0% found this document useful (0 votes)
211 views32 pages

DVC Tender for CW Pump Refurbishment

The document is a notice inviting tender from contractors for refurbishment work on cooling water pumps at the Chandrapura Thermal Power Station. It provides details such as the tender number, estimated project value, cost of tender documents, deadline for submission, and date for opening technical and commercial offers. Interested bidders must complete the online bidding process and also submit required documents and fees by the specified deadlines to be considered for the job.

Uploaded by

Rafikul Raheman
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
211 views32 pages

DVC Tender for CW Pump Refurbishment

The document is a notice inviting tender from contractors for refurbishment work on cooling water pumps at the Chandrapura Thermal Power Station. It provides details such as the tender number, estimated project value, cost of tender documents, deadline for submission, and date for opening technical and commercial offers. Interested bidders must complete the online bidding process and also submit required documents and fees by the specified deadlines to be considered for the job.

Uploaded by

Rafikul Raheman
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd

DAMODAR VALLEY CORPORATION

(ESTABLISHED BY THE ACT XIV OF 1948)


CHANDRAPURA THERMAL POWER STATION
P.O: CHANDRAPURA - 828403, DIST: BOKARO (JHARKHAND)

Website: http://www.dvc.gov.in
FAX : 06549-242279
Phone : 06549-242838

NOTICE INVITING TENDER


(THROUGH e-TENDERING PROCESS ONLY)

Tender No. DVC/Tender/CTPS/BOP(M) U# 7 and 8/C&M/Works and Service/00036 Dated 04/08/2021


Last Date of submission(uploading) of Bid Documents : 18/08/2021 (upto 1300 Hrs. )
Date of Opening of Techno-Commercial Offer : 19/08/2021 at 1600 Hrs.

DESCRIPTION OF WORKS : Refurbishment/Repairing/Reconditioning of components of CW Pumps , BHEL


Make, Model No. CW1Q of CTPS Unit 7&8, on LTE basis with QR.
Tenders for Single Stage-Two Envelope-Two Part tendering through e-tendering process are invited on behalf of
CHANDRAPURA THERMAL POWER STATION, Damodar Valley Corporation, for
Refurbishment/Repairing/Reconditioning of components of CW Pumps , BHEL Make, Model No. CW1Q of CTPS
Unit 7&8, on LTE basis with QR. for the under mentioned job as per
description of work ,scope of work ,terms and condition as detailed below.

TOTAL ESTIMATED VALUE : 2153932.72/-only in INR currency


COST OF TENDER PAPER : Rs.1000.00 /- only.[NON-REFUNDABLE]
Tenders, will be received by the office of the SUPERINTENDING ENGINEER(C&M), CHANDRAPURA
THERMAL POWER STATION upto 1300 Hrs. on 18/08/2021 and the same will be opened in presence of
representative of participating vendors on 19/08/2021 at 1600 Hrs. If the Opening day is declared a holiday by
DVC/any unforeseen situation arrives(local Strike/Bandh etc.), then these activities will be taken up on the next
working day at the same time schedule. Tenders received in the office of the SUPERINTENDING
ENGINEER(C&M) after scheduled time and date fixed for the purpose will not be considered at all and DVC
authorities will not take any responsibility to accept any tender which are received in his office late due to postal
delay. When tenders are intended to be submitted to the tender inviting authority by messenger/courier/speed
post, these should be submitted to the designated officer and thereafter it is to be kept in the designated place in
the office of the tender inviting authority. The names and designation of at least two officers specially assigned
for this purpose are :-

Sl. Name Designation Address Email-Id

1. RISHIKESH SUPERINTENDING CHANDRAPURA [email protected]


KUMAR ENGINEER- THERMAL POWER ov.in
TECHNICAL STATION
2. SUJATA KR SINGH SDE-TECHNICAL CHANDRAPURA [email protected]
THERMAL POWER n
Page 1 of 32
STATION
Nobody in the office of the SUPERINTENDING ENGINEER(C&M) other than those mentioned here
is authorised to receive any tender delivered by hand.

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


The details of cost of Tender documents shall have to be indicated while filling the Tender documents
form available in the website https://etender.dvc.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 Current A/c No. 11070149049, Chandrapura (Code No : 2925) 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.
All Tenderers would be bound by the terms and conditions as detailed in tender specifications by the DVC and GCC
available 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 120 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.
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 make
correspondences 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

Page 2 of 32
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 Portal
a) 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 of
charge.
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 of
the 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/app
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: [email protected] (Mob: 8240124812).

-----------------------------------
RISHIKESH KUMAR
SUPERINTENDING ENGINEER-TECHNICAL
For & on behalf of Damodar Valley Corporation

Page 3 of 32
WORK DETAILS
Sr. Task Code Description of Work Frequency/ UOM Completion
No. Quantity Period/ Contract
Period (in Days)
1 CT/SE(M) Refurbishment/repairing/reconditioning of 2.0000 NO 60
TG/CW Pump-5 Drive Shaft
2 CT/SE(M) Refurbishment/repairing/reconditioning of 2.0000 NO 60
TG/CW Pump-6 Intermediate shaft
3 CT/SE(M) Refurbishment/repairing/reconditioning of 2.0000 NO 60
TG/CW Pump-7 Pump shaft
4 CT/SE(M) Refurbishment/repairing/reconditioning of 2.0000 NO 60
TG/CW Pump-8 Head Shaft
5 CT/SE(M)TG/C Refurbishment/repairing/reconditioning of 2.0000 NO 60
W Pump-1 suction bell with SS liner
6 CT/SE(M)TG/C Refurbishment/repairing/reconditioning of 2.0000 NO 60
W Pump-2 Impeller casing
7 CT/SE(M) Refurbishment/repairing/recon 2.0000 NO 60
TG/CW Pump-4 ditioning of pump casing
fitted with damage casing
wearing ring
8 CT/SE(M) Refurbishment/repairing/recon 2.0000 NO 60
TG/CW Pump-3 ditioning of Impeller fitted
with Impeller wearing ring
SCOPE OF WORK
1.
a. Enclosed in Attachment

Page 4 of 32
Orders placed by the Corporation are subject to the Techno-Commercial Terms & Conditions as follows and also
will be guided by enclosed GCC. . 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
1.0 PRICE BASIS
Rate shall remain FIRM throughout the contract period.
2.0 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.

