Sunteți pe pagina 1din 13

INSTRUCTION TO BIDDERS / TENDERERS

Subject: Supply of Ammonia Liquor for unit no. 8&9 of HTPS Kasimpur

e-Tender/Bid Reference Number ET-75 /MMC/EPD’C’TPS/HTPS/2019


e-Bid Portal Number http://etender.up.nic.in
Name of Material Supply of Supply of Ammonia Liquor for unit no. 8&9 of
HTPS Kasimpur

Qty 6000 ltr


Estimated Cost Rs 131220.00
e-Tender Cost Rs236.00 (Non Refundable) directly in the SBI bank,
Kasimpur through RTGS/NEFT in account of SAO,
EPAD, UPRVUNL, Kasimpur, A/c no.
11264105069, IFSC code: SBIN0001364.
Earnest Money Deposit Rs 2500.00 (Rs. Two thousand Five Hundre
only)Refundable to be submitted directly in the SBI
bank, Kasimpur through RTGS/NEFT/BG in
account of SAO, EPAD, UPRVUNL, Kasimpur, A/c
no. 11264105069, IFSC code: SBIN0001364.
e-Bid Submission start Date & Time 2/07/2019at 18.00 Hrs
e-Bid Submission End Date & Time 03/08/2019at 14.00 Hrs
e-Bid Opening Date / Time (Part-I) 04/08/2019 , AT 16:00HRS or Later
e-Bid Opening Date / Time (Part-II) 05/08/2019 AT 16:00HRS or Later
Tender shall be submitted through e-procurement website http://etender.up.nic.in.
The instruction to the bidders is as follows:-
Submission of E-Bids: The Bid Submission module of e-procurement website http://etender.up.nic.in enables the
bidders to submit the e-bids online against this bidding published by the purchaser. Bid may be submitted only during the
period and time stipulated in the bidding. Bidders are advised start the Bid Submission process well in advance so that
they can submit their bids in time. The bidders shall submit their bids taking into account the server time, displayed in the
e-procurement website. This server time is the time by which the bid submission activity will be allowed till the permissible
time on the last date of submission stipulated in the schedule. The bidders cannot submit their bids after the completion of
bid submission period. For delay in submission of bids due to any reasons, shall be responsibility of the bidder. The
bidders shall follow the instructions mentioned herein under for submission of their e-bids:
1.1 For participating in bids through the e-bidding system, it is necessary for the bidders to be the registered users of the
e-procurement website http://etender.up.nic.in The bidders shall first register themselves on the e-bidding website, if
they have not done so previously, using the option “Click here to enroll” available on the home page of the website.
1.2 In addition to the normal registration, the bidder has to register with their Digital Signature Certificate (DSC) in the e-
bidding system and subsequently he/ she will be allowed to carry out his /her bid submission activities. Registering
the Digital Signature Certificate (DSC) is a onetime activity. Before proceeding to register their DSC, the bidder shall
first log on to the e-bidding system using the User Login option on the home page with the logging Id and Password
with which they has registered as per clause 1.1 above.
For successful registration of DSC on e-procurement website http://etender.up.nic.in., the bidder must ensure that
they possess class-2 /Class-3 DSC issued by any certifying authorities duly approved by Controller of Certifying
Authorities. The bidder is also advised to register their DSC on E-procurement website well in advance before bid
submission period & time so that they do not face any problem while submitting their e-bid against this bidding. The bidder
can perform User Login creation and DSC registration exercise as described in clauses 1.1 and 1.2 above even before bid
submission period starts. The purchaser shall not be held responsible if the bidder tries to submit their e-bid at the last
moment of submission of bid, but could not submit due to DSC registration problem.
1.3 The bidder can search for active biddings through “Search Active Biddings” link, select a bidding in which they are
interested in and then move it to „My Biddings‟ Folder using the option available in the Bid Submission menu. After
selecting and viewing the bidding, for which the bidder intends to bid, from “My Biddings” folder, the bidder can place
their bid by clicking “pay Offline” option available at the end of the view bidding form. Before this, the bidder should
download the bidding document and price Schedule/Bill of Quantity (BOQ) and study them carefully.
The bidder shall keep all the documents ready as per the requirements of bidding document in the PDF format except the
Price Schedule/Bill of Quantity (BOQ) which shall be in the XLS Format (EXCEL sheet).

