Sei sulla pagina 1di 13

SJVN LIMITED

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

(A Mini Ratna and Schedule A Company)


Luhri Hydro Electric Project
Sunni, Distt. Shimla (HP)-171301
Ph No. 0177-2786896, Fax No. 0177-2786520
CI No. L40101HP1988GOI008409, www.sjvn.nic.in, Email-lhepsjvn@yahoo.com

Procurement & Contract Department


NOTICE INVITING TENDERS
(Through e-tendering process only)

Open tender enquiry through e-tender under two bid system is hereby invited on behalf of
SJVN Limited from the approved agencies/experienced appropriate class of registered contractors
for roads, buildings and other Civil works enlisted with HPPWD/HP I&PH/ CPWD/ HPSEB Ltd./
Public Sector Undertakings/ any other Govt./ Semi Govt. Organization for the following work:
Name of work: Slope Stability Study/Kinematic Analysis for LHEP, Stage-I.
Tender
No.

Estimated Cost

LHEP- 8,80,000/- +
PCD- Taxes
145/15

Cost
of
Tender
Document
1000/-

EMD

17,600/-

Date of
Date
of Date of
Availability/ submission/
Opening of
Downloading uploading of bid bid
of bid
23.10.15
18.11.15
18.11.15
(1000 hrs)
(1300 hrs.)
(1400 hrs.)
to
17.11.15
(1200 hrs)

Completion
time

04Months

Note:
1.
The detailed Notice Inviting Tender (NIT), IFB, Scope of Work, Special Terms and
Conditions of Contract, Undertaking (Annexure-A), Other Details (Annexure-B), Schedule1 (Price Schedule/Bill of Quantity) of work to be done and the set of terms and conditions of
contract will neither be issued manually nor be sent by post or courier; the same can be
viewed and downloaded by the registered bidders only on SJVNs E-Tender portal available
at https://sjvn.abcprocure.com w.e.f. 23.10.15
2.

The bids are to be submitted electronically through e-tendering at https://sjvn.abcprocure.com


and other mode of submission of bids shall not be accepted. The procedure for filling the bid
is given in IFB.

3.

The corrigendum and amendments if any shall be uploaded in https://sjvn.abcprocure.com.


Therefore all bidders are requested to frequently visit the sites till the schedule date of
submission of bid.

4.

The detailed NIT & IFB shall also be available on www.sjvn.nic.in, www.tenders.gov.in and
CPP Portal i.e. http://eprocure.gov.in/cppp/.

Registered &
Corporate Office

Himfed Building, New Shimla, Shimla


(HP) PIN-171009, Tel: 01772670064,490,521,741 Fax: 0177-2670542

Liaison/
Coordination
Office

SJVN, IRCON Building, Ground Floor, Saket


New Delhi. PIN-110017, TELE: 01141659210/17 FAX: 011- 41659204/14

TERMS AND CONDITIONS


1.

Cost of Tender Document


The offer must be accompanied with cost of tender document of Rs. 1000/- (non-refundable)
in the form of Demand Draft drawn in favour of LHEP SJVN Limited payable at PNB
Sunni (Code-0869) or SBI Sunni (Code-15030), Distt Shimla (HP)
(Other mode of payment shall not be accepted)

2.

Earnest Money Deposit


The bid must be accompanied with an earnest money of Rs 17,600/- The EMD/bid security
shall be in the form of Demand Draft drawn in favour of LHEP SJVN Limited payable at
PNB Sunni (Code-0869) or SBI Sunni (Code-15030), Distt Shimla (HP)
(Other mode of payment shall not be accepted)
Bid Security shall remain valid for a period of six months beyond the original bid validity
period and beyond any extension subsequently requested.

3.

EMD of the bidder shall be forfeited, if the bidder withdraws or amend its bid or impairs or
derogates from the bid in any respect with in the period of validity of the bid. The EMD of
the successful bidder shall be retained as contract security until such period the contractor
furnishes the required security deposit. If the contractor failed to fulfill his obligations, the
EMD, retained as contract security shall be forfeited.