3.0 BID EVALUATION PROCEDURE


Bid evaluation will be done on Summery Wise L1 basis.
4.0 LD CLAUSE AND RISK PURCHASE CLAUSE
DVC reserves the right to recover a sum equivalent to 0.5% of the delayed work for each week of
delay or part thereof subject to maximum of 5% of the total value of the order as Liquidated Damage
due to delay in completion of work attributable to the contractor.
(ii) Alternatively, the Purchaser reserves the right to purchase the material from elsewhere at the sole
risk and cost of the Vendor and recover all such extra cost incurred by the Purchaser in procuring the
material by the above procedure.
(iii) Alternatively, the Purchaser may cancel the Order completely or partly without prejudice to his
right under the alternatives mentioned above
(iv) In the event of recourse to alternative (ii) and (iii) above, the Purchaser will have the right to re-
purchase the stores, to meet urgency in requirement caused by Vendors failure to comply with the
schedule of delivery irrespective of the fact whether the materials are similar or not.
5.0 TRANSIT INSURANCE
Arrangements for transit insurance can be made by DVC as per Mega Risk Policy arranged with
existing underwriter as per time being imposed.
6.0 PAYMENT TERMS FOR WORKS

Payment Terms Description Task Description

90% payment along with taxes and duties will be For All Tasks
made against RA Bill duly certified by Engineer-
In- Charge.
Balance 10% will be released after completion of For All Tasks
contract. Payment will be made through
RTGS/NEFT only within 15 working days from
the date of completion of work or from the date
of receipt of bill whichever is later

7.0 FORCE MAJEURE


It will be guided as per Clause No. 16 of GCC.
8.0 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.

Page 5 of 32
9.0 PRICE BID DISCLOSURE
If any price component related to subject NIT in full or in part is exposed and found with its
technocommercial offers, the offer shall out rightly be rejected and will not be considered further.
10.0 PAYMENT THROUGH RTGS/NEFT:
All payments to the vendors will be released through RTGS/NEFT only. Vendors are requested to submit
the requisite details as per Annexure- E attached with NIT.
11.0 FORCE MAJEURE:
Contractor shall not be considered in default if delay in completion of work occurs due to causes beyond
his control such as acts of God, natural calamities, civil wars, fire, strike, frost, floods, riot and acts of
unsurpassed power. Only those causes which have duration of more than seven (7) days shall be
considered cause of force / calendar majeure. A notification to this effect duly certified by the statutory
authorities shall be given by the Contractor to the Owner within 10 days from the date of such Force
Majeure condition by registered letter. In the event of delay due to such causes, the completion period will
be extended for a length of time equal to the period of force majeure or at the option of the Owner the
order may be cancelled. Such cancellation would be without any liability whatsoever on the part of the
Owner. However, applicability of Force Majeure Clause in respect to a particular contract in the above
backdrop is to be decided by Tender Accepting Authority.
12.0 SETTLEMENT OF DISPUTES & 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 Chairman 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 {South 24- Parganas, New Aliproe Court (India)} only and no other
Court, when resolution/settlement through mutual discussion and arbitration fails.

13.0 GST:
Bidders must furnish GST Registration certificate and must mention in his offer GST extra.
14.0 TAXES, LEVIES AND DUTIES:
Manufacturers / Contractors shall quote statutory taxes and duties (GST) as applicable against
documentary evidence on the date of bid opening and shall be shown separately in the offer. This shall be
to the account of the Damodar Valley Corporation (DVC), unless otherwise mentioned in the Purchase
Order /Work Order. Any upward/downward variation in statutory taxes and duties after bid opening and
up to the scheduled delivery period/work completion period shall be to the Damodar Valley Corporation
account. Since such statutory taxes shall be on the account of DVC, benefits of any decrease in the same
shall be retained by the DVC irrespective of decrease taking place during period of submission of bid and
opening of bid. Taxes ¿ duties shall always be paid at actual. Any upward variation in statutory taxes and
duties beyond the contractual delivery period/work completion period will not be paid by DVC if the
reasons of the delay are attributable to the vendor.

Changes in the tax rate dependant on the volume of turn over shall not come under the purview of
reimbursement.

15.0 COST COMPENSATIONS FOR DEVIATIONS:


Deviations specifically declared by the bidders in the respective Deviation Schedules of as per Annexure
C and respective cost of withdrawal of such deviation as per Annexure D only will be taken into account
for the purpose of evaluation. The bidders are required to declare the prices for the withdrawal of the
deviations declared by them in the Deviation Schedules. Such prices declared by the bidders for the
Page 6 of 32
withdrawal of the deviations in the Deviation Schedules shall be added to the bid price to compensate for
these deviations. In case prices for the withdrawal for declared deviations are not furnished by the bidder,
their offer will be considered as unresponsive and will be rejected. 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.
Bidders may note that deviations, variations and additional conditions etc. found elsewhere in the bid
other than those stated in the Deviation Schedules, save those pertaining to any rebates, shall not be given
effect to in evaluation and it will be assumed that the bidder complies to all the conditions of Bidding
Documents. In case bidder refuses to withdraw, without any cost to the Owner, those deviations which the
bidder did not state in the Deviation Schedules, the bid security of the bidder may be forfeited and the bid
is liable for rejection.
Bidders are requested to quote the technical parameters/ guaranteed technical particulars of the quoted
item as per specification sheet/booklet enclosed with the bid document.

