w q e | § § w w e ¡ ¦ k sjvn limited rampur h...
TRANSCRIPT
Save Energy for Benefit of Self and Nation
एसजे एन लिलिटेड
)भा त स का ए ं लििाचि प्रदे स का का सं क्त उपक्रि( SJVN LIMITED
(A Joint Venture of Govt. of India and Govt. of Himachal Pradesh)
A Mini Ratna and Schedule A PSU
RAMPUR HPS
412 MW (6X68.67 MW)
(An ISO 9001:2008, IS/ISO 14001:2004 & IS 18001:2007 Certified)
Procurement and Contract Department
Jhakri, Distt. Shimla (HP) – 172201: Telefax-01782-275948/275762
CIN No. L40101HP1988GOI008409
Website: www.sjvn.nic.in E-mail: [email protected]
No. SJVN/RHPS-P&C/F01/(PPR(O&M)-RHPS-325)/2017- Dated
NOTICE INVITING QUOTATION
Sub: - Procurement of Carbon Brushes for the Generators of Rampur HPS, SJVN Limited, Bayal,
Distt. Kullu (HP) (PPR(O&M)-RHPS-325).
Sealed quotations are hereby invited from the Manufacturers or their authorized dealers for supply of
carbon brushes for generators installed at power House, Rampur HPS on the lowest rates as applicable for
supply to the Govt. Department/ Public Sector Undertaking on the general terms and conditions as per
Annexure-I & Price Schedule (BOQ)-Schedule-I attached herewith.
Sr. No. Description/Specification of items Unit Qty.
The details are as per the description/specifications of the items given in the price schedule (Schedule-
I) attached herewith.
Please note that the quotation should be submitted along with supported documents in the office of
undersigned at the earliest, but positively before the closing date and time i.e. on or before 18.11.2017 by
1.00 PM.
Enclosure:-
1. General Terms & Conditions- Annexure-I
2. Undertaking regarding acceptance of terms & conditions-Annexure-II
3. Drawing-Annexure-III
4. Technical Data of Generator-Annexure-IV
5. Manufacturer’s Authorization Form-Annexure-V
6. Price Schedule(BOQ)-Schedule-I
7. Bank Account Details- Schedule-II
8. Bidder’s General Information- Schedule-III
9. Technical Specification Data Sheet-Schedule-IV
10. Schedule of HSN Code- Schedule-V
Yours Faithfully
For & on behalf of SJVN Limited
Chief Manager
Procurement & Contract Deptt,
Rampur HPS, SJVN Limited, Jhakri.
Dist. Shimla (H.P) PIN-172201.
Registered &
Corporate Office
Shakti Sadan, SJVN Corporate
Office Complex, Shanan, Shimla
(HP)
PIN-171006
Tel: 0177-2670064,490,521,741
Fax: 0177-2670542
Liaison/Coordination
Office
SJVN, IRCON Building
Ground Floor, Saket New Delhi
PIN-110017
TELE: 011- 41659210/17
FAX: 011- 41659204/14
Annexure-I
GENERAL TERMS AND CONDITIONS (PPR(O&M)-RHPS-325)
1. The quotations shall be submitted in two envelopes i.e. (i) Technical Bid: containing documentary
proof of payment receipt against earnest money deposited (EMD) into the account of Rampur
HPS/MSME Certificate, PAN No., GSTIN No., an undertaking regarding acceptance of NIQ terms and
conditions-Annexure-II, Manufacturer’s Authorization Form-Annexure-V, Bank Account Detail-
schedule-II, Bidder General Information-Schedule-III, Technical Specification Data Sheet-Schedule-IV &
Schedule of HSN Code-Schedule-V and (ii) Price Bid: containing the Price Bid (BOQ). Both the above
sealed envelopes should be placed in a single sealed bigger envelope super scribed Procurement of
Carbon Brushes for the Generators of Rampur HPS, SJVN Limited, Bayal, Distt. Kullu (HP)
(PPR(O&M)-RHPS-325) and submitted as below.
The quotation must reach in this office duly addressed to the undersigned on or before 18.11.2017
by 1.00 PM, which shall be opened on the same day at 2.00PM in the presence of authorized
representatives of suppliers/ dealers, who wish to be present at the time of opening. The quotation
received after the due date and time shall not be considered and out rightly rejected. Therefore,
bidders are advised to submit the bids in person or through Registered post/ Speed Post on or before
the stipulated period.