4.

The qualifying criteria for accepting financial turnover and performance will be as under:
Eligibility for the tender shall be restricted to those bidders who will fulfill the following
conditions and submit documentary proof thereof:-

i)

Average Annual Financial Turnover during the last three (03) years, ending 31st March of
previous financial year, should be at least 30% of the estimated cost.
Experience of having successfully completed similar whole work as prime contractor during
last seven (07) years ending last day of the month previous to the one in which applications
are invited should be either of the following:

ii)

a)

Three similar completed works, each costing not less than the amount equal to 40% of the
estimated cost.
OR

b)

Two similar completed works, each costing not less than the amount equal to 50% of the
estimated cost.
OR

c)

One similar completed work, each costing not less than the amount equal to 80% of the
estimated cost.
Similar Work means works related to Slope Stability Study/Kinematic Analysis.

Registered &
Corporate Office

Himfed Building, New Shimla, Shimla


(HP) PIN-171009, Tel: 01772670064,490,521,741 Fax: 0177-2670542

Liaison/
Coordination
Office

SJVN, IRCON Building, Ground Floor, Saket


New Delhi. PIN-110017, TELE: 01141659210/17 FAX: 011- 41659204/14

5.

The bid is to be submitted through e-tender only and hence the EMD and cost of tender
document is to be sent to the undersigned by speed post, Courier or Special Messenger so that
it should reach in the office of undersigned upto 1200 hrs. on the scheduled date of opening of
bid. In case of non receipt of EMD and cost of tender document by due date and time in the
office of undersigned, the bid shall be summarily rejected. The scanned copies of the EMD
and cost of tender document are also to be uploaded on web site while submitting the bid
through e-tendering system. Tender without cost of tender document and EMD will be out
rightly rejected.

6.

Bid Submission:

(A)
The tender shall comprise of three parts in the following manner:
(a)
Technical bid:
Part-I EMD and Cost of Tender Document
Part-IITechno-commercial bid comprises of latest Valid Registration/Enlistment Certificate as
mentioned above, PAN Card No., GST/CST/TIN, EPF Code Number, Service Tax
Registration No, Authenticated Financial Turnover and duly issued performance/ work done
certificates, Other Details (Annexure-B) and an undertaking (Annexure-A) to the effect that
he has read all the documents uploaded alongwith the NIT and there is no deviations from the
standard terms and conditions of the tender documents & NIT etc. Also the bidder shall
certify that all the documents has been uploaded by the bidder as per original documents. The
bidder has to upload the scanned copy of above documents on the website.
(b)

Price Bid:

Part-III

Schedule-1 (Price Schedule/Bill of Quantities).

i)

The bidder is required to fill their item rates in the Schedule-1 (Price Schedule/Bill of
Quantities) inclusive of all cost of labour, insurance levies, duties and all other statutory taxes
etc.

ii)

If the bidder quotes Nil charges/consideration, the bid shall be treated as unresponsive and
will not be considered.

(B)

The tender committee shall evaluate the qualifying requirements of each bidder as per NIT
after opening of qualifying requirements of bids i.e. techno-commercial part of the bids and
the bids of the bidder who is not meeting the qualifying requirements shall be treated as nonresponsive.

(C)

All bids should contain credentials as per NIT, EMD and tender document cost of required
amount in the form of Demand Draft.

(D)

A declaration that the information furnished with the bid documents is correct in all respects.

(E)

The bidder must submit the bid through e-tendering/e-procurement only as explained in the
Information for Bidders.

Registered &
Corporate Office

Himfed Building, New Shimla, Shimla


(HP) PIN-171009, Tel: 01772670064,490,521,741 Fax: 0177-2670542

Liaison/
Coordination
Office

SJVN, IRCON Building, Ground Floor, Saket


New Delhi. PIN-110017, TELE: 01141659210/17 FAX: 011- 41659204/14

7.

