faridabad thermal power station - haryana power …hpgcl.org.in/docfiles/hpgcl55498.pdf · nit no....

27
FARIDABAD THERMAL POWER STATION (A Unit of Haryana Power Generation Corporation Limited) (Regd. Office: C-7, UrjaBhawan, Sector-6, Panchkula) Corporate Identity No. U45207HR1997SGC033517 Website:- www.hpgcl.org.in (An ISO 9001, 14001 & OHSAS 18001 Certified Company) E-TENDER DOCUMENT FOR Providing Medical Health Services at HPGCL Health Centre, Thermal Colony, Sector-23, Faridabad SUPERINTENDING ENGINEER/FTPS FARIDABAD THERMAL POWER STATION, #251,Thermal Colony,Sec-23 HPGCL, FARIDABAD PHONE NO. 0129-2234277 AUGUST-2019 NIT No. CM-137/FTPS/2019/SMO/HC-23 Vol-II dated 07.08.2019 Last date of Submission 09.09.2019

Upload: others

Post on 20-May-2020

3 views

Category:

Documents


0 download

TRANSCRIPT

FARIDABAD THERMAL POWER STATION (A Unit of Haryana Power Generation Corporation Limited)

(Regd. Office: C-7, UrjaBhawan, Sector-6, Panchkula) Corporate Identity No. U45207HR1997SGC033517 Website:- www.hpgcl.org.in

(An ISO 9001, 14001 & OHSAS 18001

Certified Company)

E-TENDER DOCUMENT

FOR

Providing Medical Health Services at HPGCL Health Centre, Thermal Colony, Sector-23, Faridabad

SUPERINTENDING ENGINEER/FTPS

FARIDABAD THERMAL POWER STATION, #251,Thermal Colony,Sec-23

HPGCL, FARIDABAD PHONE NO. 0129-2234277

AUGUST-2019

NIT No. CM-137/FTPS/2019/SMO/HC-23 Vol-II dated 07.08.2019

Last date of Submission 09.09.2019

1

INDEX

Sr. No. Description Page No.

1. Online notice inviting Tender (e-tender) 2

2. Information regarding online payments of tender fee,

e-service fee and EMD 3

3. Instructions to bidder on Electronic Tendering System

(Annexure- A) 4-5

4. Scope of Work (Annexure- B) 6

5. Special Terms and Conditions (Annexure-C) 7-9

6. General Terms and conditions of Contract (Annexure-D) 10-15

7. Instructions to Bidder (Annexure-E) 16-18

8. Statements of bidders (Annexure-F) 19

9. Check list for contractor (Annexure-G) 20

10. Undertaking form (Annexure-H) 21

11. Letter of Authorization/Board Resolution /Power of

Attorney for individual to sign on behalf of the Bidder

(Annexure-I)

22

12. Acceptance certificate (Annexure-J) 23

13. Deviation from the specification (Annexure-K) 24

14. Performa for contract agreement (Annexure-L) 25

15. Price bid (Part-II) (Annexure-M) 26

2

FFAARRIIDDAABBAADD TTHHEERRMMAALL PPOOWWEERR SSTTAATTIIOONN FFAARRIIDDAABBAADD (A UNIT OF HARYANA POWER GENERATION CORPORATION LIMITED) (Regd. Office: C-7, Urja Bhawan, Sec.-6, Panchkula)

Corporate Identity Number: U45207HR1997SGC033517

ISO: 9001, ISO: 14001 Website: www.hpgcl.org.in E-mail: [email protected] & OHSAS: 18001 Company Phone No. 0129-2232887

NOTICE INVITING E-TENDER

Tender Enquiry No. CM-137/FTPS/2019/SMO/HC-23 Vol-II

Description of Item Providing Medical Health Services at HPGCL

Health Centre, Thermal Colony, Sector-23,

Faridabad

Completion period 12 months

Start date and time of tender uploading 07.08.2019 at 20.00 Hrs.

Last date for downloading of tender & Bid

Preparation & submission 09.09.2019 at 13:00 Hrs.

Technical Opening (Part-I) 09.09.2019 at 15:30 Hrs.

Tender document Fee (Non-refundable) Rs. 1180/-

E-service Fees (Non- refundable) Rs. 1180/-

Earnest Money(refundable) Rs. 19600/- for general contractor &

Rs. 9800/- for labour const. soc.