16.0 GOVERNING LAW:


The Contract shall be governed by and interpreted in accordance with laws in force in India. The Courts
of Kolkata shall have exclusive jurisdiction in all matters arising under the Contract.
17.0 FINANCE ENVELOPE: ONLINE SUBMISSION:
Bidders shall quote their rate in percentage above/at par/ below of the Departmental estimate in financial
bids (BOQ template) provided along with the tender and no other format is acceptable. The BOQ template
(in Ms excel) is to be downloaded and to be filled by all the bidders. Bidders are required to download the
file, open it and complete the coloured (Unprotected) cells with their respective financial quotes and other
details (such as name of the bidder). No other cells should be changed. Once the details have been
completed, the bidder should save it and submit it online, without changing the filename. If the file is
found to be modified by the bidder, the bid will be rejected.
18.0 SECURITY DEPOSIT CUM PERFORMANCE GUARANTEE:
**No Security Deposit-cum-Performance Guarantee(SDPBG) is required for contract value upto Rs.10
Lacs and for contract value more than Rs. 10 Lacs SDPBG is required as follows: .
1. Security Deposit may be given in the form of BG of 3% ordered value or 3% ordered value in Advance
in the form of Bank Draft.
OR
2. For any site packages/procurement upto Rs. 100 lacs /, security deposit may be recovered as Pro-rata
deduction @ 3% from the running bill/submitted invoice.
OR
3. Pro-rata deduction @ 3% 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.
For all other cases, the successful tenderer will have to deposit as security, for satisfactory execution of
the order, and for guaranteed performance of the supplied items for an amount equivalent to 3% of the
ordered value in the form of Bank Guarantee (as per DVC format) within 30 days from the date of
issuance of Purchase Order, from any Nationalized/Scheduled Bank and it should have validity initially
for eighteen (18) months from the date of execution of BG plus six (06) months claim period thereafter.
The BG should be extended suitably covering the entire warranty period plus six months claim period
after dispatch of materials.
If no option is exercised by the quotationer, security deposit clause will be imposed as deemed fit.
No payment will be made unless Security Deposit clause, as applicable, is accepted.
No Security Deposit-cum-Performance Guarantee is required for contract value up to Rs.10 Lacs
when 100% payment is released after full execution/completion/delivery of the contract.
Security Deposit in the form of Bank Guarantee of 3% ordered value/3% ordered value in Advance Bank
Draft in favour of Sr. Addl Chief Accounts Officer, DVC, CTPS payable at SBI, Chandrapura is
acceptable up to contract value of 100 Lacs.
For order value above Rs.100 Lacs, Security Deposit in the form of Bank Guarantee shall only be
acceptable.

**Security deposit cum Performance Guarantee has been applicable to all participating vendors including
MSE'S registered with MSME/NSIC.

19.0 IMPORTANT CRITERIA ABOUT PARTICIPATION IN REVERSE E-AUCTION:

Page 7 of 32
All the techno-commercially qualified bidders after eliminating the H-1 bidder will be allowed to
participate in on-line Reverse e-Auction where no. of techno-commercially qualified bidders are five
and above.
**The details for Business rules for ON LINE REVERSE AUCTION attached along with NIT. The
bidder has to be submit duly filled "Form-A" in respect of acceptance of Terms & condition of NIT along
with the techno-commercial sheet .

20.0 AGREEMENT:
Bidders have to enter an agreement with DVC in DVC prescribed format in Non Judicial Stamp paper of
Rs. 50.00 positively before execution of work.
21.0 GUARANTEE PERIOD
The repaired materials shall be guaranteed for a period of 18 (Eighteen) months from the date of delivery
of the repaired materials to the CTPS or 12(Twelve) months from the date of installation of the repaired
materials whichever is earlier. the guarantee certificate is to be submitted along with the supply of the
materials..
22.0 PRE DESPATCH INSPECTION:
Pre - despatch inspection will be carried out by DVC representative as per attached QAP at contractor's
work site for which intimation will have to given to CTPS well in advance.

23.0 INDEMNITY BOND:


For safe custody of the repairable materials at the agency's works, an indemnity bond worth Rs
50,00,000/-(Rupees Fifty Lakhs) only in DVC's standard format on a non-judicial stamp paper of
appropriate value is to be submitted and to be accepted by DVC, CTPS authority prior to shifting of
damaged materials to the Agency's works.
24.0 COMPLETION PERIOD:
The jobs should be completed and the repaired materials are to be delivered at CTPS within 60 (Sixty)
days from the date of lifting of material from CTPS site.
25.0 CONTRACT PERIOD
Three hundred sixty- five(365) days from the date of issuance of work order
26.0 PENALTY:
In case of any delay in execution of the job beyond the stipulated completion/delivery schedule, after any
extension thereof permitted in writing, DVC reserves the right to recover a sum equivalent to 0.5% per
work of delay and part thereof subject to a maximum of 5% (five) of the total work order value.
27.0 COLLECTION OF MATERIALS:
Collection of materials from CTPS and delivery of the repaired materials at CTPS shall be done by the
agency at their cost and arrangement.
28.0 ALL OTHER TERMS & CONDITION
All Other terms and conditions are as per DVC GCC 2016
(www.dvc.gov.in/dvcwebsite_new1/conditionsof-contract ), enclosed with NIT.
29.0 COMMENCEMENT OF WORK
As per instruction of DVC Engineer-In- Charge.
30.0 TERMINATION:
DVC reserves the right to terminate/ Cancel the contract with 30 (thirty) days¿ notice as per discretion of
DVC without assigning any reason whatsoever if the performance is found to be unsatisfactory during
execution of the work at any point of time of the contract.
Termination of contract will be applicable as per Clause No. 24 of Other Terms & Conditions of Contract
of GCC, DVC.

31.0 ADDITIONS / ALTERATIONS / MODIFICATIONS:


The Owner reserves the right to make additions/reduction/ alterations/ modifications to the quantity of the
items/ tasks in the Purchase Order/ Work Order. The Vendor/ Contractor shall supply/ execute such
quantities also at the same rate as originally agreed to and incorporated in the Purchase Order/ Work

Page 8 of 32
Order. If, however, the additional supply is at variance with design, size and specifications and not
already covered by the Purchase Order or the amendments therein, the rates for such additional supply
shall be negotiated and mutually agreed upon.
32.0 GRAFTS / COMMISSION:
Any graft, commission, gift or advantage given, promised or offered by or on behalf of the Supplier or his
partner, agent officers, director, employee or servant or any one on his or their behalf in relation to the
obtaining or to the execution of this or any other Contract with the Owner, shall in addition to any
criminal liability which it may incur, subject the Supplier to the cancellation of this and all other
Contracts and also to pay for any loss or damage to the Owner resulting from such cancellation. The
Owner shall then be entitled to deduct the amount so payable from any money otherwise due to supplier.
33.0 DISCREPANCIES IN THE BID & TREATMENT THEREOF:
The bids shall also be checked for computational error, if any, to arrive at the computed price, as per
provisions in the following:

¿ If there is a discrepancy between the unit price and the total price, which is obtained by multiplying the
unit price and quantity of any item, or between sub-total and the total price, the unit or sub-total price
shall prevail, and the total price shall be corrected accordingly.
If there is a discrepancy between words and figures, the amount in words will prevail.