Bid Opening:
The bid shall be opened in the following sequence:

i)

First of all, the Part-I i.e. EMD and Cost of tender document, then Part-II i.e. Technocommercial part shall be opened and evaluated. Part-II i.e. Techno-commercial part shall be
opened only of those bidders whose Part-I of bid is found in order as per NIT.

ii)

The Part-III i.e. Price bid shall be opened only of those bidders whose Part-I & II of bid is
found substantially responsive. Necessary information will be given to successful bidders
through website only.

Bidders are requested to clearly mention the Service Tax liability of contractor in BOQ. If,
nothing has been mentioned it will be presumed that rates quoted are inclusive of Service
Tax.

9.

Taxes will be deducted as per rules applicable at the time of making payments.

10.

Bidder must be registered with EPFO, all the labour employed for the said work must be
covered under the provision of EPF and minimum wages rate should be paid to labour
employed with the work.

11.

The reimbursement of Service Tax of all the bills will be made on submission of following
information:
a)

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

b)

Service Tax Number of the Service Provider.

c)

PAN of the Service Provider.

d)

Service Tax Invoice Number.

12.

The successful bidder may note that the Service Tax shall be reimbursed by LHEP, SJVN Ltd.
as per actual after submission of documentary proof thereof.

13.

The successful bidder will deposit 50% of the total amount of security deposit including
earnest money as initial security deposit as per Sr.No.16 (b) of Section-I Informations and
instructions for tenderers of the tender document (Vol.-I) and sign the contract agreement
within 30 days from issuance of the award letter. If the contractor fails to sign the contract
agreement or deposit the initial security within the period mentioned above, action as
deemed fit will be taken.

14.

The bids submitted by the bidders shall remain valid for acceptance for a period of one
hundred twenty (120) days from the date of opening of bids. If any bidder withdraws his bid
before the said period or makes any modifications in the terms and conditions of the bid, the
tender inviting authority shall forfeit the said Earnest Money.

Registered &
Corporate Office

Himfed Building, New Shimla, Shimla


(HP) PIN-171009, Tel: 01772670064,490,521,741 Fax: 0177-2670542

Liaison/
Coordination
Office

SJVN, IRCON Building, Ground Floor, Saket


New Delhi. PIN-110017, TELE: 01141659210/17 FAX: 011- 41659204/14

15

The description of work is given in the Bill of Quantities (BOQ) of the Bidding Documents.
The bidder shall be required to offer their rates for the whole work which shall include labour,
EPF, insurance levies, duties and all other statutory taxes etc.

16.

After the award of work, the successful bidder will have to obtain valid labour license from
authority concerned before start of work during mobilization period and the same shall be
submitted to Engineer-In-Charge of this work.

17.

The successful bidder will submit undertaking to abide by all labour laws. The bidder shall
also abide by any other labour laws enforced from time to time by State Govt./Central Govt.
during execution of contract.

18.

The work will be awarded to L-1 bidder whose bid will be found substantially responsive on
overall basis.

19.

Rates should be filled in both figures and words in the BOQ only. In case of ambiguities in
the rate in figures and the rates in words, the rate quoted in words shall prevail and the amount
shall be corrected accordingly. All discount/rebate should be mentioned in Schedule-1 (Price
Schedule/BOQ) only.

20.

Notwithstanding anything stated above, SJVN Ltd. reserves the right to assess the capability
and capacity of the bidders/firms/agencies to perform the contract should the circumstances
warrant such assessment in the overall interest of the SJVN Ltd.

21.

The bids in physical form/conditional/telegraphic tenders or tenders without earnest money


shall not be entertained under any circumstances. The bids are to be submitted through etendering only.

22.

If it happens to be holiday or poor internet connectivity on the day of receipt/opening of the


tenders, the same shall be opened on the next working day at the same time.

23.

SJVN Ltd. reserves the right to accept or reject all or any of the tenders without assigning any
reason there of and will not be bound to accept the lowest tender.

24.