Firms registered with Director of Industries,

Haryana or registered with National Small

Industries Corporation, Govt. of India are

exempted from depositing the Earnest Money

Deposit. The exemption shall be for the

specified items which are available on Director

of Industries, Haryana/National small

industries corporation rate contract

Contact Information Executive Engineer/FTPS, FTPS, HPGCL,

Faridabad-121001. Mob. No.- 9316479155

Information for payment (EMD, e-service fee

& tender document fee)

As per e-tender documents

General Terms & Conditions As per Annexure-D

Special Terms Conditions As per Annexure-C

Statements of bidders As per Annexure-F

Contact Information Executive Engineer/FTPS, House No. 251

HPGCL Colony Sector-23 Faridabad -121005.

Mob. No.- 9316479155

3

NIT No. CM-137/FTPS/SMO/HC-23 Vol-II Dated:- 07.08.2019

E-Tenders are hereby invited from eligible bidders in two parts (Part-1 will be Technical bid and

Part-2 will be Price Bid) on behalf of HARYANA POWER GENERATION CORPORATION LIMITED

(HPGCL) for outsourcing of activities for providing OPD Services in HPGCL Health Center Sec-23

Faridabad by deputing Medical Officer of requisite qualifications and experience for the

employees/retirees/families of expired staff of Haryana Power Utilities by providing Medical Officer for a

period of 1 Year as per following details:-

Sr.

No

Brief scope of work Bid

Preparation

&

Submission

Opening date

of Bids

(Part-1)

Amount of Earnest money

(EMD) to be deposited via

RTGS/NEFT/OTC through

online portal.

1. Providing Medical Health Services at

HPGCL Health

Centre, Thermal Colony, Sector-23,

Faridabad

07.08.2019 (from 20:00 Hrs)

To

09.09.2019

(upto 13:00 Hrs)

09.09.2019

(at 15:30 Hrs)

Rs. 19600/- for General contractor &

Rs. 9800/- for labour const. soc.

Firms registered with Director of Industries, Haryana or registered

with National Small Industries

Corporation, Govt. of India are

exempted from depositing the Earnest Money Deposit. The

exemption shall be for the

specified items which are available on Director of

Industries, Haryana/National

small industries corporation rate contract

1. The tender document having detailed terms and conditions is available on the website www.hpgcl.org.in

and https://etenders.hry.nic.in. The bidders shall have to pay tender document Fee (Rs.1180/-), e-Service

charges (Rs. 1180/-) and EMD Fee Rs. 6800/- for general contractor & Rs. 3400/- for labour const.

Society, online through e-procurement portal https://etenders.hry.nic.in by using the service of secure

electronic payment gateway. The secure electronic payments gateway is an online interface between

contractors and online payment authorization networks. Firms registered with Director of Industries,

Haryana or registered with National Small Industries Corporation, Govt. of India are exempted from

depositing the Earnest Money Deposit

2. The e-tenders shall be received through online only. All interested firms are requested to get themselves

registered as vendors with the said website for submitting their bids.

3. Only those tenders shall be considered who deposit the requisite earnest money and tender document cost

& transaction fee by due date.

4. This office reserve the right to reject any or all the tenders received without assigning any reason.

5. In case, the day of opening of tender happens to be a holiday, the tender will automatically be opened on

next working day.

---Sd---

Superintending Engineer

FTPS, HPGCL Faridabad

4

Annexure-A

Instructions to bidder on Electronic Tendering System :

These conditions will over-rule the conditions stated in the tender documents, wherever

relevant and applicable.

1. Registration of bidders on e-Procurement Portal:- All the bidders intending to

participate in the tenders process online are required to get registered on the centralized e -

Procurement Portal i.e. https://etenders.hry.nic.in. Please visit the website for more details.

2. Obtaining a Digital Certificate: 2.1 The Bids submitted online should be encrypted and

signed electronically with a Digital Certificate to establish the identity of the bidder bidding

online. These Digital Certificates are issued by an Approved Certifying Authority, by the

Controller of Certifying Authorities, Government of India.

2.2 A Digital Certificate is issued upon receipt of mandatory identity (i.e. Applicant’s

PAN Card) and Address proofs and verification form duly attested by the Bank Manager /

Post Master / Gazetted Officer. Only upon the receipt of the required documents, a digital

certificate can be issued. For more details please visit the website –

https://etenders.hry.nic.in.

