro/ Small Enterprise covered under the provision of Micro Small and Medium Enterprises Act' 2006 and registered with the authority of the State Government. ORI/We are not covered under the provision of Micro Small and Medium Enterprise Act, 2006

This Bid and our written acceptance of it shall constitute a binding contract between us. We understand that youare not bound to accept the lowest or any bid you receive. We hereby confirm our acceptance of all the terms and conditions of the NIT document unconditionally. Yours faithfully,

(Signature of Bidder OR Authorized person of bidder OR DSC Holder bidding online with authorization from bidder)1. Name of Authorized Signatory 2. Type of Authorization 3. Name of the Bidder 4. Address 5. e-mail Address 6. Mobile Number 7. FAX Number 8. Telephone Number 9. Place 10. Date

Page 26 of 32

ANNEXURE- H

DETAILS OF BANKER FOR MAKING PAYMENT THROUGH RTGS/NEFT Requirement for RTGS / CBS /NEFT

1. Name of the Company/ Beneficiary:2. Address:3. Phone/ FAX Number :4. Bank Particulars :a) Bank Name:b) Branch Name:c) Branch Address:d) Branch Telephone No.& FAX No:e) Branch Code:f) 9 Digit MICR No. of Branch (Enclose a cancelled Cheque):g) 11 Digit IFSC Code of Bank Branch:h) Bank Account No.:i) Bank Account Type: Current / CC etc.:We hereby declare that the particulars given are correct and complete. If the transaction is delayed or credit is not affected at all for reasons of incomplete or incorrect information, we would not hold DVC responsible.

Date: Place:

(Authorised Signatory) (Printed Name) (Designation) -------------- (Name) --------------------- Address---------------------

(Company Seal)Bank Certification:It is certified that above mentioned beneficiary holds a Bank Account No.---------- with our branch and theBank particulars mentioned above are correct.

Date: (Authorised Signatory)Place: (Name) (Designation) (Authorisation No.)

(Bank Seal)

Page 27 of 32

ANNEXURE- I

PROFORMA FOR AFFIDAVIT TO BE SUBMITTED BY THE BIDDER (for genuineness of the information furnished on-line and authenticity of the documents produced before Tender Committee for verification in support of his eligibility) Non Judicial Stamp Paper (minimum value of Rs.10). A F F I D A V I T

I/We, __________________________________________, authorized representative of M/s________________________________________________________________________________solemnly declare that :

1. I/We am/are submitting tender for supply/works/services of ____________________________________ against NIT no.____________________________________________________dated ______________ vide BidID _______________________.

2. All information furnished by me/us on-line in respect of fulfillment of eligibility criteria and qualification information of this Tender is complete, correct and true.

3.I/We and our facilities is/are not banned/suspended by DVC/Ministry of Power/Govt. Of India/Department of Power & Non-conventional Energy Sources, Govt. Of West Bengal/Government of West Bengal/Department of Energy, Government of Jharkhand/Govt. Of Jharkhand. ORI/We and Our affiliates have been banned/suspended by DVC/Minstry of Power/Govt. Of India/Department of Power & Non-conventional Energy Sources, Govt. Of West Bengal/Government of West Bengal/Department of Energy, Government of Jharkhand/Govt. Of Jharkhand for a period of _________________ year(s), effective from ______________ to _______________ .

4. All scanned copy of documents , wherever applicable, uploaded by me / us in support of the information furnished online by me / us towards eligibility are valid and authentic.

5. I/We are a Micro/ Small Enterprise covered under the provision of Micro Small and Medium Enterprises Act'2006 and registered with the authority of the State Government.ORI/We are not covered under the provision of Micro Small and Medium Enterprise Act, 2006

6. If any information furnished by me / us online and scanned copy of documents uploaded in support of the information by me / us towards eligibility is found to be false / incorrect at anytime, DVC may cancel my Tender and penal action as deemed fit may be taken against me / us, including termination of the contract, forfeiture of Earnest Money and banning / delisting of ourfirm and all partners of the firm for a minimum period of 01 (one) year.