¿ If there is a discrepancy between the quantity specified by DVC in the bidding document and that
indicated by the bidder in his bid, the former shall be taken to arrive at the computed price on pro-rata
basis.

¿ In case the unit rate of an item is not quoted but the total price is indicated, the same shall be taken to
arrive at the computed price. The computed price arrived at, as above, shall be considered for the purpose
of award also.

¿ If the bidder does not accept the correction of errors as worked out by above methodology, its bid will
be rejected and the earnest money will be forfeited.

34.0 AMENDMENT OF BIDDING DOCUMENTS:


At any time prior to the deadline for submission of bids, the owner may, for any reason, whether at its
own initiative, or in response to the clarifications requested by the prospective Bidders, amend the bidding
documents except QR after due approval of Tender Inviting Authority.
In case of change in technical parameter/ specification/ scope of work, selling and submission date to be
extended and same will be uploaded in the DVC e-tender site and DVC website.

35.0 DOCUMENTS TO BE SUMBITTED WITH TENDER


Scanned copies of all the following must be uploaded at the time of online submission of bid under the
Cover 'Fee/Pre Qual/Technical" in CPP Portal.
I) All supporting documents as mentioned in NIT towards Technical & Financial credential of QR.
II) Partnership Deed / Affidavit of Proprietorship / Power of Attorney/ Article of Association including
any change in the constitution business duly attested by a Notary Public. Scanned copy of all statutory
documents like GST registration certificate, EPF certificate, ESI certificate.
III) Scanned copy of Affidavit, No relation certificate & Letter of Bid.

The original documents in respect of the submitted one or photocopy of these documents duly notarized
and authenticated by the Contractor required to be submitted at any stage of processing of the tender and
during contract period. If any discrepancy is found between the original and scanned copies, the
tender/contract shall be liable to be rejected.
36.0 REQUIRED DOCUMENTS IN HARD COPIES
Following hard copy documents should reach to SE (C&M) office in sealed envelope before opening of
the BID otherwise, their bid will outrightly rejected:
a) Cost of tender documents. (NSIC/MSME Certificate if applicable)
b) Form A duly filled.
c) Affidavit in respect of trueness of offer.
d) Letter of Bid.
Page 9 of 32
However, DVC reserves the right to call for the hard copy of the documents prior to opening of techno
commercial bid.

37.0 IMPORTANT TERMS & CONDITIONS RELATED TO INVOICING:


Please submit Tax Invoice on Service with prerequisite statutory information with stipulated time as
mentioned in the relevant provision of central goods & services Tax Act, 2017 and allied acts and rules
made thereunder. In cases the Invoice is issued beyond the stipulated time as per GST act, then DVC will
not be liable to reimburse any such taxes & duties paid under the GST Act. Further the supplier of
Services indemnifies DVC from and against any loss / extra cost incurred by the company on account of
default by the supplier or any of its third party in any statutory compliance of the GST Act.
OTHER TERMS AND CONDITIONS:

INSTRUCTION TO BIDDERS (ITB)

1.0 E-TENDERING CLAUSES

a) 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/CTPS/BOP(M) U#
7 and 8/C&M/Works and Service/00036 Dated 04/08/2021.
b) The detailed NIT includes Techno-Commercial Document and Price Bid document. These
documents should be downloaded from the website.

c) 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.

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

g) DVC shall not be responsible in any way for any delay/difficulties/inaccessibility of the
downloading facility from the website for any reason whatsoever.
h) 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).
2.0 Before filling the offers, bidders are requested to go through the general conditions of Contract, DVC
in order to familiarize with DVC's commercial terms & conditions, Cost Compensations for
deviations and bid evaluation procedure.

Page 10 of 32
3.0 The Bidders may visit the site(CTPS 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.

4.0 On receipt of formal Work Order in duplicate, one copy shall be returned to the Work Order issuing
authority within 10 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 If anyone is not in a position to quote for any reason, please send 'regret' letter positively otherwise
you will not be consider in future for similar item.
7.0 Conditional discount will not be accepted for bid evaluation.
8.0 Quotation submitted by the tenderers through fax/telegrams/e-mail will not be considered valid.
9.0 All Taxes and duties must be clearly indicated in price bid.
10.0 Price must be quoted in both figures and words and if there is any discrepency ,the price quoted in
words shall prevail.
11.0 Please send hard copy documents of on-line submitted offer to the SUPERINTENDING
ENGINEER(C&M), CTPS, DVC,P.O: CHANDRAPURA - 828403, DIST: BOKARO
(JHARKHAND).
12.0 Settlement of disputes and Arbitration : It will be guided as per Clause No. 33 of GCC and Clause
No. 20 of optional terms & conditions of contract of GCC.
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
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 amount
as 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), , P.O:
CHANDRAPURA - 828403, DIST: BOKARO (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

Page 11 of 32
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
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

Page 12 of 32
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 13 of 32
13.1 During bid evaluation the Employer may, at its discretion, ask the Bidder for a clarification on its bid.
The request for clarification and the response there to shall be through e-mail only, and no change in the
price or substance of the bid shall be sought, offered or permitted.

13.2 Notwithstanding anything stated above, the Employer reserves the right to assess the capabilities and
capacity of the Bidder to perform the contract at any stage during the entire bid evaluation period and
prior to award of Contract, should the circumstances warrant such assessment in the overall interest of
the Employer.

In case where the business firm happens to have been banned / suspended by DVC / Ministry of Power/
13.3 Govt. of India and the ban / suspension is still in force on the date of bid opening, the offer of the
business firm / authorised agent/ distributor / dealer / affiliates shall not be considered for all
establishment of DVC and in such case no bidder / intending bidder shall have any claim arising out of
such action.
13.4 In case where the business firm happens to have been banned / suspended by Department of Power &
Non-Conventional Energy Sources, Government of West Bengal / Govt. of West Bengal and the ban
/suspension is still in force on the date of bid opening, the offer of the business firm / authorised
agent/distributor / dealer / affiliates shall not be considered for all DVC establishment in West Bengal and
in such case no bidder / intending bidder shall have any claim arising out of such action.