1.4 After clicking the „Pay offline‟ option, the bidder shall be redirected to the relevant page of Terms and conditions. The
bidder shall read the Terms and conditions before proceeding to fill in the Bidding fee EMD offline payment details.
After entering and saving the Bidding Fee and EMD details, the bidder shall click “Encrypt & Upload” option given in
the offline payment details form so that “Bid Document Preparation and Submission” window appears to upload the
documents as per technical (Fee details, Qualification details, Bid Form and Technical Specification details) and
financial (Bid Form and Price Schedule/BOQ) schedules/packets given in the bidding details. The details of the
Demand Draft or any other accepted instrument which is to be physically sent in the original before opening of
technical bids, should tally with the details available in the scanned copy and the data entered during with submission
time otherwise the bid submitted shall not be accepted.
1.5 Next, the bidder should upload the Technical Bid Documents for fee details (Bidding fee and EMD), Qualification
details as per PQC, and Financial Bid documents as per BOQ of bidding document. Before uploading, the bidder has
to select the relevant Digital signature Certificate. They may be prompted to enter the digital signature Certificate
password, if necessary. For uploading, the bidder should click “Browse” button against each document label in
Technical and Financial schedules/packets and then upload the relevant PDF/XLS files already prepared and stored
in the bidder's computer.
1.6 The Bidder shall click “Encrypt” next for successfully encrypting and uploading of required documents. During the
above process, the bid documents are encrypted/ locked electronically with the DSC‟s of the Bid openers to ensure
that the bid documents are protected, stored and opened by concerned bid openers only.
1.7 After successful submission of bid documents, a page giving the summary of bid submission will be displayed that the
process of e- bid submission is completed. The bidder can take a printout of the summary using the “print” option
available in the window as an acknowledgement for future reference.
1.8 Purchaser reserves the right to cancel any or all Bids without assigning any reason.
1.9 The Bidders are advised to upload the scanned documents with minimum of 150 dpi scanner to ensure readable
uploaded e- Bids.
2. Deadline for Submission of E-Bids:
2.1. E-Bids (Technical and Financial) must be submitted by the bidders at e-procurement website http://etender.up.nic.in
not later than 16:00 Hours on due date of Part-I.
2.2. The Purchaser may‟ at this discretion extends this deadline for submission of bids by amending the bid documents.
3- Late Bids
3.1 The server time indicated in the Bid Management window on the e-procurement website http://etender.up.nic.in will be
the time by which the bid submission activity will be allowed till the permissible date and time schedule in the bidding.
Once the bid submission period is over, the bidder cannot submit their bid. Bidder has to start the Bid Submission well in
advance so that the submission process is completed within the scheduled period, failing which; it shall be the bidder’s
responsibility.
4- Withdrawal and Resubmission of E-Bids
4.a At any point of time, a bidder may withdraw their bid submitted online before the bid completion of bid submission
period. For withdrawing, the bidder shall first log in using their login id and password and subsequently by their Digital
Signature Certificate on the e-procurement website http://etender.up.nic.in. The bidder shall then select “My Bids”
option in the Bid Submission menu. The page listing all the bids submitted by the bidder shall be displayed. Click
“View” to see the details of the bid to be withdrawn. After selecting the “Bid Withdrawal” option, the bidder has to click
“Yes” to the message “Do you want to withdraw this bid?” displayed in the Bid Information window for the selected
bid. The bidder also has to enter the reason for withdrawing the bid and upload the same for withdraw before clicking
the “Submit” button. The bidder has to confirm again by pressing “Ok” button before finally withdrawing their selected
bid.
4.b The bidder has to request the purchaser with a letter, attaching the proof of withdrawal and submission of bid
security/EMD in the office of purchaser for taking back the bid security/EMD as per the manual procedure.
4.c No bid may be withdrawn in between the period fixed for submission of bids and the period of expiry. Withdrawal of a
bid during this interval may result in the Bidder’s forfeiture of their bid security.
4.d The bidder can resubmit their bid as and when required till the scheduled bid submission end date and time. The bid
submitted earlier will be replaced by the new one. The bid security submitted by the bidder earlier will be used for
revised bid and the new bid submission summary generated after the successful submission of the revised bid will be
considered for evaluation purposes. For resubmission, the bidder shall first log in using their Login id and Password
and subsequently by their Digital Signature Certificate on the e-procurement website http://etender.up.nic.in.

