uttar pradesh jal vidyut nigam ltd.

40
UTTAR PRADESH JAL VIDYUT NIGAM LTD. (A U.P. Govt. Enterprise) TENDER DOCUMENT FOR STANDARD FIRE AND SPECIAL PERILS COVER FOR RIHAND, OBRA, KHARA, MATATILA, UGC, BABAIL, BELKA & SHEETLA HYDRO PROJECTS Tender Inviting Authority : EXECUTIVE ENGINEER (DESIGN) U.P. JAL VIDYUT NIGAM LTD. 12 TH FLOOR, SHAKTI BHAWAN EXTN., 14-ASHOK MARG, LUCKNOW.

Transcript of uttar pradesh jal vidyut nigam ltd.

UTTAR PRADESH JAL VIDYUT NIGAM LTD.

(A U.P. Govt. Enterprise)

TENDER DOCUMENT FOR

STANDARD FIRE AND SPECIAL PERILS COVER FOR

RIHAND, OBRA, KHARA, MATATILA, UGC, BABAIL, BELKA &

SHEETLA HYDRO PROJECTS

Tender Inviting Authority :

EXECUTIVE ENGINEER (DESIGN)

U.P. JAL VIDYUT NIGAM LTD.

12TH

FLOOR, SHAKTI BHAWAN EXTN.,

14-ASHOK MARG, LUCKNOW.

RK\Insu.Ten.(No.02)\Tender Ins.18-19

U.P. JAL VIDYUT NIGAM LTD. (A Govt. of Uttar Pradesh Enterprise)

12th

Floor, Shakti Bhawan Extn., 14-Ashok Marg, Lucknow-226001

Website : www.upjvn.org

E-TENDER NOTICE NO. 01/EE(DESIGN)/2020-21

Online e-Tenders in two parts are hereby invited from IRDA approved

insurance Companies for renewal of “Standard Fire and Special Perils Policy” of

UPJVNL Projects i.e. Rihand, Obra, Matatila, Khara, UGC, EYC & Sheetla Projects.

Part-I of the tender shall contain techno-commercial bid along with earnest money

amounting to Rs. 35,000/- (Rupees Thirty five Thousand only) in the form of Demand

Draft in favour of “U.P. Jal Vidyut Nigam Ltd.” payable at Lucknow. Part-II shall

contain price bid. Tender can be downloaded from and uploaded on e-procurement

website: www.etender.up.nic.in. Tender should accompany non-refundable tender

fee of Rs. 4,130/- including GST in the form of Demand Draft, in favour of U.P. Jal

Vidyut Nigam Ltd. payable at Lucknow, in separate envelope. Offer without tender fee

shall not be considered. Tender (Part-I) shall be opened on 18.06.2020 at 15:00 hrs. Last

date for submission of e-bids online and original hard copy of bid in this office is

16.06.2020 (upto 14:00 hrs) & 17.06.2020 (upto 14:00 hrs) respectively. Date of opening

of price bid shall be intimated later. Undersigned reserves the right to accept or reject

any or all the offers without assigning any reason thereof. If the date of opening will be

a holiday, the tender shall be opened on next working day at the same time.

EXECUTIVE ENGINEER (DESIGN)

“Save Electricity for Nation”

RK\Insu.Ten.(No.02)\Tender Ins.18-19

U.P. JAL VIDYUT NIGAM LTD. (A Govt. of Uttar Pradesh Enterprise)

12th

Floor, Shakti Bhawan Extn., 14-Ashok Marg, Lucknow-226001

Website: www.upjvn.org

E-TENDER INVITING NOTICE NO. 01/EE(DESIGN)/2020-21

1. Name of Work “Standard Fire and Special Perils Policy” of

UPJVNL Projects i.e. Rihand, Obra, Matatila,

Khara, UGC, EYC & Sheetla Projects.

2. Period of Work 12 months

(w.e.f. 00.00 hrs of 20.07.2020)

3. Tender No. 01/EE(Design)/2020-21

4. Last date and time for submission of E-bids

(Technical and Financial) at E-procurement

Website http://etender.up.nic.in

16.06.2020 up to 14:00 hrs

5. Last date and time for submission of hard

copy of requisite fee, EMD and annexure

enclosed with Tender Document in the

office of the Executive Engineer (Design),

UPJVNL, 12th

Floor, Shakti Bhawan,

Lucknow

17.06.2020 up to 14:00 hrs

6. Date and time of opening of e-bid Part-I

(Technical bid)

18.06.2020 at 15:00 hrs

7. Date and time of opening of e-bid Part-II

(Price bid)

To be announced later on

8. Place of opening of E-bids Office of the Executive Engineer (Design)

U.P. Jal Vidyut Nigam Ltd.,

12th

Floor, Shakti Bhawan, Lucknow

9. Address for communication Executive Engineer (Design)

U.P. Jal Vidyut Nigam Ltd.,

12th

Floor, Shakti Bhawan, Lucknow-226001

10. E-mail address [email protected]

11. Tender Fee Rs. 4130.00 including GST in the form of

Demand Draft of any Nationalised Bank in

the favour of “U.P. Jal Vidyut Nigam Ltd.”

payable at Lucknow.