2. Bid Securities/ Earnest Money Deposit (EMD):
a. The offer must be accompanied with an earnest money of Rs. 3000/- (Rupees Three
Thousand) only. The EMD shall be deposited into the account of Rampur HPS, SJVN Limited in
following Bank Account through NEFT/RTGS : Sr. No. Bank Name IFSC Code Bank Account No.
1 Canara Bank, Rampur Bushehr CNRB0003241 3241201000031
Please note that EMD (Earnest Money Deposit)/ Bid Security in the form of
FDR/TDR/Demand Draft/Bankers Cheque & in the form of BG is not acceptable.
b. The supplier must submit the documentary proof of payment receipt against earnest money
along with the bid.
c. EMD of the bidder shall be forfeited, if the bidder withdraws or amends its bids or impairs or
derogates from the bid in any respect with in the period of validity of the bid.
d. Bid without documentary proof of EMD shall be rejected out rightly.
e. The EMD amount of the successful bidder shall be converted into Performance Security and
shall be released after the Guarantee/Warranty/defect liability period.
f. The EMD of unsuccessful bidder shall be released only after the issue of award letter without
any interest.
g. EMD of the bidder shall be forfeited, in the event of non-compliance of supply order by the
successful supplier/contractor.
3. Preference to MSME/SSI Units under Public Procurement Policy, 2012:
a) The MSEs registered with any of the following agency are eligible to avail the benefit as per
Public Procurement policy (PPP) for Micro & Small Enterprises (MSEs) Order, 2012 issued vide
Gazette Notification dated 23.03.2013 by Ministry of Micro, Small and Medium Enterprises of
Govt. of India vide Public Procurement Policy MSEs Order, 2012.
District Industries Centers (DIC)
Khadi and Village Industries Commission (KVIC)
Khadi and Village Industries Board(KVIB)
Coir Board
National Small Industries Corporation (NSIC)
Directorate of Handicraft and Handloom
Any other body/Agency specified by Ministry of MSME
Udyog Aadhaar Memorandum (UAM) issued by Ministry of MSME.
b) MSEs participating in the tender must upload/submit the certificate of registration with any
one of the above agencies indicating the details of the particular tender number along with
their bid.
c) The NSIC / DICs/ KVIC / KVIB Registration certificate/Udyog Aadhar Memorandum must
remain valid up to the date of validity of quotation. Please Note: The successful bidder should
ensure that the registration certificate must be valid till the end of the contract period.
d) The MSEs who have applied for registration or renewal of registration with any of the above
agencies/bodies, but have not obtained the valid certificate till the end date of bid submission,
are not eligible for any exemption/preference & will not be considered. Such offers will be
treated as offers received without EMD and out rightly rejected.
e) MSME Owned by SC/ST Entrepreneurs: To qualify for entitlement as SC/ST owned MSE
entrepreneurs, the SC/ST certificate issued by District Authority is required to be submitted In
addition to certificate of registration with any of the agencies as specified above along with bid.
Definition of MSE’s owned by SC/ST Enterprises is as under;
In case of proprietary MSE, proprietor(s) shall be SC/ST
In case of partnership MSE, The SC/ST partners shall be holding at least 51% shares in
the enterprise/unit.
In case of Private Limited Companies, at least 51% share shall be held by SC/ST
promoters.
Please Note: It is bidder responsibility to furnish the necessary documentary evidence for
enabling purchasers to ascertain that the MSE is owned by SC/ST.
f) The MSEs registered with above mentioned agencies /bodies are exempted from payment of
Earnest Money Deposit (EMD) & tender fees. However, MSEs are not exempted from the
submission of Security Deposit/ Performance Security against this tender.
g) Purchase Preference to MSEs: Subject to meeting terms and conditions stated in the tender
document including but not limiting to prequalification criteria, 20% of the total quantity of the
tender is earmarked for MSEs registered with above mentioned agencies/bodies for the
tendered item. Out of the 20% target of annual procurement from micro and small enterprises
4% shall be earmarked for procurement from micro and small enterprises owned by Scheduled
Caste (SC) & Scheduled Tribe (ST) entrepreneurs. In the event of failure of such MSEs to
participate in the tender process or meet the tender requirements and L1 price 4% sub target
so earmarked shall be met from other MSEs.