The bidder should then select “My Bids” option in the Bid Submission menu. The page listing all the bids submitted by the
bidder will be displayed. Click “View” to see the details of the bid to be resubmitted. After selecting the “Bid
Resubmission” option, click “Encrypt & Upload” to upload the revised bid documents by following the methodology
provided in clauses 1.4 to 1.7. 4.5 The bidders can submit their revised bids as many times as possible by up loading
their bid documents within the schedule period for submission of e-bids.
4. No bid can be resubmitted subsequently after the period for submission of bids is over.
5- Bidders are advised to study the bid Document carefully. Submission of bids against the tender notice shall be deemed
to have been done after careful study and examination of the procedures, terms and conditions stipulated in the bid
Documents with full understanding of its implications.
6- The bid document is available at e-procurement website http://etender.up.nic.in. Interested bidders may view, download
the bidding document, seek clarification and submit their bid online up to the prescribed date and time through
uploading on e-procurement website http://etender.up.nic.in.
7- The bidders are required to submit the cost of bidding document (Tender cost) and Bid security (EMD) directly in the
SBI bank, Kasimpur through RTGS/NEFT/BG in account of SAO, EPAD, UPRVUNL, Kasimpur, A/c no.
11264105069, IFSC code: SBIN0001364. The details of EMD and Tender Cost submitted shall be furnished by the
firm, duly filled and signed as per enclosed prescribed proforma (Annexure B) in part-I. If any Tenderers has not
submitted the Tender cost & Earnest money against the tender, then his bid Part-II (Price bid) shall not be opened
accordingly.
8- All the bids must be accompanied by details of Bid Security (EMD), cost of bidding documents (Tender cost) submitted
as stated above in Sl. No 7 in prescribed proforma. The scanned copy of Annexure B, Power of attorney must be up
loaded electronically alongwith all the bid documents. The original copy of Annexure B, Power of Attorney made in the
name of individual whom signed bid document digitally through DSC &Validity Commitment on non judicial stamp
paper of Rs. 10.00 each should be furnished to the office of Superintending Engineer (MMC), HTPS, Kasimpur before
opening of Part “A” of submitted bid, failing which the bid shall not be considered/ opened
9- The bids shall be electronically opened in the presence of bidder’s representatives, who choose to attend, at the
prescribed venue, date and time mentioned above.
10- The Purchaser reserves the right to cancel any or all the bids/annul the bidding process without assigning any reason
thereof.
11- In the event of date specified for bids opening, being declared a holiday then the bid shall be opened on next working
day at schedule time.
12- All the required documents shall be submitted/ uploaded by the bidder electronically in the PDF format. However, the
Financial Bid should be submitted in the XLS format.

13- Quantity as mentioned in e-Tender Notice is tentative and may vary up to any extent as per site requirement.
14- No deviation from the Technical specification & Technical Conditions shall be acceptable in bid.

Executive Engineer Superintending Engineer


EPDC 9415901995 MMC, HTPS, Kasimpur
HTPS, Kasimpur
STANDARD TERMS & CONDITIONS
1. Tenders must be submitted in two parts through E-Tender Process.
Part-I: It should contain the Tender Cost & Earnest Money in acceptable form and evidences regarding pre-qualifying conditions,
general information, technical particulars, Commercial terms & conditions. Acceptance of our Standard Terms & Conditions,
please mention the variation clearly (only minor), if any.
(a) EMD :Rs 2500.00
(b) Tender Cost: Rs 236.00
Note: The EMD and Tender Cost against the tender must be submitted by the firm directly in the SBI bank, Kasimpur through
RTGS/NEFT in account of SAO, EPAD, UPRVUNL, Kasimpur, A/c no. 11264105069, IFSC code: SBIN0001364. The details of
EMD and Tender Cost submitted shall be furnished by the firm, duly filled and signed as per enclosed prescribed proforma
(Annexure B) in part-I. Alternately EMD against the tender may be submitted by the firm the form of BG in favour of SAO, EPAD,
UPRVUNL, Kasimpur, If any Tenderers has not submitted the Tender cost & Earnest money against the tender, then his bid Part-
II (Price bid) shall not be opened accordingly.
Note: Part-II shall be opened only of those bidders who will qualify the pre-qualifying conditions.
1. PRICE BASIS: (shall be mentioned in BOQ only)
I. The bidder shall offer the prices FIRM & FOR destination basis in Indian rupees per unit.
II. However, in case the prices are not given FOR destination, following must be invariably mentioned.
III. Prices: FIRM & FOR …………….
IV. Freight charges: to be first paid by the firm and which shall be reimbursed to the firm against submission of documentary
evidences.
2. TRANSIT INSURANCE CHARGES: (shall be mentioned in BOQ only)
a) To be arranged and charge shall be borne by supplier
b) To be charged extra @..........................
3. TAXES & DUTIES: (shall be mentioned in BOQ only)
(i) GST extra on rate @..................
(ii)GST extra on freight @..................
(iii)GST extra on other charges @.................