12. Earnest Money Rs. 35,000.00 in the form of Demand

Draft/Bank Gaurantee of any Nationalised

Bank in the favour of “U.P. Jal Vidyut

Nigam Ltd.” payable at Lucknow

Executive Engineer (Design)

RK\Insu.Ten.(No.02)\Tender Ins.18-19

SECTION-I

INSTRUCTION TO BIDDERS 1.0 Submission of e-Bids :

The Bid Submission module of e-procurement website http://etender.up.nic.in enables the bidders to submit the e-bids online against this bidding published by the purchaser. Bid may be submitted only during the period and time stipulated in the bidding. Bidders are advised to start the Bid Submission process well in advance so that they can submit their bids in time. The bidders shall submit their bids taking into account the server time, displayed in the e-procurement website. This server time is the time by which the bid submission activity will be allowed till the permissible time on the last date of submission stipulated in the schedule. The bidders cannot submit their bids after the completion of bid submission period. For delay in submission of bids due to any reasons, the bidder shall be held responsible. The bidders shall follow the instructions mentioned herein under for submission of their e-bids:

(i) For participating in bids through the e-bidding system, it is necessary for the

bidders to be the registered users of the e-procurement website

http://etender.up.nic.in The bidders shall first register themselves on the e-

bidding website, if they have not done so previously, using the option “Click

here to enroll” available on the home page of the website.

(ii) In addition to the normal registration, the bidder has to register with their

Digital Signature Certificate (DSC) in the e-bidding system and subsequently

he/she will be allowed to carry out his/her bid submission activities.

Registering the Digital Signature Certificate (DSC) is a onetime activity. Before

proceeding to register their DSC, the bidder shall first log on to the e-bidding

system using the User Login option on the home page with the logging Id and

Password with which they has registered as per clause (i) above. For successful

registration of DSC on e-procurement website http://etender.up.nic.in the

bidder must ensure that they possess class-2/Class-3 DSC issued by any

certifying authorities duly approved by Controller of Certifying Authorities.

The bidder is also advised to register their DSC on e-procurement website well

in advance before bid submission period & time so that they do not face any

problem while submitting their e-bid against this bidding. The bidder can

perform User Login creation and DSC registration exercise as described in

RK\Insu.Ten.(No.02)\Tender Ins.18-19

clause (i) and (ii) above even before bid submission period starts. The

purchaser shall not be held responsible if the bidder tries to submit their e-bid

at the last moment of submission of bid, but could not submit due to DSC

registration problem.

(iii) The bidder can search for active bidding through “Search Active Biddings”

link, select a bidding in which they are interested in and then move it to „My

Biddings‟ Folder using the option available in the Bid Submission menu. After

selecting and viewing the bidding, for which the bidder intends to bid, from

“My Biddings” folder, the bidder can place their bid by clicking “pay Offline”

option available at the end of the view bidding form. Before this, the bidder

should download the bidding document and price Schedule/Bill of Quantity

(BOQ) and study them carefully. The bidder shall keep all the documents ready

as per the requirements of bidding document in the PDF format except the

Price Schedule/Bill of Quantity (BOQ) which shall be in the XLS Format

(EXCEL sheet).

(iv) After clicking the „Pay offline‟ option, the bidder shall be redirected to the

relevant page of Terms and conditions. The bidder shall read the terms and

conditions before proceeding to fill in the Bidding fee & EMD offline payment

details. After entering and saving the Bidding Fee and EMD details, the bidder

shall click “Encrypt & Upload” option given in the offline payment details form

so that “Bid Document Preparation and Submission” window appears to

upload the documents as per technical (Fee details, Qualification details, Bid

Form and Technical Specification details) and financial (Bid Form and Price

Schedule/BOQ) schedules/packets given in the bidding details. The details of

the Demand Draft or any other accepted instrument which is to be physically

sent in the original before opening of technical bids, should tally with the

details available in the scanned copy and the data entered during with

submission time otherwise the bid submitted shall not be accepted.

(v) Next, the bidder should upload the Technical Bid Documents for fee details

(Bidding fee and EMD/EMD exemption evidence), Qualification details as per

PQC, and Financial Bid documents as per BOQ of bidding document. Before

uploading, the bidder has to select the relevant Digital Signature Certificate.

They may be prompted to enter the digital signature certificate password, if

necessary. For uploading, the bidder should click “Browse” button against each

document label in Technical and Financial schedules/packets and then upload

the relevant PDF/XLS files already prepared and stored in the bidder‟s

computer.

RK\Insu.Ten.(No.02)\Tender Ins.18-19

(vi) The Bidder shall click “Encrypt” next for successfully encrypting and

uploading of required documents. During the above process, the bid

documents are encrypted/locked electronically with the DSC‟s of the Bid

openers to ensure that the bid documents are protected, stored and opened by

concerned bid openers only.

(vii) After successful submission of bid documents, a page giving the summary of

bid submission will be displayed showing that the process of e-bid submission

is completed. The bidder can take a printout of the summary using the “print”

option available in the window as an acknowledgement for future reference.

(viii) Purchaser reserves the right to cancel any or all Bids without assigning any

reason.

(ix) The Bidders are advised to upload the scanned documents with minimum of

150 dpi scanner to ensure readable uploaded e-Bids.

1.1 Deadline for Submission of E-Bids :

a) e-bids (Technical and Financial) must be submitted by the bidders at e-procurement website http://etender.up.nic.in not later than submission end date.

b) The Purchaser may at this discretion, extend this deadline for submission of bids by amending the bid documents.

1.2 Late Bids :

The server time indicated in the Bid Management window on the e-procurement website http://etender.up.nic.in will be the time by which the bid submission activity will be allowed till the permissible date and time schedule in the bidding. Once the bid submission period is over the bidder cannot submit their bid. Bidder will have to start the Bid Submission well in advance so that the submission process is completed within the scheduled period, failing which; it shall be the bidder‟s responsibility.