2.3 The bidders may obtain Class-II or III digital signature certificate from any

Certifying Authority or Sub-certifying Authority authorized by the Controller of Certifying

Authorities or may obtain information and application format and documents required for

the issue of digital certificate

2.4 Bid for a particular tender must be submitted online using the digital certificate

(Encryption & Signing), which is used to encrypt the data and sign the hash during the stage

of bid preparation & hash submission. In case, during the process of a particular tender, the

user loses his digital certificate (due to virus attack, hardware problem, operating system or

any other problem) he will not be able to submit the bid online. Hence, the users are advised

to keep a backup of the certificate and also keep the copies at safe place under proper

security (for its use in case of emergencies).

2.5 In case of online tendering, if the digital certificate issued to the authorized user of a

firm is used for signing and submitting a bid, it will be considered equivalent to a no-

objection certificate/power of attorney /lawful authorization to that User. The firm has to

authorize a specific individual through an authorization certificate signed by all partners to

use the digital certificate as per Indian Information Technology Act 2000. Unless the

certificates are revoked, it will be assumed to represent adequate authority of the user to bid

on behalf of the firm in the department tenders as per Information Technology Act 2000.

The digital signature of this authorized user will be binding on the firm.

2.6 In case of any change in the authorization, it shall be the responsibility of

management / partners of the firm to inform the certifying authority about the change and to

obtain the digital signatures of the new person / user on behalf of the firm / company. The

procedure for application of a digital certificate however will remain the same for the new

user.

2.7 The same procedure holds true for the authorized users in a private/Public limited

company. In this case, the authorization certificate will have to be signed by the directors of

the company.

5

3 Opening of an Electronic Payment Account: Tender document can be downloaded online.

Bidders are required to pay the tender documents fees online using the electronic payments

gateway service. For online payments guidelines, please refer to the Home page of the e-

tendering Portal

4 Pre-requisites for online bidding: In order to bid online on the portal

https://etenders.hry.nic.in., the user machine must be updated with the latest Java. The link

for downloading latest java applet is available on the Home page of the e-tendering Portal.

5 Online Viewing of Detailed Notice Inviting Tenders: The bidders can view the detailed

N.I.T and the time schedule (Key Dates) for all the tenders floated through the single portal

e-Procurement system on the Home Page at https://etenders.hry.nic.in.

6 Download of Tender Documents: The tender documents can be downloaded free of cost

from the eProcurement portal https://etenders.hry.nic.in.

7 Key Dates: The bidders are strictly advised to follow dates and times as indicated in the

online Notice Inviting Tenders. The date and time shall be binding on all bidders. All online

activities are time tracked and the system enforces time locks that ensure that no activity or

transaction can take place outside the start and end dates and the time of the stage as defined

in the online Notice Inviting Tenders.

8 Bid Preparation (Technical & Financial) Online/offline Payment of Tender Document

Fee, eService fee, EMD fees and Submission of Bid Seal (Hash) of online Bids:

8.1 The online payment for Tender document fee, eService Fee & EMD can be done

using the secure electronic payment gateway. The Payment for Tender Document Fee and

eService Fee can be made by eligible bidders/ contractors online directly through Debit

Cards & Internet Banking Accounts and the Payment for EMD can be made online directly

through RTGS / NEFT.

The secure electronic payments gateway is an online interface between contractors

and Debit card / online payment authorization networks.

8.2 The bidders shall upload their technical offer containing scanned copies of

documents, qualifying criteria, technical specification, schedule of deliveries, and all other

terms and conditions except the rates (price bid) in the part-I (Technical envelope).

The price bid shall be submitted in separate part-II format supplied online by HPGCL

authority.

8.3 Submission of bids will be preceded by submission of the digitally signed & sealed

bid (Hash) as stated in the time schedule (Key Dates) of the Tender.

NOTE:-

(A) If bidder fails to complete the Online Bid Submission stage on the stipulated date and

time. His/hers bid will be considered as bid not submitted, and hence not appear during

tender opening stage.