4. TERMS OF PAYMENT: 100% payment through Proforma Invoice through RTGS which shall be Issued after receipt and check
of material at HTPS stores subject to prior submission of 2% amount of order value in the shape of BG/TDR/FDR/DAC of
scheduled bank valid for 18 months in favor of S.A.O. CFA&BO, HTPS, Kasimpur which will cover the security deposit

Note: Performa Invoice shall be required for readiness of payment. However, same shall be proceeded only after submission of
Security Deposit

5. Inspection Charges: it Shall be borne by the supplier


6. Test Certificates: Material supplied should confirm to latest Indian standard specification. The specification of supplied material
may be got tested at IIT, Kanpur / Sri Ram Test House, New Delhi/ Any Govt approved Test Lab , if required at Nigam’s cost. The
results indicated in this report shall be final and binding on the supplier. However the sample of material for testing shall be drawn
from the supplied material in presence of firm’s representative and authorized representative of Nigam.
7. DELIVERY: Delivery period should be minimum. Firm shall mention the delivery period as ...................days /Months from the
date of receipt of Purchase Order
Note: Delivery period to be started from readiness of payment shall not be applicable.
8. Security: For faithful execution of order, Firm shall submit 02% amount of order value along with Performa Invoice in the shape
of BG/TDR/FDR/DAC of scheduled bank valid for 18 months in favour of S.A.O. CFA&BO, HTPS, Kasimpur which will cover the
security deposit. Alternatively security may also be submitted through RTGS in account of SAO, EPAD, UPRVUNL, Kasimpur, A/c
no. 11264105069, IFSC code: SBIN0001364.This amount will be released by E.E. ESD-CTPS, HTPS, Kasimpur after satisfactory
supply/checking of material at HTPS, Kasimpur. Bank charges shall be borne by the Firm.
9. Penalty: For delay in supplies beyond the delivery period, a penalty @ ½ % per week subject to max. 10% of the cost of
undelivered material shall be levied. If it is found that, the successful bidder, is deliberately avoiding to supply or causing
unnecessarily & abnormal delay, due to price escalation, the material may be procured from the open market. In that case, actual
charges + 10% charges may be levied on the contractor apart from the above mentioned penalty.
10. Interchangeability/Compatibility Certificate: Firm shall certify that the material supplied shall be as per technical
specification of tender items and confirming to relevant applicable IS with latest amendement if any.
11. Guaranty: Firm shall undertake the guaranty of the material supplied for their genuineness & originality on their letter head for
the period of 12 month from the date of installation or 18 months from the date of supply of the material at the project. If any
material found defective due to poor material or faulty design/workmanship, the same shall be replaced by the Firm free of cost.
12. Where a bidder has not furnished complete information / documents which are required in part-I, part –II [price bid] may not be
consider to open
13. In case, due date of opening happens to be a holiday, the tender shall be opened on the next working day.
14. Intending bidders are advised to visit the plant before submitting their offer as that all their technical query may be resolved, if
any.
15. Tenderer sending their tender by mail will do so solely at their own risk and responsibility. This office shall not be responsible
for any delay in this regard, whatsoever.
16. Quantity Offered: The bidder shall clearly mention the quantity offered against the specified quantity of purchase. However the
L-1 bidder shall be decided on the basis of item wise L-1 rates.
17. If the Nigam Suffers any loss due to infringement of the conditions mentioned in the supply of order, the same will be recovered
from any of the Firm’s pending bills in Nigam and P.O. may be cancelled at any stage without any prior intimation to the firm.
18. In order to meet out any emergency of UPRVUNL, the successful bidder may be asked to supply part of the ordered material to
any other Unit/project of UPRVUNL on same terms& conditions, which will be a binding on the firm.
19. Each and every paper of tender bid submitted by firm should be stamped and signed by the firm’s representative with
the remark “submitted by me”.
20. Rejection of Offer: Nigam reserves the right to accept / reject any or all tenders in total / parts thereof and split the tender
without assigning any reason thereof. This office may revise the quantity of material at any stage and it will be communicated to the
firm.
21. The tenderer shall have no right to issue addendum to tender documents to clarify, amend, supplement or delete any of the
conditions, clause or items stated there in.
22. In case of a tie (same rate quoted by two or more bidder) in quotations for a particular item, the decision to accept/reject the rate
for that item shall be reserved with Nigam.
23. Overwriting / use of whitener may reject the tender. Any cutting should be verified with full signature of the bidder. Should there
be any variation between the rates indicated in figures and words, the rates quoted in words shall be considered. However, the
decision to accept/reject such offer by Nigam shall be final and binding on the tenderer.
24. No contents / figures / any other entries should be blocked or deleted while submitting the photocopies of documents; otherwise
such documents shall not be considered / accepted for evaluation.
25. All documents submitted should be legible and self attested giving remark “SUBMITTED BY ME” by Authorized Signatory with
seal of the company. Documents not having such remark / illegible may not be considered / accepted for evaluation
26. COURT OF JURISDICTION: Any dispute arising against this tender / order there-of shall be subject to the jurisdiction of
competent court of Aligarh / Hon’ble High Court of Judicature at Allahabad. Any bidder running blacklisted in UPRVUNL on the date
of opening of part-I of Tender is not eligible to participate in Tender. If the same is found during finalization of tender process, then
their offer will be rejected.
27. If, at any stage during finalization of tender / execution of purchase order, any document, submitted by a bidder in his bid in
support of Pre-Qualifying Conditions, is found to be forged / false, his bid is liable to be rejected , purchase order cancelled, EMD /
Security deposit forfeited and any other departmental action as deemed fit be initiated. For this purpose the contractor shall have to
produce original documents, if required, before opening of bid Part-II or afterward.
28. The bidder shall furnish Name, Firm’s work, registered office address of the firm along with mobile No. and e-mail address of the
authorized person who may be contacted if any clearance required during process of Tender
29. If there is any deviation in the technical specifications / commercial terms & conditions, the same should be clearly mentioned /
described in part-I only otherwise if the tenderer will not submit the same in the part-I then it will be assumed that the tenderer is
accepting all the UPRVUNL terms & conditions and tender specifications .However UPRVUNL have reserve the right to
accept/reject the deviation offered by firm and accordingly part-ii will be accept or reject
30. Firm shall offer all terms and condition along with technical specification of tender material If there is any deviation in the
technical specifications / commercial terms & conditions, the same should be clearly mentioned / described in part-I only otherwise
if the tenderer will not submit the same in the part-I then it will be assumed that the tenderer is accepting all the UPRVUNL terms &
conditions