1.3 Withdrawal and Resubmission of E-Bids :

a) At any point of time, a bidder may withdraw their bid submitted online before the bid completion of bid submission period. For withdrawing, the bidder shall first log in using their login id and password and subsequently by their Digital Signature Certificate on the e-procurement website http://etender.up.nic.in. The bidder shall then select “My Bids” option in the Bid Submission menu. The page listing all the bids submitted by the bidder shall be displayed. Click “View” to see the details of the bid to be withdrawn. After selecting the “Bid Withdrawal” option, the bidder has to click “Yes” to the message “Do you want to withdraw this bid?” displayed in the Bid Information window for the selected bid. The

RK\Insu.Ten.(No.02)\Tender Ins.18-19

bidder also has to enter the reason for withdrawing the bid and uploading the same for withdraw before clicking the “Submit” button. The bidder has to confirm again by pressing “Ok” button before finally withdrawing their selected bid.

b) The bidder has to request the purchaser with a letter, attaching the proof of withdrawal and submission of bid security/EMD in the office of purchaser for taking back the bid security/EMD as per the manual procedure.

c) No bid may be withdrawn in between the period fixed for submission of bids and the period of expiry. Withdrawal of a bid during this interval may result in the Bidder‟s forfeiture of their bid security.

d) The bidder can resubmit their bid as and when required till the scheduled bid submission end date and time. The bid submitted earlier will be replaced by the new one. The bid security submitted by the bidder earlier will be used for revised bid and the new bid submission summary generated after the successful submission of the revised bid will be considered for evaluation purposes. For resubmission, the bidder shall first log in using their Login id and password and subsequently by their Digital Signature Certificate on the e-procurement website http://etender.up.nic.in. The bidder should then select “My Bids” option in the Bid Submission menu. The page listing all the bids submitted by the bidder will be displayed. Click “View” to see the details of the bid to be resubmitted. After selecting the “Bid Resubmission” option, click “Encrypt & Upload” to upload the revised bid documents by following the methodology provided in clauses 1(d) to 1(g).

e) The bidders can submit their revised bids as many times as possible by up loading their bid documents within the schedule period for submission of e-bids.

f) No bid can be resubmitted subsequently after the period for submission of bids is over.

1.4 Bidders are advised to study the bid document carefully. Submission of bids against the tender notice shall be deemed to have been done after careful study and examination of the procedures, terms and conditions stipulated in the bid documents with full understanding of its implications.

1.5 The bid document is available at e-procurement website http://etender.up.nic.in. Interested bidders may view, download the bidding document, seek clarification and submit their bid online up to the prescribed date and time through uploading on e-procurement website http://etender.up.nic.in.

1.6 The bidders are required to submit the cost of bidding document as stated above through Demand draft payable in the favour of U.P. Jal Vidyut Nigam Ltd.

payable at Lucknow by post/courier, prior to the scheduled date & time of opening of bid failing which bid shall not be considered/opened.

RK\Insu.Ten.(No.02)\Tender Ins.18-19

1.7 All bids must be accompanied by a Bid Security (EMD) in the form of Bank Guarantee in prescribed proforma as per Annexure- or FDR/TDR of schedule Bank which shall be duly pledged in favor of U.P. Jal Vidyut Nigam Ltd.

payable at Lucknow. The scanned copy of bid document fee (Tender Cost), Earnest Money, Power of attorney must be up loaded electronically along with all the bid documents. The original copy of bid document fee, EMD, Power of Attorney made in the name of individual whom signed bid document digitally through DSC & Commitment in prescribed format should be furnished to the office of Executive Engineer (Design), Lucknow before opening of Part-I of submitted Bid, failing which the bid shall not be considered/opened.

1.8 The bids shall be electronically opened in the presence of bidder‟s representatives, who choose to attend, at the prescribed venue, date and time mentioned above.

1.9 The Purchaser reserves the right to cancel any or all the bids/annul the bidding process without assigning any reason thereof.

1.10 In the event of date specified for bids opening, being declared a holiday then the bid shall be opened on next working day at schedule time.

1.11 All the required documents shall submitted/uploaded by the bidder electronically in the PDF format. However, the Financial Bid should be submitted in the XLS format.

1.12 Quantity as mentioned in e-Tender Notice is tentative and may vary up to any extent as per site requirement.

1.13 No deviation from the Technical specification & Technical Conditions shall be acceptable in Technical Part of Bid.

2.0 UPJVNL reserve the right to accept or reject any tender in part or full, without assigning any reason thereof whatsoever.

3.0 The offer of the Bidder shall be valid for a period of 3 (three) months from the

last date of submission of Tender/revised offer (if any). 4.0 UPJVNL reserves the right to apportion the insurance policy sharing among the

various insurance companies and decision of UPJVNL will be final and binding on all the insurers.

RK\Insu.Ten.(No.02)\Tender Ins.18-19

5.0 QUALIFYING CRITERIA

(a) Average Solvency Ratio of the company must be at least 1.50 in the last three years. Documentary evidence in shape of certificate (format enclosed) of Solvency ratio in the last 3 years should be enclosed along with the offer.

(b) The company must have a branch within 100 kms. from Nigam’s Head Quarter.

(c ) The company should not have been blacklisted by any of the state/central government utilities. Self declaration of non-blacklisting must be enclosed with offer.

RK\Insu.Ten.(No.02)\Tender Ins.18-19

Declaration of Solvency Ratio* We hereby declare that our company is IRDA registered with solvency ratio in

the last 3 years as detailed below :

Sl.No. Year Solvency Ratio

1. 2017-2018

2. 2018-2019

3. 2019-2020

4. Average Solvency Ratio of above 3 years

Place : Signature of Bidder

Date : Name

Designation/Status in the firm

Company Seal

* The above format shall be duly filled with audited figures by the bidder.

Submission of signed and stamped copy of this format is mandatory. Failure to do so may result in non-consideration of the bidder’s offer.