Where the tendered quantity can be split,: In a bid, if prices quoted by participating
Micro and Small Enterprises (MSEs) fall within the price band of L1+15%, such MSE
shall also be allowed to supply 20% of the total tendered quantity by bringing down
their prices to L1 prices . In case of more than one such MSE (L1+15%) the supply shall
be shared proportionately (to tendered quantity), subject to the condition that such
MSEs match the L1 price. Further, 4% out of above 20% (i.e. 20% of 20%) shall be from
MSEs owned by SC/ST entrepreneurs. This quota is to be transferred to the MSEs in
case of NON-availability of MSEs owned by SC/ ST entrepreneurs.
Where the tendered quantity cannot be split/divide: In case of tender item is non-
split able or non-dividable, etc.: MSE quoting price within price band L1+15% may be
awarded for full/complete supply of total tendered value to MSE, considering spirit of
Public Procurement Policy, 2012 for enhancing the Govt. Procurement from MSE.
Important Note: If L-1 Bidder is Micro and Small Enterprises (MSEs) (owned by SC/ST), 100%
order will go to the L-1 bidder.
Note: The benefit of preference policies shall be passed on to the procurement of goods and
services, produced and provided by micro and small enterprises. Traders and agent will not be
considered for availing benefits under PP Policy 2012 for MSEs.
h) Relaxation of Norms for Startups and Micro & Small Enterprises on Prior Experience and
prior turnover criteria: In compliance with Para No. 16 of Public procurement policy for
Micro and Small Enterprises Order, 2012 & Ministry of Finance (DOE), Procurement Policy
Division OM No. F/20/2/2014-PPD (Pt) dated 20.09.2016. The eligibility criteria of prior
turnover and prior experience for MSEs & all the startups (MSE or otherwise) is relaxed subject
to meeting of quality and technical specifications in accordance with the tender document.
#whereas, startup means an entity, incorporated or registered in India:
Not prior to seven years, however for Biotechnology Startups not prior to ten years,
With annual turnover not exceeding INR 25 crore in any preceding financial year, and
Working towards innovation, development or improvement of products or processes or
services, or if it is a scalable business model with a high potential of employment
generation or wealth creation
Provided that such entity is not formed by splitting up, or reconstruction, of a business
already in existence. Provided also that an entity shall cease to be a Startup if its
turnover for the previous financial years has exceeded INR 25 crore or it has completed
7 years and for biotechnology startups 10 years from the date of incorporation/
registration.
Please Note: The MSME units who are availing the benefit of public procurement policy
compulsorily get registered with MSME Data Bank including Udyog Aadhar before
submission of bid.
4. Prices: Firm prices as applicable for SJVN Ltd. for delivery FOR Averi basis by Road Transport to be
quoted and should be valid for 120 days from the date of opening of quotations. Averi is at a distance of
approximately 140 Kms from Shimla on Hindustan Tibet Road (NH 05).
5. Bid Submission: - The bid shall comprise of two parts (to be submitted in the manner described in
Clause No. 1 above) as under;
(A). Technical Bid: -
Part-I: - EMD, PAN No., GSTIN No., an undertaking regarding acceptance of NIQ terms and
conditions-Annexure-II, Manufacturer’s Authorization Form-Annexure-V, Bank Account Detail-
schedule-II, Bidder General Information-Schedule-III, Technical Specification Data Sheet-Schedule-
IV & Schedule of HSN Code-Schedule-V.
(B). Price Bid: -
Part-II: - Price bid i.e. price schedule (BOQ) schedule-I
6. The bidder must submit their bid through offline mode i.e. Speed Post/Registered Post as per NIQ
conditions.
7. Bid Opening: - The bids shall be opened in the following sequence:
a) First of all Part-I i.e. first envelope containing EMD, PAN No., GSTIN No., an undertaking regarding
acceptance of NIQ terms and conditions-Annexure-II, Manufacturer’s Authorization Form-
Annexure-V, Bank Account Detail- schedule-II, Bidder General Information-Schedule-III, Technical
Specification Data Sheet-Schedule-IV & Schedule of HSN Code-Schedule-V shall be opened and
evaluated.
b) Part-II i.e. second envelope containing Price bid shall be opened for only those bidders whose
Part-I of bid will be found substantially responsive. Necessary information to successful bidder
will be given through web site only.