Executive Engineer Superintending Engineer


EPDC 9415901995 MMC, HTPS, Kasimpur
PRE QUALIFYING CONDITIONS OF THE TENDER

Sl. Pre Qualifying Conditions Firm’s


No. Remark
1 The bidder must deposit requisite Tender Cost: & Earnest Money in acceptable form as per enclosed
Annexure-B,. Tenders without or short Tender Cost & Earnest money shall not be entertained at all, and no
kind of exemption will be allowed in the deposition in techno-commercial bid Part-I. Earnest money submitted
against any other tender or registration under DGS&D/NSI/SSI/any other such organization will not be treated
as an excuse from exemption of Tender Cost & Earnest Money. (In No case Tender Cost & Earnest Money
shall be exempted).
Note : (1) Tender cost to be submitted through RTGS/NEFT
(2)EMD to be submitted through RTGS/NEFT/BG
No other mode of submission of EMD/Tender cost shell be accepted.

2 The bidder should be “A Manufacturer / Authorized Dealer / reputed experience supplier In support of this
a documentary proof must be enclosed along with the offer in techno-commercial bid Part-I in the shape of
NSIC / SSI / DIC registration certificate of the manufacturer & in case dealer is participating in the tender on
behalf of the manufacturers then authorized dealer should ensure to provide the registration certificate of
manufacturer along with authorization letter in original from their manufacturer.
3 Tenderer should have adequate experience for the supply of tendered material / similar material. In this
context, the bidder shall submit the photo copy of past executed purchase orders for the supply of
tendered/similar material to NTPC/BHEL/UPRVUNL/ PSUs/ Govt. Deptt. of following values. These purchase
order should have been placed within last 07 (Seven) years of the date of publication of this tender.
(i) Three separate POs of 40% amount of the estimated cost of the tender.
OR
(ii) Two separate POs of 50% amount of the estimated cost of the tender.
OR
(iii) Single PO of 80% amount of the estimated cost of the tender.
Note: In case tenderer is an Authorized Dealer, purchase orders(s) placed on them or on their principal may be
considered.
4 The bidder must submit ‘Validity Agreement’ as per format enclosed on non-judicial stamp paper worth Rs.
10.00 with their addresses. Offer should be valid for a minimum period of 120 days from the actual date of
opening of BID PART- II.
5 Tenderers should be registered under GST and X-erox copies of their valid mandatory GST registration
certificate / other necessary relevant documents and latest ITR / PAN No. allotted in the name of the ‘Firm’ for
partnership firms or in the name of self or firm in case of proprietorship firms, should be enclosed in bid Part-I.
6 The bidder should submit Un-price Bid, as enclosed in Annexure-A, duly filled up and signed under seal along
with the Technical specification of the Items offered by the Firm.
7 Relation Certificate: The bidder shall submit relation certificate in prescribed format on firms letter head under
seal& duly singed, as mentioned in Annexure( C )
8 Inspection Clause : The bidder should confirm that-
The Material shall be got inspected before delivery at Firm’s Works by the representative of
Nigam/HTPS ,as well as after the receipt of material at https ,the Inspection / Lab testing of material shall
be carried out by the Quality assurance Committee at HTPS, Kasimpur at the time of delivery.
However UPRVUNL reserves the right to get the material tested at IIT lab, Kanpur /Shri Ram Test
house, Delhi, if required at UPRVUNL cost. The results indicated in this report shall be final and binding on the
supplier. However the sample of material for testing shall be drawn from the supplied material in presence of
firm’s representative and authorized representative of Nigam.If any discrepancy found in specification then
chemical at the time of supply than same will be replaced free of cost by supplier
Note:-1- Tender bid Part-I will be opened on its due date & time. If any Tenderers has not submitted the Tender cost & Earnest
money and other documents related to prequalifying conditions of the tender then his bid Part-II (Price bid) shall not be opened
accordingly.