RK\Insu.Ten.(No.02)\Tender Ins.18-19

Declaration of Branch Proximity * We hereby confirm that our firm has a branch within 100 kms from UPJVN‟s

Head Quarter at Shakti Bhawan, Lucknow.

Place : Signature of Bidder

Date : Name

Designation/Status in the firm

Company Seal

* Submission of signed & stamped copy of this format is mandatory.

Failure to do so may result in non-consideration of the bidder’s offer.

RK\Insu.Ten.(No.02)\Tender Ins.18-19

Declaration of Non-Blacklisting *

We hereby confirm that our company has not been blacklisted by any

UPPCL/UPRVUNL/NTPC or any other State/Central Government utilities in the last 5

years.

Place : Signature of Bidder

Date : Name

Designation/Status in the firm

Company Seal

* Submission of signed & stamped copy of this format is mandatory.

Failure to do so may result in non-consideration of the bidder’s offer.

RK\Insu.Ten.(No.02)\Tender Ins.18-19

SECTION II

OVERVIEW OF THE NIGAM

On 14.1.2000 U.P. State Electricity Board was unbundled into three corporations.

Operation and upkeep of Hydro power stations in Uttar Pradesh was entrusted to

U.P.J.V.N.L. Following Hydro power stations are under the purview of the Nigam:

SL. No. Name of Hydro Power Station Capacity (MW)

1. Rihand 300 (6x50 MW)

2. Obra 99 (3x33 MW)

3. Matatila 30 (3x10 MW)

4. Khara 72 (3x24 MW)

5. Babail 3.0 (2x1.5 MW)

6. Belka 3.0 (2x1.5 MW)

7. Sheetla 3.6 (3x1.2 MW)

8. UGC (Upper Ganga Canal Projects) (a) Bhola SHP - 2.7 MW (b) Salawa SHP - 3.0 MW (c) Chittaura SHP - 3.0 MW (d) Nirgajini SHP - 5.0 MW

13.7 MW

Total Generation Capacity : 524.3 MW

RK\Insu.Ten.(No.02)\Tender Ins.18-19

SECTION– III

SCOPE OF INSURANCE COVER

Rihand, Obra, Matatila, Khara, UGC, Babail, Belka and Sheetla hydel projects, owned by UP Jal Vidyut Nigam Limited (UPJVNL), are located in various districts of Uttar Pradesh. The total generation capacity of all the above plants is 524.3 MW. The sum insured details for the plants are as under.

SL. No.

Project Sum Insured (Rs. in Lacs) Total Sum Insured

(Rs. in Lacs) Plant &

Machinery Civil

Works Inventory

(Rs. In Lacs)

1. Rihand (6x50 MW) 5699.25 303.17 706.71 6709.13

2. Obra (3x33 MW) 1081.23 126.69 269.19 1477.11

3. Matatila (3x10 MW) 602.13 120.12 114.14 836.39

4. Khara (3x24 MW) 6886.50 10758.31 375.61 18020.42

5. Belka (2x1.5 MW) 407.06 271.49 - 678.55

6. Babail (2x1.5 MW) 407.06 271.49 - 678.55

7. U.G.C. Projects

(a) Bhola SHP - 2.7 MW (b) Salawa SHP - 3.0 MW (c) Chittaura SHP- 3.0 MW (d) Nirgajini SHP- 5.0 MW 13.7 MW

15.00

29.43

11.4

55.83

8. Sheetla (3x1.2 MW) 812.57 964.64 14.84 1792.05

Total : 15910.80 Lacs 12845.34 Lacs 1491.89 Lacs 30248.03 Lacs

The scope of Insurance cover includes insurance coverage as per Standard Fire & Allied Perils for Rihand, Obra, Khara, Matatila, UGC, Babail, Belka and Sheetla hydel projects in various districts of Uttar Pradesh.

While quoting rates, standard deductibles as provided in Tariffs, shall be considered by the bidders and the same may clearly be specified. The premium rates for Terrorism & Earthquake risks rate have to be specified separately for each power plant as given at the end of this section.

Separate policy documents will be issued for each of aforesaid projects

RK\Insu.Ten.(No.02)\Tender Ins.18-19

* Coverage’s are sought as under :

Sl. No.

Name of Power Plant

Type of Coverage

Requirement of additional risks

Earthquake Terrorism

1. Rihand All risks YES YES

2. Obra All risks YES YES

3. Matatila All risks YES YES

4. Khara All risks YES YES

5. Belka All risks YES YES

6. Babail All risks YES YES

7. U.G.C. Projects

(All 04 Projects)

All risks YES YES

8. Sheetla All risks YES YES

FEA (Fire extinguishing appliances) discount may be given as applicable for the

blocks having such installations. The details of FEA installations at various plants are given in Annexure IV.

To verify the said installations the site inspection by a IRDA/TAC authorized agency has to be arranged by bidder at its own risk and cost. The copies of the reports of the FEA inspection by a IRDA/TAC accredited agency and Risk inspection (if conducted) by your risk engineer are to be submitted by the bidder along with the bids. All the bidders are advised to carryout inspection and verify FEA installation and premium Vs claims details of various sites accordingly.

RK\Insu.Ten.(No.02)\Tender Ins.18-19

SECTION – IV

GENERAL TERMS AND CONDITIONS

Instructions to Bidders The tender shall be addressed to the EXECUTIVE ENGINEER (DESIGN). The tenders received after the due date and time are liable to be rejected. Email/fax

offers received will not be considered. Tenders shall be opened at the time and date as specified in the tender notice. Bidder must fill up all the schedules and furnish all the required information as per

the instructions given in various sections of the tender specification. Canvassing in any form in connection with the tender is strictly prohibited and the

tenders submitted by the bidder who resorts to canvassing are liable to be rejected. The bid is a ZERO DEVIATION bid and any deviations from the parameters and

specifications defined in the tender, are liable to be rejected. BID VALIDITY: Bid shall remain valid for a period of 3 (three) months from the date of opening of

the bid. The bidder shall not be entitled to modify, vary, revoke or cancel his bid during the said period. The validity of the bid shall be extended with the consent of the bidder as and when required for the period as requested by UPJVNL in writing.