13.5 In case where the business firm happens to have been banned / suspended by Department of Energy,
Government of Jharkhand / Govt. of Jharkhand and the ban / suspension is still in force on the date of bid
opening, the offer of the business firm / authorized agent/ distributor / dealer / affiliates shall not be
considered for all DVC establishment in Jharkhand and in such case no bidder / intending bidder shall
have any claim arising out of such action.

13.6 In case, the performance of a bidder in any contract of DVC is found to be unsatisfactory during last 2
years , they shall not be considered for this tender.

Page 14 of 32
QUALIFYING REQUIREMENTS:
A. TECHNICAL CREDENTIALS
1. Experience of having successfully completed similar type of work during last seven years ending last
day of month previous to the one in which offers are invited should be either of the following:

a. a) Three similar completed works each costing not less than the amount equal to 40% of the estimated
cost.
OR
b. b) Two similar completed works each costing not less than the amount equal to 50% of the estimated
cost.
OR
c. c) One similar completed work costing not less than the amount equal to 80% of the estimated cost.

* Completed Works means : Bidder should submit the self-attested photocopies of work order/s, payment
receipt documents with reference to the Work Order no. and date or successful job completion certificate/s in
respect of executed / completed portion of work order with executed value even if the work has not been
completed in totality (Subject to furnishing proof of executed value of the work in the form of certified copies
of RA Bills) shall be considered for any relevant documents, which is sufficient to prove the works completed
or to be completed.
* Similar Works means : Having experience of Refurbishment/Repairing/Reconditioning of components of
CW Pumps , of any thermal power Plant having capacity 200MW or above.

B. FINANCIAL CREDENTIALS
1. Average Annual Financial Turnover during last 03 Financial Years should be at least 30% of the
estimated cost. Average Annual Turnover is to be determined taking into consideration turnover of
last 3 financial years. Other income shall not be considered for arriving at annual turnover.
Party has to submit Audited Account Books of last consecutive three financial years as a supporting
documentary evidence of his ¿Average Annual Turnover¿. In case where audited results for the
preceding financial year is not available, certification of financial statements from a practicing
Chartered Accountant shall also be considered acceptable.

......................................................
RISHIKESH KUMAR
SUPERINTENDING ENGINEER-TECHNICAL
For & on behalf of Damodar Valley Corporation

ENCLOSURE :-
1 Price sheet
2 Scope of Work
3 Other terms and condition
4 QAP 2

Page 15 of 32
(Annexure-IV)
BUSINESS RULES FOR ON LINE REVERSE AUCTION / BIDDING

1. Definition of Key Terms - Reverse e-Auction:

Reverse e-Auction: Reverse e-Auction is used to procure items/services, where the requirement for one/more
Markets of an item is stated and the participants are required to
bid down the price to be selected to supply the requirement.

On-line Reverse e-Auctions: On-line Reverse e-Auctions refer to those Reverse e-Auctions conducted
through the Internet with simultaneous bidding by the bidders (from one or more locations). In other words, the
venue for the auction is on an Internet website/ platform. website URL (https://www.eauction.gov.in) would
constitute the venue for the purpose of the on-line auction.

Award at the Reverse e-Auction: The bidder quoting the lowest price is normally allotted the item unless
otherwise specified by the Client. Price obtained at any stage in the event is valid and legally binding on the
bidder.

Client: Client is DVC who has conducted such Reverse e-Auction. In case of Reverse e-Auction, the purpose
would be to meet their requirement for item/s from among the sellers desiring to sell the items to the Client.

Bidder / Tenderer: Bidder is the individual/business entity participating in the Reverse e-Auction, intending to
supply the item/s to the Client. To be become a Bidder in the auction, a business entity has to secure client
approval for participation and also provide written assent to the General Rules and Regulations.

Elapse Time in Minutes: It is the minute(s) before the auction end time and acts as a trigger for auto extension of
auction. If a bid is received successfully within this minutes, the auction will be extended.

Start Time: Start time refers to the time of commencement of the conduct of the On-line auction. It signals the
commencement of the Price Discovery process through competitive bidding.

Duration of the Reverse e-Auction: It refers to the length of time the price discovery process is allowed to
continue by accepting bids from competing bidders. The duration of the auction would normally be for a pre-
specified period of time. However, the bidding rules may state the conditions when the pre-specified duration
may be extended/ curtailed.

Auto Extension Times: In the event of bids in the last few minutes of the Elapse time, the Bid Timings are
automatically extended for a specified period from each such bid. Such Auto Extension shall continue until no
bids are received in elapsed time The Inactivity Time for Auto Extension purpose is normally 5 minutes. DVC
however retain the right to change the same. The Inactivity Time applicable for the particular On-line Bid shall
be communicated to the bidder if it will be set to a value less than 5 minutes.

End of the Reverse e-Auction: End of the Auction refers to the termination of the bidding event signalling an
end to the price discovery process.

Auction Report: e-auction portal would provide an Auction Report to the Client containing a summary of the
auction proceedings (to replace by bidding event) and outcome.

ID and Pass Word: Bidders shall log into the e-auction portal giving user id / password chosen during
enrollment to participate in the Reverse e-Auction.

Start -Bid Price: "This is the price at which the bidding will start after sealed bids are obtained from the eligible
vendors. This is the maximum price which the system will accept. Prices above the start bid price will be rejected
by the system. The bidders will have to bid equal to or below the start bid price."

Decrement value : Minimum decrement is the minimum amount a supplier has to reduce in order to beat a higher
bid. For example, if a bidder bids Rs. 10,00,000/ - for a Market, others, in order to beat this bid, have to quote a
lower price with a minimum decrement say of Rs. 20,000/- i.e. in order to be eligible they have to quote Rs.
9,80,000/- (or lower) for the same Market. This minimum decrement shall be pre-decided by DVC and will be
in-built in the auction engine.