Executive Engineer Superintending Engineer


EPDC 9415901995 MMC, HTPS, Kasimpur
HTPS, Kasimpur
ANNEXURE - A
TECHNICAL DETAILS [UNPRICED BID]
SCHEDULE OF QUANTITY
[This sheet must be filled and submitted with Bid Part-I]

Sl
No Description of Material Technical
Quoted/
. HSN Unit Qty Deviation, if
Regretted
CODE any

Ammonia Liquor as per IS-799 (Grade-Technical grade) or


as per latest amendment, if any having following
specification.
1. Ammonia (%by mass) = 25% (Min)
2. Residue on evaporation (% by mass) = 0.1% max.
3. Chlorine, max by wt. (as Cl) = 0.00005%
1 4. Silica, Max by wt. (as SiO2) = 0.001% ltr 6000
The material should be clear and colorless liquid of extremely
pungent and characteristics odor, free from suspended matter
and sediment.
Usages:- For boiler water cycle treatment.
Packing: the material should be packed in 20-25 liters PVC
carbon in wooden case.

Executive Engineer Superintending Engineer


EPDC 9415901995 MMC, HTPS, Kasimpur
HTPS, Kasimpur
PROFORMANCE GUARANTEE PROFORMA
SEB FORM NO. 67
THIS DEED OF GUARNTEE made on the…………………………………………….....................
Day of…………………………………….19 By the……………………………………………............
(hereinafter called “the Guarantor”) of the one part IN FAVOUR OF the S.A.O., CAF&BO,, HTPS, Kasimpur, Aligarh (hereinafter called “the
Purchaser”) of the other part.
WHEREAS in accordance with the contract agreement dated the…………………………………... day of ………………………………….19
(hereinafter called “the said contract”) entered into between the purchaser and M/S
……………………………………………………………………………... and having its registered office at
…………………………………………………………………………...
(hereinafter called “the Contractor”) the contractor agreed to supply and/or execute the work to the Purchaser the
…………………………………………………………………………………….as provided in the said contract.
AND WHEREAS the payment terms under the said contract „provide that in order to take 100% payment of the contract value the Contractor
shall furnish to the Purchaser a Bank Guarantee in the sum of 10% value of each consignment.
AND WHEREAS instead of furnishing separate guarantee as aforesaid the contractor wishes to furnish one guarantee in the sum 10% value of
the contract valid for………………………………………………………and reckoned from the date………………………..
NOW THIS DEED WITNESSES AS FOLLOWS:
1. In consideration of the premises the Guarantor hereby undertake that the Contractor shall duly supply the aforesaid material of the correct
quantity and strictly in accordance with the said contract failing which the Guarantor shall pay to the Purchaser on demand such amount or
amounts as the Guarantor may be called upon to pay the maximum aggregate of Rs. ……………... being 10% of the contract value.
2. The Guarantor shall pay to the Purchaser on demand the sum under clause 1 above without demur and without requiring the purchaser to
invoke any legal remedy that may be available to it to Compel the Guarantor to pay the same or to compel such performance by the contractor.
Provided that where the Guarantor considers the demand of the purchaser unjustified, it shall never the less pay the same though under protest
to the Purchaser and shall not with held payment on the account.
3. THIS Guarantee shall come into force the date here of and shall remain valid for………………….. calendar months from the date of the
………………………………………………...…and/or work …………………...………………………..of the last consignment of goods dispatched
completion which date of dispatch and/or according to contract is the ………………………………………….. day of
…………………………………………….If however, the period of the contract is for any reason extended there by intending the said date, and
upon such extension, if the contractor fails to furnish fresh or renewed bank guarantee for the extended period, the Guarantor shall pay to the
purchaser the said sum of Rs. …………………………………of such lesser sum as the purchaser may
demand………………………………………………..of the last consignment of goods dispatched completion which date of dispatch and/ or
according is the ………………………day of ………………………………………...If however, the period of the contract is for any reason extended
there by intending the said date, and upon such extension, if the period, the Guarantor shall pay to the purchaser the said sum of Rs.