BID SUBMISSION: The Part-II of the bid shall contain details of premium rates and amount duly filled

in the required format and any other information/document which has been specifically asked to be furnished. It is to be noted that the bid shall contain only amount and no conditions whatsoever. Any conditions given in this part shall not be considered and may render the offer liable for rejection.

Each page of the hard copy of bid shall be signed by authorized person to enter into

commitment on behalf of the Bidder.

RK\Insu.Ten.(No.02)\Tender Ins.18-19

REJECTION OF THE TENDER: The acceptance of Tender will rest with UPJVNL and does not bind UPJVNL to accept lowest tender or any tender and reserves to itself full rights for the following without assigning any reasons whatsoever.

To reject any or all the tenders.

To share premium amongst two or more insurer. COST OF BIDDING: All direct and indirect costs for preparation and submission of Bidder‟s quotation

shall be to Bidder‟s account. PRICING REQUIREMENTS: The Bidder should quote in figures the rates for each item in the prescribed Excel

Format (BOQ). The amount for each item should be worked out and entered. The same shall be uploaded online. In case there is any difference in the premium rates and the amount of premium, the premium rates would prevail and would be considered for evaluation and arriving at the premium.

BIDDER’S RESPONSIBILITY FOR QUOTATION: Although all details presented in this bid document have been compiled with all

reasonable care, it is the Bidder‟s responsibility to ensure that the information provided is adequate and clearly understood.

Site visit for understanding of risk, FEA discounts Premium Vs claims experience,

etc. has to be done by bidder at its own risk and cost. Bidder‟s quotation is the responsibility of the Bidder and no relief or consideration

can be given for errors and omissions.

RK\Insu.Ten.(No.02)\Tender Ins.18-19

BID CLARIFICATION/AMENDMENTS BY UPJVNL:

Any clarifications with regards to the bid document may be obtained from the following:

Executive Engineer (Design) Uttar Pradesh Jal Vidyut Nigam Ltd. 12th Floor, Shakti Bhawan Ext.,Ashok Marg, Lucknow email : [email protected]

UPJVNL may issue clarifications/amendments in the form of addendum/ corrigendum during the bidding period. For the addendum/corrigendum issued during the bidding period, bidders shall confirm the inclusion of addendum/ corrigendum in their bid.

Any value additions suggested by Insurer should be provided in a separate Section

and financial implications thereof should be shown separately. UPJVNL reserves the right to implement such suggestions. However for the purpose of financial evaluation, the same will not be taken into consideration. The same may be considered at the time of placing the order with the firm as per the evaluation methodology.

CONFIDENTIALITY OF DOCUMENTS: Bidders shall treat the bidding documents and contents therein as strictly

confidential. If at any time, during the bid preparation period, Bidder decides to decline to bid; all documents must be immediately returned to UPJVNL.

CURRENCIES OF BID AND PAYMENT: Currencies for bid and document shall be in Indian Rupees only.

RK\Insu.Ten.(No.02)\Tender Ins.18-19

SECTION-V

EVALUATION OF BIDS:

Evaluation of bid shall be done in two parts on following basis:- Evaluation of the techno-commercial bid would be done first. Only the bids that are

qualified for the techno-commercial part would be eligible for the opening of the priced bids.

After bid opening no technical and commercial clarifications will be sought from the

bidders. The evaluation would be done on the basis of the information/data provided by the bidder in their quotation. It is therefore requested that the bidder may ensure that their bid has all the required information and that there is no ambiguity in the offer.

The quoted rates/prices shall be checked to determine the arithmetical correctness

of the bid. REBATE: No suo-moto reduction in price(s) by bidders is permissible after opening of the bid.

If any Bidder unilaterally reduces the price(s) quoted by him in his bid after opening of bids, such reduction shall not be considered for comparison of prices but shall be binding on the Bidder if he happens to be selected for award of work.

MODIFICAITON AND WITHDRAWAL OF BIDS: In case of time extension of bid opening (Part-I), the Bidder may modify, alter or

withdraw its bid in writing prior to the closing date for receipt of bids. In the absence of this, the bid shall not be withdrawn nor modified or altered without the Owner‟s consent.

The bidder‟s modifications or withdrawal notice shall be prepared, sealed, marked

and dispatched in accordance with the provisions of procedure for submission of bids.

Following withdrawal of its bid, the Bidder may submit a new bid, provided such

new bid is received prior to the expiry of the time appointed for closing of bids.

RK\Insu.Ten.(No.02)\Tender Ins.18-19

No bid may be withdrawn in the interval between the closing date for receipt of bids and expiry of the period of bid validity specified by the bidder in the bid.

ATTACHMENTS Following documents shall be scanned and uploaded along with the tender document as annexures containing:-

1. Certificate for Solvency Ratios of the firm in the last 3 years

2. Details on Capability/Service parameters as required in Annexure - I

3. Memorandum of Understanding between the insurance company and UPJVNL as annexure – II duly filled in.

4. Formats for Techno-commercial & Price bids containing details of Sum Insured.

5. Details of FEA installations in various plants as per annexure IV

6. Details of PAN/TIN/GST Number

7. Declaration of Solvency Ratio

8. Declaration of Branch Proximity

9. Declaration of Non-blacklisting as per format enclosed

All columns of the BOQ (In prescribed Excel Format) needs to be duly filled in and thereafter uploaded online, in commensurate to submission of e-bid procedure.