SJVN Ltd. reserves the right to increase or decrease or omit the items without assigning any
reasons thereof.

25.

SJVN Ltd. reserves the right of accepting the whole or any part of the tender and tenderer
shall be bound to perform the same at his quoted rates.

26

The intending bidders are requested to visit the project site before submission of their bids.
The work site of the project is located at a distance of approx 120 kms from Shimla (On
Shimla-Narkanda-Rampur Road). The bidders are advised to visit and examine the site of
work and its surroundings and obtain all informations that may be necessary for bidding.
The cost of visiting the site shall be borne by the bidders.

Registered &
Corporate Office

Himfed Building, New Shimla, Shimla


(HP) PIN-171009, Tel: 01772670064,490,521,741 Fax: 0177-2670542

Liaison/
Coordination
Office

SJVN, IRCON Building, Ground Floor, Saket


New Delhi. PIN-110017, TELE: 01141659210/17 FAX: 011- 41659204/14

27.

The bidder shall ensure that all precautions are taken for environmental protection as well as
health and safety of those handling the work/material. Further, the bidder shall also ensure
that all legal and regulatory requirements related to the environment, health and safety are
complied with.

28.

Any loss to Private/Public property during execution of contract shall be the responsibility of
contractor & shall have to be restored at his own cost.

29.

The bidders should be registered under the Himachal Pradesh Value Added Tax Act,
2005. However, if not registered at the time of bidding, he will have to get registration
before commencement of work.

30.

SJVN Ltd. reserves the right to cancel the tendering process at any time before award of work.

31.

All the above conditions of NIT shall supersede the conditions of Tender Document.

32.

The detailed Notice Inviting Tender (NIT), Scope of work, Special Terms and Conditions of
Contract, Schedule-1 (Price Schedule/BOQ), Undertaking (Annexure-A), Other Details
(Annexure-B) and any other condition if applicable subsequently shall form part of the
contract agreement.
For any enquiry/clarification regarding detailed Tender Notice for this work, may contact, Dy.
General Manager (P&C), LHEP, Sunni in person or on Phone No. 0177-2786896, 01772786520/088941-96835.
For and on behalf of SJVN Ltd.
(Ramesh Chopra)
Dy. General Manager

No: SJVN/LHEP/P&C/PCD-145/15- 1895-1901 Dated: 21.10.15

Registered &
Corporate Office

Himfed Building, New Shimla, Shimla


(HP) PIN-171009, Tel: 01772670064,490,521,741 Fax: 0177-2670542

Liaison/
Coordination
Office

SJVN, IRCON Building, Ground Floor, Saket


New Delhi. PIN-110017, TELE: 01141659210/17 FAX: 011- 41659204/14

Annexure-B
INFORMATION TO BE SUBMITTED BY THE BIDDERS
1.

Name of Company/Firm: ..

2.

Name of the Proprietor:

3.

Full Address for Communication:

4.

Pin Code:

5.

E-mail ID: .

6.

Landline Phone No. :

7.

Fax No.: .

8.

Mobile No.:

9.

PAN:

10.

Service Tax No:

11.

CST/GST/TIN:

12.

Bank Account Detail (For payment through RTGS):Name of the Bank: .


IFSC Code No: .
Bank Account Number:

(Signature of the Bidder)


Place:
Date:

Registered &
Corporate Office

Himfed Building, New Shimla, Shimla


(HP) PIN-171009, Tel: 01772670064,490,521,741 Fax: 0177-2670542

Liaison/
Coordination
Office

SJVN, IRCON Building, Ground Floor, Saket


New Delhi. PIN-110017, TELE: 01141659210/17 FAX: 011- 41659204/14

Annexure-A

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

(A Mini Ratna and Schedule A Company)


Luhri Hydro Electric Project
Sunni, Distt. Shimla (HP)-171301
Ph No. 0177-2786896, Fax No. 0177-2786520
CI No. L40101HP1988GOI008409, www.sjvn.nic.in, Email-lhepsjvn@yahoo.com

Procurement & Contract Department

UNDERTAKING
It is hereby declared that I/We the undersigned, have read all the documents uploaded alongwith the
NIT and there is no deviations from the standard terms and conditions of the tender documents &
NIT etc. Also I/We certify that all the documents as uploaded by the bidder are as per original
documents. It is also certified that all the documents uploaded alongwith the NIT are fully
acceptable to me/us.