8. Clarification of Bid: - If any clarification is required at any stage of bid evaluation, the same should be
attended by the bidder within seven (07) days from the date of receiving of such clarification,
otherwise the bid submitted by the bidder will be treated as non-responsive.
9. Taxes and Other charges: The prices should be inclusive of Packing & Forwarding charges,
loading/unloading charges & Freight & Transit Risk Insurance charges but exclusive of Goods &
Services Tax (GST). The applicable rate of taxes and other charges shall be clearly mentioned. In case
nothing is mentioned it shall be presumed that the rates quoted are inclusive of taxes and other
charges.
10. Goods & Services Tax (GST): Indicate clearly the applicable rate of GST in the price schedule (BOQ)-
Schedule-I itself. The bidder should ensure that they are GST compliant and their quoted tax
structure/rates are as per GST Law. The bidder should have valid PAN No. and GSTIN No. and same
has to be uploaded along with the bid.
11. The rates and amount should be filled in both figures and words. In case of ambiguities the rate in
words shall prevail. If there is any discrepancy between the unit rate & total price (i.e. obtained
multiplying unit price & quantity), the unit rate shall prevail & the total price shall be corrected by
Rampur HPS, SJVN Limited accordingly.
12. The bidders shall quote the prices in Indian Rupees only .All discount /rebate should be mentioned in
the Price Schedule only.
13. All discount /rebate if any should also be mentioned in quotation itself. Over writing/over
typing/Cutting should be avoided, if any, should be authenticated by putting the initials by the
authorized signatory of the firm.
14. Delivery: All the items are to be supplied within Sixty (60) Days which shall be reckoned from the
date of issue of supply order. However, the supplier will have to make all out efforts to supply the
materials as early as possible at the site.
15. The bidder is requested to quote his lowest rates for the complete scope of supply as applicable for
supply to the Govt/Semi-Govt. Deptt and PSU’s.
16. Performance Security/ Security Deposit: 10% of supply order amount (after adjusting EMD) shall be
retained as Performance Security which will be recovered from the payment of the supplier and shall
be released after expiry of warranty period.
Performance security shall be forfeited in the event of breach of contract including short
supply etc. by the contractor in terms of the contract.
NSIC/MSME registered firms are not exempted from the submission of Security Deposit/
Performance Security.
The Performance Security amount will not earn any interest for whatsoever period
retained by the Purchaser.
17. Warranty: The material under the scope of supply shall be covered under warranty for a period of One
(01) year or as per manufacturer policy, whichever is later from the date of receipt of material at
O&M Store at Averi under normal working conditions against any manufacturing defects due to defect
in material/workmanship.
18. Inspection: The inspection of the materials shall be carried out by authorized representative of PHD
dept., Rampur HPS, SJVN Limited at Rampur HPS O&M Store at Averi. If any item found
defective/damaged, the same shall be replaced free of cost and in such case freight charges etc. shall be
borne by the supplier.
19. Terms of Payment: The payment to the bidder will be made as under after submission of all the
required documents acceptable to Rampur HPS, SJVN Ltd.
a. 100% payment (after retaining Security Deposit as per Clause 16 above) including taxes and
other charges as per Price Schedule (BOQ) will be made after delivery of complete material at
(O&M) Store, Rampur HPS Averi & after inspection & acceptance thereof on submission of the
following documents to the consignee for the release of the payment:-
i. Invoices (Original) in triplicate.
ii. Unequivocal acceptance of Supply order.
iii. Inspection Report.
iv. Warranty Certificate.
v. Test Certificate, If any.
b. All the payments for the supplies rendered by non-MSEs (Non- Micro & Small Enterprises)
supplier/contractor under the contract shall be released within forty five (45) days from the
receipt of invoice/ bills form the contractor/ supplier complete in all respects. In case
payments are not released as mentioned above, SJVN shall pay the principal amount plus
simple interest from the date immediately following the date agreed upon @ 8% p.a.
c. All the payments for the supplies rendered by MSEs (Micro & Small Enterprises) supplier/
contractor under the contract shall be released within forty five (45) days from the day of
acceptance, subject to submission of invoice on or before the day of acceptance. Day of
acceptance means day of actual delivery of goods; or where any objection is made in writing
by SJVN regarding acceptance of goods or services within fifteen days from the date of
delivery of goods or the rendering of services, the day on which such objection is removed by
the contractor/ supplier.