Hard copies of above annexures (except BOQ) in original shall be submitted with hard copy of e-bid.

LAW GOVERNING THE CONTRACT AND COURT JURISDICTION The Contract shall be governed by the Law for the time being in force in the

Republic of India. The Civil Court at Lucknow having ordinary Original Civil Jurisdiction shall alone have exclusive jurisdiction in regard to all claims in respect of this Contract.

RK\Insu.Ten.(No.02)\Tender Ins.18-19

RK\Insu.Ten.(No.02)\Tender Ins.18-19

SECTION-VI

PART I - TECHNO-COMMERCIAL PART Insurance Company is required to give their unconditional acceptance to the following terms and conditions:-

1. Earnest Money in shape of Demand Draft duly pledged in favour of U.P. Jal

Vidyut Nigam Ltd. payable at Lucknow, for an amount of Rs. 35,000.00 (Rupees Thirty five Thousand only). Exemption on submission of Earnest Money Deposit shall be granted to those bidders who will enclose the copy of circular from IRDA/GIC to that effect.

2. Details on Capability/Service parameters as required in Annexure – I. 3. Acceptance of MOU as attached in Annexure II. The acceptance for the MOU

should be clearly confirmed in writing and signing of the same would be a precondition before the business is placed with the insurance company.

4. The firms should be authorized by IRDA/GIC & the rates quoted should be with

minimum excess as stipulated by the IRDA (Insurance Regulatory and Development Authority)/ GIC (General Insurance council). The details w.r.t. to the quantum of the minimum excess should be mentioned in the priced bid.

5. Compliance of the rates quoted strictly as per the Schedule of rates format given

in the Priced Part.

THE UNCONDITIONAL COMPLIANCE TO THE ABOVE WOULD BE A PREREQUISITE FOR OPENING OF PRICE BID. SUBJECTIVE/PART COMPLIANCE WILL NOT BE ENTERTAINED.

RK\Insu.Ten.(No.02)\Tender Ins.18-19

CHAPTER-VII

PART- II - PRICED PART

The details about the premium to be charged should be given as the format given in BOQ. The Sum Insured given are tentative and UPJVNL reserves the right to revise the same either upwards or downwards.

Note: - All columns of the BOQ need to be duly filled in by the bidder.

RK\Insu.Ten.(No.02)\Tender Ins.18-19

ANNEXURE – I

SERVICE PARAMETERS

RK\Insu.Ten.(No.02)\Tender Ins.18-19

ANNEXURE – I

(A) EXPERIENCE & CREDENTIALS

1. Copies of Order/agreements showing credentials regarding business profile with special reference to insurance cover of various Govt. organizations like UPJVNL/UPPCL/UPRVUNL/NTPC/Coal India Ltd./NHPC etc.

2. Details of the technical team who would handle this assignment – Names, Designation, Experience in Power Projects

(B) SERVICE PARAMETERS

Documentation

1) Time required to issue Premium Receipt & Cover Note _________ days

2) Time required to issue Policy Documents _________ days (Separate for each power station)

3) Time required to issue Endorsements _________ days

(C) Claims Handling

1) Time taken for conducting Preliminary Survey _________ days

2) Time taken for Preliminary Survey report after the Survey _________ days

3) Time taken for conducting Final Survey _________ days

4) Time taken for Final Report _________ days

5) Self-Survey Limit Rs. ___________________

6) Extent of On-account Payment _________% Minimum Excess

Quantum of minimum excess as stipulated by the IRDA _________________

Any Other Services to be Offered Documents, information and data pertaining to A, B & C above shall be duly appended and filled in.

RK\Insu.Ten.(No.02)\Tender Ins.18-19

ANNEXURE - II

MEMORANDUM OF UNDERSTANDING (MOU)

RK\Insu.Ten.(No.02)\Tender Ins.18-19

ANNEXURE - II

MEMORANDUM OF UNDERSTANDING

Uttar Pradesh Jal Vidyut Nigam Ltd., Lucknow (UPJVNL) has appointed M/s ____________________(insurer) as leader to issue policies in respect of their Power Plant situated at _____________________________. In order to establish proper understanding and to provide efficient and satisfactory services by the Insurer, this Memorandum of Understanding (MOU) has been signed between M/s ______________________ and M/s UPJVNL Ltd., Lucknow and the parties, hereby agree as follows -

Documentation

1. The underwriters will issue the Premium Receipt and the Cover note for the desired coverage, immediately on receipt of the necessary premium cheque by them.

2. The corresponding policy documents will be issued to UPJVNL within 5 working days of the receipt of the premium cheque.

3. Any amendment of the policies shall be confirmed by issuing endorsement within 5 working days of the receipt of the necessary information/premium from UPJVNL.

Claims

1. A panel of approved Surveyors to be utilized in case of all losses/damages, for which necessary claims are to be lodged, shall be finalized by mutual discussions within 15 days of signing of this MOU.

2. All claims lodged on the underwriters shall be promptly settled as per the following understanding. a) “On Account Payment” (……………….…. %) in case of loss beyond

INR …………. shall be released by the underwriters within ………… working days of the receipt of preliminary report of the Surveyors. The preliminary survey report shall be issued by Surveyors within ………… working days of their visit subject to production of minimum required details and information. However, documents required to be obtained from Govt. agencies like Fire, Final Report from Police authorities and Fire Brigade Report etc shall not be binding for release of On Account Payment. The surveyor should attend the site within a period of not more than a week of the reporting of the loss.