I/We shall abide by all labour laws enforced from time to time by State Govt/Central Govt. during
execution of contract.

(Signature of the Bidder)

Registered &
Corporate Office

Himfed Building, New Shimla, Shimla


(HP) PIN-171009, Tel: 01772670064,490,521,741 Fax: 0177-2670542

Liaison/
Coordination
Office

SJVN, IRCON Building, Ground Floor, Saket


New Delhi. PIN-110017, TELE: 01141659210/17 FAX: 011- 41659204/14

INFORMATION FOR BIDDERS (IFB)

REGISTRATION FOR E-TENDERING


This tender is being processed through e-tendering/e-procurement system available at SJVN. The
bids are to be filled and submitted through e-tendering system of SJVN at
https://sjvn.abcprocure.com For the convenience of the bidders the detailed procedure is described
hereunder:
1.
System Configuration Required
a)
An Internet connection with minimum 515 kbps speed.
b)
Operating System should be Window XP Service Pack-3/Vista/Window 7.
c)
Supported Browsers: Internet Explorer 7.0, 8.0 & 9.0
d)
Minimum bandwidth 512 kbps
e)
Operating system Core 3 Due/13/15 (Recommended)
f)
System Access with Administrator Rights
g)
Minimum RAM 2 GB
h)
Digital certificate: To participate in an e-tender, bidder need to have valid Digital
Certificate from certifying authority of India as per the IT act, 2000. Valid Digital Certificate must
be installed in a computer system from where bidder wants to login on website. Perform the below
steps to confirm whether valid digital certificate is available on bidders computer system or not:
Steps:

Open Internet Explorer.

Select tools menu from menu bas. OR (Press Alt + T on keyboard)

Click on Internet Option >> Content>> Certificate button


Bidder should view his digital certificate under Personal heading.
Requirement of Digital Signature Certificate
Please enable Active X Controls & Plug-ins. (Tools>Internet Option > Security> Custom
Level
Active X controls need to be enabled in Bidders Internet Browser. In order to ensure this, please
do the following.
1) In Menu Bar ---- Click on Tools Internet Options Security Click on Trusted Sites Icon
Click on sites button
Add 2 websites in Trusted Sites ..
1.
2.

https://sjvn.abcprocure.com &
https://www.tpsl-india.in

After that, click on


Tools menu of Internet explorer-Internet Option-Security-Click on Internet Icon

Registered &
Corporate Office

Himfed Building, New Shimla, Shimla


(HP) PIN-171009, Tel: 01772670064,490,521,741 Fax: 0177-2670542

Liaison/
Coordination
Office

SJVN, IRCON Building, Ground Floor, Saket


New Delhi. PIN-110017, TELE: 01141659210/17 FAX: 011- 41659204/14

After Click on Custom Level ButtonFrom Below Active X Controls and Plug-Ins ---- Select Below 5 Items to Be Enabled
1)
2)
3)
4)
5)

Download signed Active X controls-select Prompt or Enable


Download unsigned Active X controls select Prompt or Enable
Initialize and script Active X controls not marked as safe for scripting select Prompt or
Enable
Run Active X controls marked safe for scripting select Enable
Script Active X controls marked safe for scripting select Enable

After completed this above selection ---- Below option has available ---- Reset custom setting ---Reset To : Select low or medium ---- Click on OK
Also, please check system Date & Time it should be set as current date & time.
In case of Digital Certificate based Login, user need to download & Install Signer file available
under Download Section at https://sjvn.abcprocure.com
Download & Install Intermediary Certificate available under Download Section at
https://sjvn.abcprocure.com
Please disable or uninstall Third Party Toolbar/Add-ons from browser
2.