In case payments are not released as mentioned above, SJVN shall pay the principal
amount plus compound interest with monthly rests from the date immediately following the
date agreed upon @ three times of bank rates as notified by Reserve Bank of India from time
to time.
d. The payment shall be released through electronic fund transfer on the details to be provided
by the bidder along with his bid on bank account details (schedule-II). Bank charges if any,
shall be borne by the supplier.
e. No advance payment shall be paid in any circumstance.
20. Evaluation of the bid shall be carried out overall basis. Hence, the bidders are requested to quote for
all the items given in the price schedule (BOQ). In case, bidder has not quoted for all the items,
the bid submitted shall not be considered and out rightly rejected.
21. Only specified make are acceptable. Therefore, Bidders are requested to kindly quote for the
specified make. Make other than that specified in Price Schedule (BOQ) shall not be accepted
and SJVN reserves the right to reject such bids outrightly.
22. The carbon brush shall be manufactured as per BHEL Reference Drawing-Annexure-III.
23. The purchaser reserves the right to reject the quotation without assigning any reason thereof.
24. The purchaser reserves the right to increase/decrease the quantity at the time of placing the order.
25. If it happens to be a holiday on the day of receipt/opening of the tender, the quotation shall be opened
on next working day at the same place and time.
26. Dispute: In case of any dispute of difference arising out the contract between the supplier and the SJVN
Ltd. the same shall be referred to the sole arbitrator who shall be appointed by the HOP, Rampur HPS,
SJVN Ltd. Jhakri. The award of the arbitrator shall be final & binding on both the parties.
27. Jurisdiction: In case of any dispute out of above conditions, the court of Rampur, Bushahr, Distt.
Shimla (H.P) alone shall have the jurisdiction to adjudicate upon.
28. L.D. Charges: If the delivery of material in full & in good condition is not completed for whatsoever
reason within the stipulated period, an amount @ ½ % (half percent) of total supply order amount
would be deducted from the payment due to supplier for each week or part thereof, subject to the
maximum of 5%( five percent) of the total supply order amount.
29. It should be ensured by the supplier that all the precautions are taken for environmental protection as
well as health and safety of those handling the material. Further the supplier shall also ensure that all
legal and regulatory requirements related to the Environment, health and safety are complied with.
Note: The above General Terms & Conditions-Annexure-I, Undertaking-Annexure-II, Drawing-
Annexure-III, Technical Data of Generator-Annexure-IV, Manufacturer s Authorization Form-Annexure-V, Price Schedule (BOQ) schedule-I, Bank Account Detail- schedule-II,
Bidder General Information-Schedule-III, Technical Specification Data Sheet-Schedule-IV &
Schedule of HSN Code-Schedule-V shall form the part of supply order.
For & on behalf of SJVN Limited
Chief Manager
Procurement & Contract Deptt,
Rampur HPS, SJVN Limited, Jhakri.
Dist. Shimla (H.P) PIN-172201.
Annexure-II
UNDERTAKING
It is hereby declared that I/We the undersigned, have read and examined all the
terms and conditions etc. of the NIQ/tender document for which I/We have signed
and submitted the tender under proper lawful Power of Attorney. It is also certified that all
the terms and conditions of the NIQ/tender document are fully acceptable to me/us and
I/We will abide by the conditions. This is also certified that I/We/our principal
manufacturing/authorized firm has no objection in signing the purchase contract if the
opportunity for the supply of the items against this tender is placed to me/us. I/We hereby
agree to extend our full warranty/guarantee for the goods offered for supply as per
manufacturer policy.
Place:
Date:
Seal & Signature:……………………………
Name:………………………….…….….……
Designation:………………………………….
Address:………………………………………
……………………..……………………
Annexure-IV
Technical Data of Generator
Technical Data
Generator
Make BHEL Bhopal Generator Rated Power 68.67 MW
At 0.9 Power Factor (Lagging) 76.3 MVA
Maximum Continuous Power Output 75.53 MW
Rated Current 4005 A
Generator Type Synchronous with salient poles
No. of phases 3 Nos.