RK\Insu.Ten.(No.02)\Tender Ins.18-19

b) Final payment of the claim shall be made within 15 days of receipt of Final Survey Report and all necessary supporting documents/information from UPJVNL.

c) The final survey should be got done by the insurance company within a period of 1 month of the lodgement of the claim.

d) The final payment towards the claim will be settled within the above time frame or else the interest rate as per the IRDA guidelines will be charged by UPJVNL.

3. UPJVNL has been authorized for Self Survey in respect of claims with estimated loss upto ………….. per claim.

4. The underwriters have agreed to provide to UPJVNL with a comprehensive procedure and documents to be followed in case of claims within 30 days of commencement of insurance of UPJVNL‟s risk.

General

1. The underwriters hereby certify that the rates of premium and the various discounts offered for Rihand, Obra, Khara, Matatila, Sheetla, UGC, Babail

& Belka Hydel Projects are strictly as applicable as per TAC/IRDA Guidelines and that there is no violation of the tariff provisions whatsoever. In case of any violation of the tariff provisions by the insurance company, in the quotation, UPJVNL would not be liable for any differential premium in any case. Also there would be no effect on the settlement of the claims. However, in case there is any downward movement of the tariff provisions, which are applicable to UPJVNL, the insurance company would ensure that the same is passed on to UPJVNL.

2. The Leader has appointed Mr. _____________ and Mr. ___________ to service directly UPJVNL account in respect of all claims and underwriting. Their present address and contact nos. are as under:

____________________________ ____________________________

____________________________ ____________________________

____________________________ ____________________________

____________________________ ____________________________

3. The underwriters have further agreed to hold one seminar every year for UPJVNL employees to update them with latest trends in Insurance.

4. UPJVNL shall be dealing/interacting directly with the leader M/s ____________ for all related matters and the leader shall, in turn, interact with the co-insurers, if any. In case of any dispute with co-insurers, the leader M/s ______________ shall be responsible for settlement of full claim amount to UPJVNL.

RK\Insu.Ten.(No.02)\Tender Ins.18-19

On Behalf of the Insurer ------------------------------------- --------------------------------- Authorised Signatory (VP/GM)

Place : Place :

Date : Date :

N.B. : All the blank spaces in above format shall be duly filled in.

ANNEXURE – IV

FORMAT FOR FEA DETAILS

RK\Insu.Ten.(No.02)\Tender Ins.18-19

Annexure-IV-A

Details of Statement regarding Fire Fighting Equipments/System in Rihand Power Station, Pipri

Sl.

Items covered Names of Items/Equipments covered

No. In In In Any

Fire Extinguisher Power House Switchyard Generator-

Transformer other

1 Sprinkler System - - a) All six GT

In oil

room

b) All six UAT

2 Hydrant System - Around S/y boundary - -

3 CO2 piping system All six units Inside cable gallery - -

beneath switchyard

4 Hand Appliances Details as annexed ahead

RK\Insu.Ten.(No.02)\Tender Ins.18-19

Details of Fire Extinguishers with site of their placement in Rihand Power Station, Pipri

Name of Site Cable gallery CISF

Control GT Gen. Turbine Below 650 ft. Below Switch- Diesel Filtration Dam Ammunition

Name of Room Side Floor Floor control S/y yard PH plant top Room

Extinguishers * room

1) DCP (a) 70 Kg. - 02 No. - - - - - 02 No. 01 No. - - -

(b) 25 Kg. - 02 No. 2 No. 02 No. 02 No. 02 No. - - - - - -

(c) 10 Kg. 06 No. 03 No. 2 No. 07 No. - 06 No. - 07 No. 01 No. - - 02 No.

2) CO2 (a) 22.5 Kg. - 02 No. 5 No. 02 No. 01 No. 02 No. - 02 No. 01 No. - - -

(b) 9.0 Kg. 02 No. 02 No. 5 No. - - 02 No. - 02 No. - 01 No. - -

(c) 6.8 Kg. 01 No. 06 No. - - 04 No. - - 03 No. - 01 No. 04 No. 02 No.

(d) 5.0 Kg. 02 No. - 3 No. 01 No. - - - 02 No. - - - -

3) Foam (a) 45 litre - 02 No. - 01 No. - - - 01 No. - - - -

(b) 09 litre 10 No. 6 No. 08 No. - - - 11 No. 05 No. - - -

4) Sand bucket, - 06 No. 8 No. 08 No. - - - 08 No. - - - -

9 litre

* Fire-fighting facilities are also available on request from Hindalco TPS, Obra TPS and Anpara TPS which are

lying in the vicinity of Rihand HEP.

RK\Insu.Ten.(No.02)\Tender Ins.18-19

Annexure IV-B

Details of Statement regarding Fire Fighting Equipments/System in Obra Power

Station, Sonebhadra

Sl.

Items covered

Names of Items/Equipments covered

No. * In In In Any

Fire Extinguisher Power House Switchyard * Generator-

Transformer other

1 Sprinkler System Nil UAT-03 Nos. GT-3 Nos. -

Stn. Tr.-02 Nos.

2 Hydrant System M/c - All 03 Nos. UAT-03 Nos. GT - 03 Nos. -

Stn. Tr.-02 Nos.

3 Hand Appliances M/c - All 03 Nos. Current Transformers, - DG set including

Control panels, Relay Panels, Potential Transformers,

engine generator,

0.4 KV Bus & CBs, Battery Chargers, Breaker, LA's &

Air CBs and its

All pumps, excitation equipments Bus Bar

control panel.

* UAT : Unit Auxiliary

Transformer

Stn. Tr. : Station Transformer

* Fire-fighting facility is also available on request from Obra TPS which is

lying in the vicinity of Obra HEP.