Signature of the TendererDated:Signature and Seal of Notary

Page 28 of 32

ANNEXURE-J

(To be uploaded by the Digital Signature Certificate Holder)

ON NON JUDICIAL STAMP PAPER

TO WHOM IT MAY CONCERN

This is to certify that <Name of DSC Holder>of M/s <Name of participating Firm / Company> has the authority to sign the bids using his digital signature and any document (s) in hardcopy pertaining to DVC Tender No. ___________ dated _______ using his official usual signature and the bid shall be binding upon us during the full period of its validity.

Signature of <Name of DSC Holder> is duly attested hereunder.

Thanking you

Yours faithfully _________________________________ <Signature of the Attesting Authority of the Company>

Signature of <Name of DSC Holder> of M/s <Name of particiipating Firm / Company>

Attested by <Name of Attesting Authority>

__________________________

Stamp

Notarized by

_______________________________________

Stamp

Page 29 of 32

ANNEXURE-K

List of Commercial Banks as per RBI (Source RBI Website dt. 08-06-2012)

1

2

3

4

5

6

7

8

9

10

11

12

13

14

15

16

17

18

19

20

Abu Dhabi Commercial Bank Ltd.

American Express Bank Ltd.

Arab Bangladesh Bank Limited

Allahabad Bank

Andhra Bank

Antwerp Diamond Bank N.V.

Axis Bank Ltd.

Bank Internasional Indonesia

Bank of America N.A.

Bank of Bahrain & Kuwait BSC

Barclays Bank Plc

BNP PARIBAS

Bank of Ceylon

Bharat Overseas Bank Ltd.

Bank of Baroda

Bank of India

Bank of Maharashtra

Canara Bank

Central Bank of India

Calyon Bank

Page 30 of 32

21

22

23

24

25

26

27

28

29

30

31

32

33

34

35

36

37

38

39

40

41

42

43

Citibank N.A.

Cho Hung Bank

Chinatrust Commercial Bank Ltd.

Centurion Bank of Punjab Limited

City Union Bank Ltd.

Coastal Local Area Bank Ltd.

Corporation Bank

Catholic Syrian Bank Ltd.

Deutsche Bank AG

Development Credit Bank Ltd.

Dena Bank

IndusInd Bank Limited

ICICI Bank

IDBI Bank Limited

Indian Bank

Indian Overseas Bank

Industrial Development Bank of India

ING Vysya Bank

J P Morgan Chase Bank, National Association

Krung Thai Bank Public Company Limited

Kotak Mahindra Bank Limited

Karnataka Bank

Karur Vysya Bank Limited.

Page 31 of 32

44

45

46

47

48

49

50

51

52

53

54

55

56

57

58

59

60

61

62

63

64

65

66

Lord Krishna Bank Ltd.

Mashreqbank psc

Mizuho Corporate Bank Ltd.

Oman International Bank S A O G

Oriental Bank of Commerce

Punjab & Sind Bank

Punjab National Bank

Societe Generale

Sonali Bank

Standard Chartered Bank

State Bank of Mauritius Ltd.

SBI Commercial and International Bank Ltd.

State Bank of Bikaner and Jaipur

State Bank of Hyderabad

State Bank of India

State Bank of Indore

State Bank of Mysore

State Bank of Patiala

State Bank of Saurashtra

State Bank of Travancore

Syndicate Bank

The Bank of Nova Scotia

The Bank of Tokyo-Mitsubishi, Ltd.

Page 32 of 32

67

68

69

70

71

72

73

74

75

76

77

78

79

80

81

82

83

84

85

The Development Bank of Singapore Ltd. (DBS Bank Ltd.)

The Hongkong & Shanghai Banking Corporation Ltd.

Tamilnad Mercantile Bank Ltd.

The Bank of Rajasthan Limited

The Dhanalakshmi Bank Limited.

The Federal Bank Ltd.

The HDFC Bank Ltd.

The Jammu & Kashmir Bank Ltd.

The Nainital Bank Ltd.

The Sangli Bank Ltd.

The South Indian Bank Ltd.

The Ratnakar Bank Ltd.

The Royal Bank of Scotland N.V.

The Lakshmi Vilas Bank Ltd

UCO Bank

Union Bank of India

United Bank Of India

Vijaya Bank

Yes Bank