Rated Frequency 50 Hz ± 3%
Rated Synchronous speed 200 rpm
Generator Short Circuit Ratio 1.05
Generator Rated Voltage 11 kV ± 5%
Stator Winding Connection Double Layer, Bar type-Star
Type of Cooling Close Ventilation
Direction of Rotation C/W
Diameter of Slip ring 1250 mm
Excitation
Type of Excitation Static
Field Current 1200 A
Field Voltage 350 V
No. of Load Excitation Current 488 A
Turbine
Type of Prime Mover Francis Turbine
Type Vertical Semi Umbrella
Annexure-V
MANUFACTURERS AUTHORIZATION FORM
Tender Ref. No. Date:-
To
Addl. General Manager
P&C Deptt.
Rampur HPS, SJVN Limited,
Jhakri Distt. Shimla (HP)
WHEREAS ………………………………………………………………. (Name of the Manufacturer) who are
established and reputable manufacturers of……………………………… (Products) having factories at
……………………………………….(address of factory) do hereby authorize ……………………… (Name & Address
of Supplier) to submit a bid, and subsequently negotiate and sign the Contract with you
against……………………. for the above goods manufactured by us.
To present and bind us in the tendering for the program for supply of the ………………(product) proposed
in the tender which we manufacture or produce and provide services related thereto, if any through
…………………………….(Contractors/Supplier Name), our official partners.
We hereby extend our full guarantee and warranty of the General Conditions of Contract for
the goods offered for supply by the above firm against this Invitation for Bids.
-----------------------------------------
(Signature For & Behalf of the Manufacturer)
Note: This letter of authority should be on the letterhead of the Manufacturer and should be
signed by a person competent to bind the Manufacturer. It should be included by the
Bidder in its bid.
Schedule-I
Date:
Place:
Goods & Services Tax (GST)
Make
Assam Carbon/Schunk/Mersen/Morgan/
Helwig
Assam
Carbon/Schunk/Mersen/Morgan/
Helwig
25
in %
Net Unit Rate including GST in Rs.
Seal and Signature of Bidder
"Price Schedule (BOQ) "
Procurement of Carbon Brushes for the Generators of Rampur HPS, SJVN Limited, Bayal, Distt. Kullu (HP) (PPR(O&M)-RHPS-325).
Total Quoted amount including GST in Rs.
In Figure In words
Discount/Rebate
In % In Rs.
Note:
Net Unit Rate after discount/rebate in Rs.
Sr.No. Descriptions/Specification of items Qty.
2. All the above General Terms & Conditions-Annexure-I, Undertaking-Annexure-II, Drawing- Annexure-III, Technical Data of Generator-Annexure-IV, Manufacturer's Authorization Form-Annexure-V, Price Schedule (BOQ) schedule-I, Bank Account Detail- schedule-II, Bidder General Information-Schedule-III, Technical Specification Data Sheet-Schedule-IV & Schedule of HSN Code-Schedule-V of PPR(O&M)-RHPS-325 shall form the part of supply order.
Total Quoted Amount In Rs
PPR(O&M)-RHPS-325
S J V N Limited
Rampur HPS
Procurement & Contract Deptt.
In Rs.
Unit Rate in Rs.Unit
1. The bidder is requested to go through all the General terms & conditions-Annexure-I, Drawing-Annexure-III, Technical Data of Generator-Annexure-IV, Technical Specification Data Sheet-Schedule-IV and description/specifications of item given in price schedule(BOQ) of PPR(O&M)-RHPS-325 before quoting his rates in price schedule.
2 Carbon Brushes
Size: 25.4x38.1x50.8mm,Grade: M16E or Equivalent for Shaft Earthing and as per description and requirement as mentioned in Technical Specification Data Sheet- Schedule-IV
Pcs.
1 Pcs. 200Carbon Brushes Size: 25.4x38.1x50.8mm,Grade: EGOR or Equivalent and as per description and requirement as mentioned in Technical Specification Data Sheet- Schedule-IV
Schedule -II
Bidder's Name & Address: To
Chief Manager (P&C)
Rampur HPS, Jhakri
SJVN Limited
Distt. Shimla - 172 201 (H.P.)
Dear Sirs, INDIA
Sl. No. Description
1 Bid Reference Number
2 Name of the Company
5 Fax No.
6 Website if any
7 e-mail id
8
(i) Name of the Beneficiary (Exactly
same as mentioned in the Bank
Account)
(ii) Name of the Bank
(iii) Name of the Branch & Branch
Code
(iv) IFSC Code No./Swift Code no.