RK\Insu.Ten.(No.02)\Tender Ins.18-19

Annexure IV-C

Details of Statement regarding Fire Fighting Equipments/System in Matatila Power

Station, Lalitpur

Sl.

Items covered Names of Items/Equipments covered

No. In In In Any

Fire Extinguisher Power House Switchyard Generator-Transformer other

1 Sprinkler System Not installed Not installed Not installed -

2 Hydrant System

Not installed Not installed Not installed -

3 Hand Appliances 1) DCP Extinguisher 10 1) DCP Extinguisher 70 1) DCP Extinguisher 10 -

Kg. - 25 No. Kg. - 2 No. Kg. - 5 No.

2) DCP Extinguisher 50 2) DCP Extinguisher 10

Kg. - 3 No. Kg. - 5 No.

3) Mechanical foam type 3) CO2 Extinguisher 4.5

Extinguisher 50 Ltr.-10 No. Kg. - 2 No.

4) Mechanical foam type 9

Ltr. - 2 No.

5) Chemical foam type 9

Ltr. - 2 No.

6) CO2 Extinguisher 45

Kg. - 6 No.

7) CO2 Extinguisher 4.5

Kg. - 11 No.

RK\Insu.Ten.(No.02)\Tender Ins.18-19

Annexure IV-D

Details of Statement regarding Fire Fighting Equipments/System in Sheetla Power

Station, Moth-Jhansi

Sl.

Items covered

Names of Items/Equipments covered

No. In In In Any

Fire Extinguisher Power House Switchyard Generator-

Transformer other

1 Sprinkler System Not installed Not installed Not installed -

2 Hydrant System

Not installed Not installed Not installed -

3 Hand Appliances 1) DCP Extinguishers - 10 Kg.-05 No. 1) Sand buckets -2 No. 1) Sand buckets - 2 No. -

2) Mechanical foam type-9 Ltr.-5 No.

3) CO2 Extinguisher - 9 Kg.-5 No.

RK\Insu.Ten.(No.02)\Tender Ins.18-19

Annexure IV-E

Details of Statement regarding Fire Fighting Equipments/System in Khara

Power Station, Saharanpur

Sl.

Items covered Names of Items/Equipments covered

No. In In In Any

Fire Extinguisher Power House Switchyard Generator-

Transformer other

1 Sprinkler System Nil Nil Mulsifier System -

3 Nos. (Non

operative) -

2 Hydrant System

02 Nos. Nil Nil -

3 Hand Appliances Fire Extinguisher

Cylinders - 65 Nos. Sand Buckets - 16 Nos.

Fire

Extinguisher

Cylinders - 07

Nos

Fire Extinguisher

Cylinders - 05 Nos. Sand Buckets – 05

Nos

Fire

Extinguisher

Cylinders –

a) 01 no. at

intake gate b) 01 no. at

Filtration

plant

c) 02 no. at

CISF Q.

guard

d) 01 no. at

CISF room

RK\Insu.Ten.(No.02)\Tender Ins.18-19

Annexure IV-F

Details of Statement regarding Fire Fighting Equipments/System in Belka Power

Station, Saharanpur

Sl.

Items covered Names of Items/Equipments covered

No. In In In Any

Fire Extinguisher Power House Switchyard Generator-

Transformer other

1 Sprinkler System Nil Nil Nil -

2 Hydrant System

Nil Nil Nil -

3 Hand Appliances CO2 Extinguishers - 4

Nos. CO2 Extinguishers - 2

Nos. Nil -

DCP Extinguishers - 4

Nos. DCP Extinguishers - 2

Nos.

Sand Buckets - 5 Nos. Sand Buckets - 10 Nos.

RK\Insu.Ten.(No.02)\Tender Ins.18-19

RK\Insu.Ten.(No.02)\Tender Ins.18-19

Annexure IV-G

Details of Statement regarding Fire Fighting Equipments/System in Babail Power

Station, Saharanpur

Sl.

Items covered

Names of Items/Equipments covered

No. In In In Any

Fire Extinguisher Power House Switchyard Generator-

Transformer other

1 Sprinkler System Nil Nil Nil -

2 Hydrant System

Nil Nil Nil -

3 Hand Appliances CO2 Extinguishers - 4 Nos. CO2 Extinguishers - 2 Nos. Nil -

DCP Extinguishers - 4 Nos. DCP Extinguishers - 2 Nos.

Sand Buckets - 5 Nos. Sand Buckets - 10 Nos.

RK\Insu.Ten.(No.02)\Tender Ins.18-19

Annexure IV-H

Details of Statement regarding Fire Fighting Equipments/System at various UGC Power Stations,

Muzaffarnagar

Sl.

Items covered Names of Items/Equipments covered

No. Nirgajini Chitaura Salawa Bhola

In In In In In In In In

Power Switch Power Switch Power Switch Power Switch

Fire Extinguisher House Yard House Yard House Yard House Yard

1 Sprinkler System - - - - - - - -

2 Hydrant System - - - - - - - -

3 Hand Appliances Fire Stand Fire Stand 1) CO2 type- Fire Stand 1) CO2 type- Sand drum- 1) CO2 type- Sand

drum-

with 5 No. with 5 No. 2 Kg.-2 No. with 5 No. 2Kg.-2No. 1 No. 2Kg.-2No. 1 No.

sand bucket sand bucket 2) CO2 type- sand bucket 2) CO2 type- 2) CO2 type-

1 Rack 1 Rack 4.5Kg.-2 No. 1 Rack 4.5Kg.-2No. 4.5Kg.-

2No.

3) Foam type- 3) Foam type- 3) Foam

type-

2 No. 2 No. 2 No.

4) Fire Stand 4) Sand drum-

with 5 No. 2 No.

sand bucket

1 Rack