Vendor Registration Process


To participate in online tenders published on https://sjvn.abc.procure.com, bidder has to get
himself registered on above websites.
New Registration:
Bidder getting themselves registered have to perform below mentioned steps:

3.

Click on a New Bidder Registration link available on home page.


Furnish individual details as well as of company details in registration form
After filling all mandatory fields, click on submit button to complete registration process.
On successful completion of registration a message will be prompted stating that you have
successfully registered on (SJVN Limited)S e-procurement portal
Already valid registered vendor of SJVN Ltd. need not follow registration formality they
may contact support team on contact details provided at the end of the document for further
participation.
Annual Vendor/Contract Registration charges in e-tendering portal is Rs. 2600/- + S.T.
however registered vendor will not be charged for the current year.
Downloading Bid Document
Bidders to access e-tender portal of SJVN (https://sjvn.abcprocure.com) to access NIT
document, after completing registration formality and successful login vendor need to
process for cost of Bid Document and after that bidder can download details of tender
document.

Registered &
Corporate Office

Himfed Building, New Shimla, Shimla


(HP) PIN-171009, Tel: 01772670064,490,521,741 Fax: 0177-2670542

Liaison/
Coordination
Office

SJVN, IRCON Building, Ground Floor, Saket


New Delhi. PIN-110017, TELE: 01141659210/17 FAX: 011- 41659204/14

Download Document link is available at the end of every tender notice alongwith access to
corrigendum.

4.

Bid Submission
Bidders needs to login first on the tendering portal of SJVN, (i.e. hptts://sjvn.abcprocure.com)
Search tender by filling necessary searching criteria after login.
After finding the tender on the screen, Click on the Dashboard
Click on Declaration & then Click on I Agree
Upload the scanned copy of Tender Fees (If any)
Upload the scanned copy of EMD
Click on Prepare Bid & Fill necessary Forms (Schedules)
After filling Price Bid Form click on Final Encrypt
After filling all forms & final Encryption of Price Bid Click on Final Submission
After Final Submission bidder will get receipt of Final Submission of their bid.

5.

a) For any assistance/clarification for registration, submission of bid and any other
information bidder may contact the following persons:

Mr. Rakesh Panwar-M-80913-81583, e-mail: rakesh.panwar@abcprocure.com


Mr. Vismay Jagad-Ph 07840016867, e-mail: vismay@abcprocure.com
Ms. Vaishali Soni Ph. 079-4001-6837, e-mail: vaishali@abcprocure.com
Mr. Pradip Parmar-PH -079-4001-6865, e-mail pradip@abcprocure.com
Mr. Chander Kant Sharma-Mob No. 98578-79884, email: jhakri@abcprocure.com

6.
i)

All the bidders are requested to please note that;


All the bidders are requested to get themselves registered well in advance and no extra
time will be considered for the delay in online Vendor Registration, if any. In case
bidders wait till the last moment for submission of bids, and if any technical problem is
encountered at that time, the bid closing time may elapse.
The bidders are advised to keep visiting the website https://sjvn.abcprocure.com for
any notification/corrigendum from SJVN Ltd. side from time to time regarding the
tender. No. separate intimation shall be issued to the participating bidders and no
claim whatsoever shall be entertained in this regard by SJVN Ltd.
The enquiries regarding submission and filling of bids received three (03) day prior to
due date of submission/opening of bids shall only be entertained and after that shall
not be considered.

ii)

iii)

Registered &
Corporate Office

Himfed Building, New Shimla, Shimla


(HP) PIN-171009, Tel: 01772670064,490,521,741 Fax: 0177-2670542

Liaison/
Coordination
Office

SJVN, IRCON Building, Ground Floor, Saket


New Delhi. PIN-110017, TELE: 01141659210/17 FAX: 011- 41659204/14

Scope of Work:
1.

Engineering geological study of the AOI for 300 m upstream and downstream of proposed
dam axis upto 1150m Elevation both sides.