2. Schedule for On Line Reverse e-Auction:


The On Line Reverse e-Auction is tentatively scheduled on the date of opening of the Price Bid, The tentative
timings is as below:
Start Time: 03:00 pm
End Time: 04:00 pm

3. Bidding Extension Time:

a . If a valid bid is placed within 05 minutes of End Time of the Reverse e-Auction, then Reverse e-Auction
duration shall get automatically extended for another 05 minutes from the existing end time.
b. It may be noted that the auto-extension will take place only if a valid bid comes in those elapse time (say last
05 minutes).
c. If a bid does not get accepted as the lowest bid, the auto-extension will not take place even if that bid might
have come in the last 05 minutes.
d. The above process will continue till no bid is received in last 05 minutes which shall mark the completion of
Reverse e-Auction.

Page 16 of 32
e. However, bidders are advised not to wait till the last moment to enter their bid to avoid complications related to
internet connectivity, their network problems, system crash down, power failure etc.

4. Post Bidding Procedure:

DVC will proceed with the Closing Price received in the On Line Reverse e-Auction for further processing and
for award considerations.

5. Procedure of Reverse e-Auction:

a) All bidders shall submit their Initial Price Offer (financial bid) along with submission of Technical bid as per
schedule mentioned in Data Sheet online only.

b) The Initial Price Offers shall be evaluated to arrive at the lowest Initial Price Offer.

c) DVC reserves the right to fix the "Opening Price" i.e. the base price/ start price for Reverse e-Auction.

d) The "Opening Price" i.e. the start price for Reverse e-Auction will be as decided by DVC in Indian Rupees
(INR) after evaluation of the Initial Price Offers.

e) Final price offer (L1 basis) from the techno-commercially qualified bidders (please see point no. 38 below)
will be obtained through On Line Reverse e-Auction procedure on the e-platform of Government e-procurement
system of NIC (GePNIC) under Central Public Procurement Portal (CPPP).

f) DVC shall upload the "Opening Price" i.e. the base price/ start price for On Line Reverse e-Auction and can be
viewed by all the bidders at the start of the Reverse e-Auction.

g) During the On Line Reverse e-Auction the Qualified Bidders who are eligible for participating in the Reverse
e-Auction shall be permitted to place their Final Price Offers provided that the Decrement value shall be at least
the minimum decrement amount of 0.5% of "Opening Price" i.e. the base price/ start price.

h) Bidders, by offering a price equal to or lower than the "Next Valid Bid", can become "L1Bidder" and this
continues as an iterative process.

i) After completion of the online Reverse e-Auction, the "Closing Price (CP)" shall be available for further
processing.

j) Only those Bidders whose offers are found to be technically and commercially Responsive, shall be eligible
(please see point no. 38 below) to participate in Reverse e-Auction process.

k) Online Reverse e-Auction shall be conducted by DVC on a pre-specified date and time, while the bidders
shall be quoting from their own offices/place of their choice. Internet connectivity shall have to be ensured by
bidders themselves.

l) All Bidders are advised to participate in the RA from their own office / own arrangement. In such an event the
bidder has to make arrangement for ensuring connectivity throughout RA. For this option bidder shall be solely
and exclusively responsible for ensuring continuance of connectivity. DVC shall, in no way, be responsible for
the consequences arising out of disruption of connectivity. In case the bidder desires, efforts will be made to
provide assistance from FMP Support Persons of M/s. National Informatics Centre Services Incorporated(NICSI)
deputed at DVC, HQ, Kolkata during the reverse e-auction phase by deploying skilled persons from service
provider / authorized representative at the participating vendor locations.

Note : If no bid is received in the Bidding system/website within the specified time duration of the online
Reverse e-Auction, then DVC may take decision for repeat Reverse Auction / Bidding on some other date
and time or otherwise, at its sole discretion.

6. Terms and Conditions for Reverse e-Auction:

Against this Tender enquiry for the subject package with detailed scope of Services as per bidding document,
DVC shall resort to "ON LINE REVERSE e-AUCTION PROCEDURE". The philosophy followed for Reverse
e-Auction shall be English Reverse (No ties).

1) Bidders are advised to get fully trained and clear all their doubts such as refreshing of Screen, tender value
being Bid, Bidding rules etc.

2) After completion of the Reverse e-Auction event, based on the final price quoted by the bidders in INR,
successful bidder shall submit Price Schedule-Excel Sheet uploaded by DVC within 4 hours of conclusion of the
Reverse e-Auction.

3) Bidders shall be able to view the following on their screen along with the necessary fields during Online
Reverse e-Auction (live auction):
(a) Auction Start Price/Opening Price.
(b) Decrement Price
(c) Auction submitted date & time
(d) Auction extended up to
(e) Current price
(f) My auction price
(g) Maximum Seal

Page 17 of 32
4) Once the Live auction is over, System will generate BoQ comparative chart showing the Names and Rates of
Bidders quoted in the tender as well as (L1) Rates quoted by them in the Auction. Over all bid ranking of each
bidder will be generated by system based on either Auction price or financial bid price. The chronologically last
bid submitted by the bidder till the end of the auction shall be considered as the valid price bid of that bidder.

5) DVC reserves the right to cancel/reschedule/extend the Reverse e-Auction process/tender at any time, before
ordering, without assigning any reason.

6) DVC shall not have any liability to bidders for any interruption or delay in access to the site irrespective of the
cause. In such cases, the decision of DVC shall be binding on the bidders.

7) Other terms and conditions shall be as per bidder's Techno-Commercial Proposals and as per DVC's Bidding
documents and other correspondences, if any, till date.

8) Bidders are required to submit their acceptance to the stipulated terms and conditions before participating in the
Reverse e-Auction.

9) For the Reverse e-Auction, technically and commercially acceptable bidders only shall be eligible to
participate.

10) Bidders shall ensure online submission of their 'Bid Price' within the Bidding Period.

11) Business rules for Reverse e-Auction like event date, time, Bid decrement, extension etc. shall be as per the
business rules, enumerated above, for compliance.

12) Bidders have to accept 'Terms & Condition' and the 'Business Rules of Reverse e-Auction' before start of
Reverse e-Auction. Without this, the bidder will not be eligible to submit bid in the Reverse e-Auction.