……………………………. of such lesser sum as the purchaser may demand .
4. The Guarantee herein contained shall not be affected by any change in the constitution of the guarantor or of the Contractor.
5. Any account settled between the Contractor and the Purchaser shall be conclusive evidence against the Guarantor of the amount due and
shall not be questioned by the Guarantor.
6. The neglect or for nearance of the Purchaser in conforcement of payment of any moneys the payment where of is intended to be hereby
secured or the giving of time by the purchaser for the payment there of secured or the giving of time by the purchaser for the payment there of
shall in on way relieve the Guarantor of its liability under this deed.
7. The purchaser and the contractor will be at liberty to carry out any modifications in the said contract during the terms of the said contract and
any extensions there of, notice of which modifications to the Guarantor is hereby waived.
8. The expressions „the purchaser and‟ „the contract guarantor „shall unless thereby be anything repugnant to the subject or context include
their respective successors and assigns.
9. Notwithstanding anything contained above, the liability of the Guarantor is restricted to the said sum of
Rs………………………………………and this guarantee shall expires on the …………………………Day of ……………………………………20 .
Unless a claim under the guarantee is filed with the Guarantor with in six months of such date, all claims shall laps and the Guarantor shall be
discharged for the guarantee.
IN WITNESS WHEREOF
For and on be half of the Guarantor has signed this deed on the day and year first above written.
Witness: Signed by
1. For and on behalf of the Guarantor
2. Approved by Board vide resolution No. 148(16)
File No. 14 (94)/1966
BANK GUARANTEE FORM FOR SECURITY DEPOSIT

SEB FORM NO. B-66

This Guarantee, made on the ………. Day of ………….. corresponding to Shak Sanvat ………… by ………………………………… (hereinafter
called “the Bank”) of the one part in FAVOUR OF S.A.O., CAF&BO, , HTPS, Kasimpur, Aligarh (hereinafter called “Nigam”) of the other part.

Whereas under the contract about to be entered into between

M/s. ……………………………. (Hereinafter referred to by “the contractor”) and the Nigam for the supply and or execute the works for supply of
………………………………………. against specification …………………………, the contractor has agreed to supply and/ or execute of the
Nigam …………… as detailed in the contract on the terms and conditions contained therein.

AND WHEREAS in accordance with the terms and conditions of the said contract, the Contractor has to deposit a bank guarantee in lieu of cash
deposit as aforesaid.

And Whereas the Nigam has agreed to accept a bank guarantee from the said Bank on conditions expressly that the Bank shall on demand from
the Nigam without demurrage pay to the Nigam the aforesaid sum of ………………… or such lesser sum as the Nigam may demand and the
amount so paid to the Nigam shall for all purposes serve as security deposit under the contract.

NOW THIS DEED WITNESS AS FOLLOWS

1. In consideration of the premises the Bank hereby undertake to pay to the Nigam on demand a some not exceeding …………………..without
demurrage and without requiring the Nigam invoke legal remedy that may be available to it to compel the Bank to pay the same or to compel
such performance by the Contractor.

2. This guarantee shall come into force from the date hereof and shall remain valid till the maintenance period as defined in the contract if,
however, the period of the contract is for any reason extended and if the Contractor fails to furnish a fresh or renewed guarantee for the extended
period, the Bank shall, not withstanding anything because hereof, pay to the Nigam the said sum of Rs. ……………… or such less sum as the
Nigam may demand to serve as security under the contract.

3. The guarantee contained shall not be affected by change in the constitution of the Bank or the Contractor.

4. The Nigam and the contractor will be at liberty to carry on any modification to the said contract during the terms of the said contract and any
extension thereof, notice of which modifications to the Bank is hereby waived.