(v) Bank Account Number
8 PAN No.
9 CST /VAT/ TIN No.
10 GSTIN No. Please attach copy
Date :
Place :
Bank Account Details
The Following is the general information and bank acount detail under , if the order is placed then the payment is to be
relesed as per the folwing detail:
Detail
3 Contact Persons
4 Contact Numbers
Procurement of Carbon Brushes for the Generators of Rampur HPS, SJVN Limited, Bayal, Distt.
Kullu (HP) (PPR(O&M)-RHPS-325).
SJVN Limited
Rampur HPS ( 412 MW)
"General Information & Bank Account Details"
Chief Manager
Procurement & Contract Deptt
Rampur HPS
SJVN Limited
Jhakri Distt. Shimla (HP)-172201
1.1 :
1.2 :
: STD Code Number
: STD Code Number
:
:
1.3 :
:
1.4. :
1.5 :
BIDDER’S GENERAL INFORMATION
To
Company Name*
Address of Registered Office*
Phone No.*
Fax No.
Correspondence Email Id*
Websites, if any
Company Registration No.*
1.4 Country of Incorporation
if for Foreign then please
mention Country
Company Establishment Year*
Nature of Business
1.6 Company Legal Status* :
Schedule-III
Limited Company
Undertaking
Joint Venture
Partnership
India
Foreign
1.7
:
1.8 :
1.9 :
1.10 :
1.0 :
1.1 :
1.2 :
1.3 :
1.4 :
If Other please specify:
Company Category :
If Other please specify:
PAN No. (Please upload a
copy)*
TIN No.
GSTIN No. (Please upload a
copy)*
Contact Details:
Designation*
Contact Person Name*
Contact No.*
Email Id*
Declaration:
Date of Birth
Others
Micro Unit as per MSME
Small Unit as per MSME
Medium Unit as per MSME
Ancillary Unit
SSI Unit
Project Affected person of this company
Others
I/we hereby declare that the details furnished above are true and correct to the best of my
knowledge and belief and I undertake to inform you of any changes therein, immediately. In
case any of the above information is found to be false or untrue or misleading or
misrepresenting, I/We are fully aware that the submitted bid will be rejected and EMD shall be
forfeited.
Place
Yours faithfully,
Authorized Signatory Name
Designation
Date
Thanking you,
Schedule-IV
Technical Specification Data Sheet for Carbon Brushes
Sr.
No.
Name of the
Material
Description Specification
Required
Specification (to be
filled by the bidder)
1. Carbon Brushes
Size:
25.4x38.1x50.8mm,
Grade: EGOR or
Equivalent
Make Assam
Carbon/Schunk/Mersen
/Morgan/Helwig
carbon Products
Application Hydro Generator
Size 38.1x50.8x25.4mm
Grade EGOR or equivalent
Lead Pull out
strength
30kg min.
Mili volt
Drop
80 Max.
Standard IS-3003 (Part-III) or
equivalent
Lead Length 15 cms approx.
Lug Size As per drawing
Lead Material Twisted Copper strands
flexible
(To suit current
carrying capacity of
Brush)
2.
Carbon Brushes
Size:
25.4x38.1x50.8mm,
Grade: M16E or
Equivalent as per
Shaft Earthing
Make Assam
Carbon/Schunk/Mersen
/Morgan/Helwig
carbon Products
Application Hydro Generator
Size 38.1x50.8x25.4mm
Grade CM5H/M16E or
equivalent
Lead Pull out
strength
30kg min.
Mili volt
Drop
80 Max.
Standard IS-3003 (Part-III) or
equivalent
Lead Length 15 cms approx.
Lug Size As per drawing
Lead Material Twisted Copper strands
flexible
(To suit current
carrying capacity of
Brush)
Schedule-V
Sr.No. Description of Item HSN Code of items HSN Code description GST Rate in %
1 Carbon Brushes
Size: 25.4x38.1x50.8mm,
Grade: EGOR or Equivalent
as per requirement as
mentioned in Technical
Specification Data Sheet
Schedule-IV
2 Carbon Brushes
Size: 25.4x38.1x50.8mm,
Grade: M16E or Equivalent
for Shaft Earthing as per
requirement as mentioned in
Technical Specification Data
Sheet Schedule-IV
PPR(O&M)-RHPS-325
Schedule of HSN Code