(B) Bidders participating in online tenders shall check the validity of his/her Digital

Signature Certificate before participating in the online Tenders at the portal

https://etenders.hry.nic.in

For help manual please refer to the ‘Home Page’ of the e-Procurement website at

https://etenders.hry.nic.in and click on the available link ‘Help to Contractors..’ or contact at the

helpline under link ‘contact us’

6

Annexure-B

SCOPE OF WORK

The scope of work shall comprise of:-

1. Providing Medical Officer/Sr. Medical Officer (retired/working) having 10 years service at

his credit to run OPD service in HPGCL Health Centre, Sector-23,Faridabad for a period of

one year (extendable by another one year) on working days as per the timings given below:-

Monday to Friday

(a) Morning OPD 09:00 AM to 12:00 PM

(b) Evening OPD 03:30 PM to 05:00 PM

(c) Administrative work 12.00Hrs. to 1.00 PM & 2.00 PM to 3.30 PM

(d) Lunch break 1:00 PM to 2:00 PM

Saturday (a) Morning OPD 09:00 AM to 12:00Hrs.

2. The doctor will be allowed weekly rest on all the Sundays & will be entitled to observe rest

on all the gazetted holidays/National holidays as per the list circulated by CE/Thermal & no

deduction from the bills will be made from the firm’s on this account.

3. To ensure availability of consumables /medicines (to be provided by HPGCL) in sufficient

quantity all the time, a buffer stock shall be kept in the HPGCL Health Centre, Sector-23 for

which doctor shall submit timely requirement to the Thermal authorities.

4. Providing Medical Aid to the workmen (working & retirees) of the Corporations (HPGCL,

HVPNL, DHBVNL & UHBVNL) in the HPGCL Health Centre, Sector-23 and at other

locations of the plant/residential colony /offices as per requirement.

5. Accompanying the workmen to the hospital/medical institute in case of emergency and

providing Medical Aid on the way.

6. The space for HPGCL Health Centre in Sector-23, Faridabad shall be provided by the

corporation, cleaning and dusting will be in scope of department.

7. The transportation arrangement of Medical Officer/ Sr. Medical Officer will be made by

himself.

8. Any other required work as deemed fit for satisfactory working of HPGCL Health Centre,

Sector-23, Faridabad.

Administrative Officer

Thermal, HPGCL, Faridabad

7

Annexure-C

SPECIAL TERMS AND CONDITIONS

1. The firm shall provide medical services at Health Center Sector-23, Faridabad, and the

services can be shifted to any other place in part or in totality as per the requirement.

2. Qualifying Requirements:- The minimum qualification and experience for Medical Officer

to be deployed for the work shall be as follows:-

(i) The bidder should be successfully running a hospital having minimum 20 beds. (ii) One Medical Officer having MBBS degree with a minimum of 10 years of

experience after internship of large hospital (20 bedded or more) or at an

industrial (Govt./PSU) Hospital is required to be provided. The doctor should be

MBBS familiar with traumatic injuries and first Aid practices.

3. Medical Agency shall ensure deployment of Medical Officer at the designated place during

the day after submission & verification of original documents to the Admn. Officer. If the

Doctor remains absent on any day, the Medical Agency shall make arrangement of

deploying a substitute having same qualifications, experience after submitting the original

documents to Administrative Officer, FTPS for deciding suitability. The decision of

Administrative Officer, FTPS in this regard shall be binding and will not need assigning

reasons to the agency.

4. The agency shall produce original certificate of Medical Officer within 10 days from the

date of issue of letter of acceptance to Administrative Officer, FTPS for consideration of

eligibility.

5. The agency shall deploy the Medical Officer on the designated date and time at start of the

contract. In case the agency fails to deploy any of the same, he will be considered as absent

from duties and shall be dealt as per clause No.10 below.

6. In case the Medical Officer does not report for duty on designated day and time, pro-rata

deduction at double the rate shall be made for the absence.

7. In case of continued/repeated absence from duties, the cooperation reserves the right to take

appropriate action against the agency including termination of contract.

8. Medical Agency shall make their own arrangement for transportation of the medical officer.

9. Any change suggested for MO by the Officer-in-charge shall be binding on the agency &

any substitution shall require prior approval of Officer-in-charge.

10. There will be pro-rata double deduction for any absence of M.O./Sr.M.O. In case of

emergencies a suitable substitute as agreed by the Officer-in-charge may be allowed but

requests should be limited. Deduction shall be as per following calculation:-

Calculation of Deduction for one day = Monthly payment in Rupees/30 days x 2

(One day non-payment of salary for absence and one day salary deduction as penalty).