5. The liability of Bank under the guarantee is restricted to Rs. …………………. The guarantee shall subject to the ……………of clause 2 above
remain in force till dated ………………….. unless claim or demand under this guarantee is filed against the Bank within six months from the date.
All the rights of the Nigam under this guarantee shall be forfeited and the Bank shall be released and discharged from all liability hereunder.

In witness whereof ……………….. for and on behalf of the Bank has signed this deed on the date first above written.

Witness:

1. Signed by

For & on behalf of the Bank.

2.
FORM OF BANK GUARANTEE
To,
S.A.O., CAF&BO,
HTPS, Kasimpur,
U.P. Rajya Utpadan Nigam Ltd.,
Kasimpur, Aligarh
Sir,
WHEREAS M/s_____________________________________.a company incorporated under the Indian Companies Act, its registered office
at____________________________.a Firm registered under the Indian Partnership Act and having its business office
at__________________________________
Shri________________________________________.S/o______________________________resident of
__________________________carrying on business under the firm‟s name and________________________________________.style of
M/s______________________________.
at______________________Shri_______________________.S/o________________________.resident of,
M/s______________________________________.which is an undersigned partnership (herein after called the Tenderer) has/have in response
for_______________________offered to supply and or execute the works as contained in the Tenderer‟s Letter
No:_______________________.

AND WHEREAS the Tenderer is required to furnish you a Bank Guarantee for the sum of Rs________________________as Earnest Money
against the Tenderer‟s offer as aforesaid.

AND WHEREAS we _______________________(Name of Bank) have at the request of the Tenderer, agreed to give you the guarantee as
herein after contained.

Now, THEREFORE, in consideration of the promises we, the undersigned, hereby covenant that the aforesaid tender of tenderer shall remain
open for acceptance by you during the period of validity as mentioned in the tender or any extension thereof as you and the tenderer may
subsequently agree and if the tenderer shall, for any reason, back out, whether expressly or impliedly, from his said tender during the period of
its validity, or any extension thereof as aforesaid, we hereby guarantee to you the payment of the sum of Rs__________________________on
demand, not with standing the existence of any dispute between the UPRVUNL and the tenderer in this regard AND we hereby further agree as
follows:-

(a) That you may without affecting this guarantee grant time or other indulgence to or negotiate further with the tenderer in regard to the
conditions contained in the said tender and thereby modify these conditions or add there to any further conditions as may be mutually agreed
upon between you and tenderer.

(b) That the guarantee here in before contained shall not be affected by any change in the constitution of our Banl or in the constitution of the
Tenderer.

(c) That any account settled between you and the tenderer shal be conclusive evidence against us of the amount due here under and shall not
be questioned by us.

(d) That this guarantee commences from the date here of and shall remain in force till the tenderer, if his tender is accepted by you, furnishes the
security as required under the said specification and executes a formal agreement as there in provided or till four Months after the period of the
extended period of validity, as the case may be, of the tender, whichever is earlier.

(e) Not with standing anything contained above the liability of the guarantor here under is restricted to the said sum of Rs__________and this
guarantee shall expire on the _________________day________-of________________20___. Unless a claim under the guarantee is filed with
the guarantor with in 06 Months of such date, all claims shall lapse and the guarantor shall be discharged from the guarantee.

(f) The expressions „The Tenderer‟ and „The Bank‟ the „UPRVUNL‟ here in used shall unless such interpretation is repugnant to the subject or
context, include their respective successors and as signs.

Yours faithfully,
(On a non-judicial stamp of Rs. 10/-)

AGREEMENT

Tender Invited By : The Executive Engineer, Electricity Purchase Division, ‘C’ TPS, Kasimpur
Tender for : ------------------------------------------------------------
Tender Notice No : ----------------------------------------------------------------
Opening Date : Part-I ------------------------------- --------------
Name of Tenderer : -----------------------------------------------------------------

IN CONSIDERATION Of the U.P. Rajya Vidyut Utpadan Nigam Ltd. having, treated the tenderer to be an eligible person whose tender
may be considered, the tenderer hereby agrees to the conditions that the proposal in response to the above invitations shall not be withdrawn
within 120 Days from the actual date of opening of tender price bid (Part-II), also to the condition that if there after the tenderer does withdraw
his proposal within the said period, the earnest money deposited by him may be forfeited by the U.P. Rajya Vidyut Utpadan Nigam Ltd. on the
discretion of the later.

Signed this ____________________________________________ date of ___________________

Signed by the Tenderer


(With Seal)
Witness:

1.

2.

S-ar putea să vă placă și