2.

Structural geological Mapping of AOI and describing any major/minor faults, shears, etc in
AOI.

3.

Wedge analysis of the AOI with the help of geotechnical software, geological and
geotechnical analysis i.e.
Kinematic analysis using latest methods.
Slope stability analysis i.e. 3D stability.
Rock fall analysis simulation.

(a)
(b)
(c)
4.

Generate geological/geotechnical section along and across the AOI as per instructions of
EIC.

5.

Demarcation of risk zones viz. slip circle formation if any in the slopes may be checked for
which stability assessment is necessary and studies showing any other type of failures in
AOI.

6.

Defect orientation measurement and their interpolation with recent available software.

7.

The Geological map/plan of the A0I showing, Q-value, RMR or GSI values along with
Parameters.

8.

Stabilization measures required for slope stabilization e.g. detail of anchors, R/bolts, cable
anchors, Sh. Crete SFRS etc & long term stability of slopes after filling of reservoir i.e.
when hill get saturated.

9.

Recommendation for instrumentation for monitoring of slopes before, during and after
construction stage of the project.

10.

Rock & Soil properties of AOI.

Deliverables:
1.

Geological map of AOI showing structural and geotechnical features.

2.

Slope areas map with SMR values.

3.

Geological x-section along and across the slope/AOI, as per criticality.

4.

Detailed Report incorporating above points alongwith recommendations for support system
required as per analysis.

5.

Submission of defect set data including all parameters collected during structural mapping.

Registered &
Corporate Office

Himfed Building, New Shimla, Shimla


(HP) PIN-171009, Tel: 01772670064,490,521,741 Fax: 0177-2670542

Liaison/
Coordination
Office

SJVN, IRCON Building, Ground Floor, Saket


New Delhi. PIN-110017, TELE: 01141659210/17 FAX: 011- 41659204/14

SPECIAL TERMS AND CONDITIONS


1.

The Manpower (unskilled/skilled labour, surveyor etc) and logistics required to carryout the
work/job shall be arranged/Provided by the firm/company at his own cost.

2.

The familiarity with exact area of Interest (AOIs) of the project would be provided by SJVN
before commencement of the work.

3.

Statutory permissions, if any required for the proposed survey shall be obtained by the
firm/company.

4.

SJVN will not facilitate/provide any transportation for moving the survey teams/equipment
on the site.

5.

SJVN will not provide the necessary support infrastructure to facilitate the movement of the
equipment in the project AOI, including high and difficult terrain.

6.

The firm/company has to make his own arrangements to stay in the AOI at their own cost,
however, SJVN may provide accommodation subject to availability on private rent bases
applicable during the period of work.

7.

The Draft & Final Report shall be presented in hard & soft copies in colored form in
triplicate as per the following schedule.

(a)
(b)

Draft report within 80 days of the effective date of commencement of work


Final report within 120 days of the effective date of commencement of work.

8.

During the preparation of the reports, the SJVNs representative shall accompany and
discuss the finding of the job.

9.

The time period for the completion of the job is 04 months which includes submission of
final report. The effective date of commencement of work shall be reckoned from 10 th day
after the issuance of letter of Award (LOA).
The payment terms shall be as under:

10.
(a)
(b)
(c)

10% of the contract price will be payable in INR after mobilization and acceptance of the
same by SJVN Ltd.
40% of the contract price cost will be payable in INR after submission of Draft Report and
acceptance of the same by SJVN Ltd.
The balance 50% of the contract price shall be payable in INR after submission of final
report acceptance of the same by SJVN Ltd.

Registered &
Corporate Office

Himfed Building, New Shimla, Shimla


(HP) PIN-171009, Tel: 01772670064,490,521,741 Fax: 0177-2670542

Liaison/
Coordination
Office

SJVN, IRCON Building, Ground Floor, Saket


New Delhi. PIN-110017, TELE: 01141659210/17 FAX: 011- 41659204/14

Potrebbero piacerti anche