13) In line with the provisions of bidding document, DVC will provide the Price Schedule format in MS EXCEL
sheet.(BOQ format)

14) On Line Reverse e-Auction will be conducted on scheduled date & time, which shall be intimated to the
eligible bidders in advance.

15) After conclusion of the Reverse e-Auction event, the lowest Bidder has to e-mail from its registered e-mail
Id, "Final percentage (%) decrement as quoted" during the online Reverse e-Auction duly signed by the
authorized person, in the prescribed Price Schedule- Excel Sheet format, within four (4) hours of Bidding End
Time without fail.

16) Bidders should acquaint themselves of the 'Business Rules of Reverse e-Auction' stipulated at above.

17) If the Bidder or any of his representatives are found to be involved in Price manipulation/ cartel formation of
any kind, directly or indirectly by communicating with other bidders, action as per extant DVC guidelines, shall
be initiated by DVC.

18) The Bidder shall not divulge either his Bids or any other exclusive details of DVC to any other Bidder.

19) Period of validity of Prices received through Reverse e-Auction shall be same as that of the period of validity
of bids offered.

20) Bidders may note that, although extension time is 'X' minutes, there is a time lag between the actual placing
the bid on the local computer of the bidder and the refreshing of the data on to the server for the visibility to the
Owner. Considering the processing time for data exchange and the possible network congestion, bidders must
avoid the last minute hosting of the Price Bid.

21) Participating bidder will agree to non-disclosure of trade information regarding the purchase, identity of
DVC, bid process, bid technology, bid documentation and bid details.

22) It is brought to the attention of the bidders that the bid event will lead to the final price only.

23) Technical and other non-commercial queries (not impacting price) can only be routed to the DVC contact
personnel indicated in the bidding documents.

24) Order finalization and post order activities would be transacted directly between successful bidder and DVC.

25) In case of any problem faced by the bidder during Reverse e-Auction and for all Bidding process related
queries, bidders are advised to contact the persons indicated in the bid document.

26) Bidders are advised to visit the Bidding page and enter the 'Live Bidding' cockpit successfully well in
advance to identify/rectify the problems to avoid last minute hitches.

27) DVC will not be responsible for any PC configuration/Java related issues, software/hardware related issues,
telephone line glitches and breakdown/slow speed in internet connection of PC at Bidder's end.

28) Bidders may note that it may not be possible to extend any help, during Reverse e-Auction, over phone or in
person in relation to rectification of PC/Internet/Java related issues and Bidder may lose the chance of
participation in the Bidding.

29) For access to the Bidding site, the following URL is to be used: https://eauction.gov.in. For user guidance
please follow the manual which is there in the website.

Page 18 of 32
30) No queries shall be entertained while Reverse e-Auction is in progress.

31) Final rate of individual items of the L1 bidder of Reverse e-Auction shall be calculated on the basis of same
percentage (%) of reduction/ decrement for each items as that of received on item-wise price during the Reverse
e-Auction from L1 bidder (L1 basis) over base price/opening price of Reverse e-Auction.

32) In the event of L-1 bidder refusing to give breakup of price and in case order cannot be placed without price
breakup the bidder shall be suspended for a period of six months from the date of issue of suspension order. The
suspension will apply prospectively and during suspension period, enquiry shall not be issued to the firm and bid
submitted in open tender shall be rejected.

33) In the event of L-1 bidder backing out prior to placement of order, the bidder shall be suspended for a period
of six months from the date of issue of suspension order. The suspension will apply prospectively and during
suspension period, enquiry shall not be issued to the firm and bid submitted in open tender shall be rejected. EMD
will be forfeited.

34) Note: All the Techno-commercially accepted tenderers after eliminating the H-1 tenderer will be
allowed to participate in on-line Reverse e- Auction over internet for bidding. However, if the techno-
commercially complied bidders are less than five then all the tenderers will be allowed to participate in on-
line Reverse e-Auction over internet for bidding.

7. User Help:
1) Log on to https://eauction.gov.in.
2) Enter your Login ID & Password. Click on the link "Login".
3) You will reach your account Home Page, Click on the tab "Live auctions" on and then click to view the auction
information against respective the tender ID no. & Tile
#Check points for starting real time Bidding
#Check the details of Reverse e-Auction participating for,
#Had taken the vendor training
#Correct Item name that is set for Reverse e-Auction
Note: In case of any difficulties facing during reverse-e-auction, the bidders are advised to contact FMP Support
Persons of M/s. National Informatics Centre Services Incorporated(NICSI), (i) Mr. Sk Nawajesh Rahman , e-mail
ID [email protected] Contact No. 9831683690 & ii) Miss Armistha Kangsa Banik, e-mail:
[email protected] (Mob: 8240124812)

Page 19 of 32
DAMODAR VALLEY CORPORATION
ANNEXURE A
CHANDRAPURA THERMAL POWER STATION

NIT NO.: DVC/Tender/CTPS/BOP(M) U# 7 and 8/C&M/Works and Service/00036

TENDER DESCRIPTION Refurbishment/Repairing/Reconditioning of components of CW Pumps , BHEL Make,


Model No. CW1Q of CTPS Unit 7&8, on LTE basis with QR.

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)

3 SECURITY DEPOSIT CUM BANK GUARANTEE (SDBG) YES/NO

4 LD CLAUSE YES/NO

5 GUARANTEE/WARRANTY YES/NO

6 INSPECTION CLAUSE YES/NO

7 SUBMISSION OF REQUIRED DOCUMENTS YES/NO

8 COMPLIANCE OF ALL OTHER TERMS OF NIT? YES/NO

9
Whether the Bidder has filled the Techno- YES/NO/NIL
Commercial Deviation Schedule i.e., ANNEXURE-C?
If Deviation is there, has the Bidder filled in
10 YES/NO/NOT APPLICABLE
the Cost of Withdrawal of Deviations in ANNEXURE-D

Page 20 of 32
FORMAT FOR PRICE BID : ANNEXURE- B
NAME OF THE PLANT : ___________________________________
ADDRESS : ___________________________________

ENQUIRY / NIT NO. : DVC/Tender/CTPS/BOP(M) U# 7 and 8/C&M/Works and Service/000


DATE : ______________________

TASK DETAILS

Sl. Task Description SAC Frequency/ Unit of Unit Rate TOTAL


No. Quantity Measurement (RS.) AMOUNT
Code
(RS.)
1 Refurbishment/repairing/reconditioning of 2.0000 NO
Drive Shaft
2 Refurbishment/repairing/reconditioning of 2.0000 NO
Intermediate shaft
3 Refurbishment/repairing/reconditioning of 2.0000 NO
Pump shaft
4 Refurbishment/repairing/reconditioning of 2.0000 NO
Head Shaft
5 Refurbishment/repairing/reconditioning of 2.0000 NO
suction bell with SS liner
6 Refurbishment/repairing/reconditioning of 2.0000 NO
Impeller casing
7 Refurbishment/repairing/recon 2.0000 NO
ditioning of pump casing
fitted with damage casing
wearing ring
8 Refurbishment/repairing/recon 2.0000 NO
ditioning of Impeller fitted
with Impeller wearing ring
TOTAL PRICE

TOTAL PRICE (IN WORDS) :

GST, IF APPLICABLE (IN % ONLY)

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

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

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 CHANDRAPURA THERMAL POWER STATION

YOUR NIT NO. DVC/Tender/CTPS/BOP(M) U# 7 and 8/C&M/Works and Service/00036

Bidder's NAME & ADDRESS

TO

_________________________________
( Purchaser's Name & Address )
Dear Sir,
Following are the deviations proposed by us relating to techno-commercial terms and conditions. We confirm
that 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.

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".

Page 22 of 32
DAMODAR VALLEY CORPORATION ANNEXURE- D
Cost of withdrawal of deviations
NAME OF THE PROJECT CHANDRAPURA THERMAL POWER STATION
YOUR NIT NO. DVC/Tender/CTPS/BOP(M) U# 7 and 8/C&M/Works and Service/00036
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.

Page 23 of 32
ANNEXURE- E
(On non-judicial stamp paper of appropriate value)
PROFORMA OF BANK GUARANTEE IN LIEU OF EARNEST MONEY DEPOSIT
To
DAMODAR VALLEY CORPORATION BG No. :
DVC TOWERS : VIP ROAD Date :
KOLKATA-54.

Dear Sir.
In accordance with your Notice Inviting Tender ---------------------------------------------------
under your specification
No-----------------------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.

Page 24 of 32
ANNEXURE- F

BANK GUARANTEE VERIFICATION CHECKLIST

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 signature
of 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 Bid
To
The Superintending Engineer (C&M)
DVC, CTPS
P.O: CHANDRAPURA - 828403, DIST: BOKARO (JHARKHAND).

Sub :' Refurbishment/Repairing/Reconditioning of components of CW Pumps , BHEL Make, Model No. CW1Q
of CTPS Unit 7&8, on LTE basis with QR. '
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.
OR
I/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 you
are 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 the
Bank 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).
AFFIDAVIT

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 Bid
ID _______________________.

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.
OR
I/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.
OR
I/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 Tenderer


Dated:
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 Abu Dhabi Commercial Bank Ltd.

2 American Express Bank Ltd.

3 Arab Bangladesh Bank Limited

4 Allahabad Bank

5 Andhra Bank

6 Antwerp Diamond Bank N.V.

7 Axis Bank Ltd.

8 Bank Internasional Indonesia

9 Bank of America N.A.

10 Bank of Bahrain & Kuwait BSC

11 Barclays Bank Plc

12 BNP PARIBAS

13 Bank of Ceylon

14 Bharat Overseas Bank Ltd.

15 Bank of Baroda

16 Bank of India

17 Bank of Maharashtra

18 Canara Bank

19 Central Bank of India

20 Calyon Bank

21 Citibank N.A.

22 Cho Hung Bank

23 Chinatrust Commercial Bank Ltd.

24 Centurion Bank of Punjab Limited

25 City Union Bank Ltd.

26 Coastal Local Area Bank Ltd.

27 Corporation Bank

Page 30 of 32
28 Catholic Syrian Bank Ltd.

29 Deutsche Bank AG

30 Development Credit Bank Ltd.

31 Dena Bank

32 IndusInd Bank Limited

33 ICICI Bank

34 IDBI Bank Limited

35 Indian Bank

36 Indian Overseas Bank

37 Industrial Development Bank of India

38 ING Vysya Bank

39 J P Morgan Chase Bank, National Association

40 Krung Thai Bank Public Company Limited

41 Kotak Mahindra Bank Limited

42 Karnataka Bank

43 Karur Vysya Bank Limited.

44 Lord Krishna Bank Ltd.

45 Mashreqbank psc

46 Mizuho Corporate Bank Ltd.

47 Oman International Bank S A O G

48 Oriental Bank of Commerce

49 Punjab & Sind Bank

50 Punjab National Bank

51 Societe Generale

52 Sonali Bank

53 Standard Chartered Bank

54 State Bank of Mauritius Ltd.

55 SBI Commercial and International Bank Ltd.

56 State Bank of Bikaner and Jaipur

57 State Bank of Hyderabad

Page 31 of 32
58 State Bank of India

59 State Bank of Indore

60 State Bank of Mysore

61 State Bank of Patiala

62 State Bank of Saurashtra

63 State Bank of Travancore

64 Syndicate Bank

65 The Bank of Nova Scotia

66 The Bank of Tokyo-Mitsubishi, Ltd.

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

68 The Hongkong & Shanghai Banking Corporation Ltd.

69 Tamilnad Mercantile Bank Ltd.

70 The Bank of Rajasthan Limited

71 The Dhanalakshmi Bank Limited.

72 The Federal Bank Ltd.

73 The HDFC Bank Ltd.

74 The Jammu & Kashmir Bank Ltd.

75 The Nainital Bank Ltd.

76 The Sangli Bank Ltd.

77 The South Indian Bank Ltd.

78 The Ratnakar Bank Ltd.

79 The Royal Bank of Scotland N.V.

80 The Lakshmi Vilas Bank Ltd

81 UCO Bank

82 Union Bank of India

83 United Bank Of India

84 Vijaya Bank

85 Yes Bank

Signature Not Verified


Digitally signed by SUJATA KUMARI
SINGH
Date: 2021.08.04 17:46:47 IST
Location: eProcurement System for
Page 32 of 32 Central PSUs

You might also like