11. Contracting agency shall abide by all Laws, Rules pertaining to Central/State Government

including Provident Fund and all types of leaves etc. (Weekly off after six days duties and

National/Gazetted holidays as per HPGCL list). By fulfilling these obligations, the above

services shall run exactly as per the Schedules given by the Officer-in-charge.

12. Any disruption in service on account of failure to abide by contract conditions may result in

sudden cessation of health care facilities for HPGCL Health Centre which shall be viewed

seriously. It may invite any action including black listing, termination of contract and

8

continuing these services through some other agency at the contracting agency’s risk and

cost.

13. It will be responsibility of MO/Sr. MO to maintain cordial relation amongst the staff & with

the patients. They will create an atmosphere of sympathy, care and concern for the welfare

of patients & their attendants. A feeling shall be generated that patients are safe & well cared

by team of Doctor & paramedical staff.

14. Misbehavior by Doctor with the patients or staff shall cause penalty as deemed appropriate

by officer-in-charge, it can be financial / non-financial / both and in case of financial penalty

the same shall be deducted from running bill of the firm. Besides above, the FTPS reserve

the right to impose any more stringent penalty.

15. Medical Agency providing services shall be responsible for giving weekly rest, other leaves

as applicable to them & arrange for suitable substitutes to provide continuous medical

services. Payment for compensation to those performing extra duties on leave arrangement

shall be paid by the contracting agency and no extra payments shall be made to the agency

on this account. The tenderers should take this note into consideration while quoting for the

service.

16. Medical Agency shall comply with the provisions of various statutory laws wherever

applicable to them including Employees Provident Fund and Misc- Provision Act and ESI

Act, Goods & Service (GST) Tax. The contractor/firm should be registered with the

Provident Fund Commissioner, Govt. of Haryana and should possess permanent EPF

registration number. All taxes, insurance of MO/Sr MO shall be borne by agency and no

reimbursement shall be made by HPGCL on this account.

17. The agency will deploy MO/Sr MO in white Apron along with the identity card issued by

the agency.

18. The agency shall maintain attendance register of manpower deployed by him during the

execution of work.

19. The contractor shall ensure the required deduction of the EPF/ESI, if applicable, of their

prescribed rates from the salaries /wages of the driver, if employed by the Medical Agency

for the Doctor, and further depositing the same along with his own contribution (being the

employer) in his own EPF code number, the receipt challan of which has to be submitted in

duplicate along with the monthly bills in case of any short deposit, if there, it will be the sole

responsibility of the contractor/Medical Agency.

20. The firm shall also maintain all the necessary records/register in respect of his/their

employees, as required under the labour rules and regulations and the same shall be made

available to the Administrative Officer/Project authorities/Govt. of Haryana for

checking/inspection as and when required. The employees of the agency will neither be

considered employee of HPGCL nor shall any claim for employment of HPGCL be

entertained. The person engaged by the firm shall not have any legal right claiming

regularization of his service etc. in the deptt. where he has been engaged or any other

consequential benefits. Department shall under no circumstances be deemed or treated as the

employer of the person engaged for any purpose, whatsoever, nor department would be

liable for any claim (s) whatsoever of any such person.The contractor will keep the

corporation and its officers indemnified from and against any claim/liability by any such

person.

9

21. The contractor shall obtain an undertaking on Non Judicial Stamp Paper of proper value

duly signed and witnessed by him under his seal from the individual person that they will

not claim any employment from HPGCL and all the disputes will be settled by their

contractor who has engaged them.

22. The performance of the agency shall be reviewed by the Administrative Officer regularly at

the end of the month and if found un-satisfactory, the contract can be terminated and

security deposited by the contractor shall be forfeited. The Administrative Officer/FTPS

however reserves the right get the work done fully or partially from any other agency or

contractor till expiry of period of contract at risk and cost of the defaulting agency.

However, before the termination of the contract, a notice of 7 days shall be served upon the

defaulting agency.

23. The contractor shall indemnify the department against all objections of labour rules and

regulations such as minimum Wages Act, EPF, ESI Act etc., whichever applicable & to pass

medical claims as per rules of corporation.

Administrative Officer

Thermal, HPGCL, Faridabad

10

Annexure-D GENERAL TERMS AND CONDITIONS OF CONTRACT (Work order)

1) CONTRACT AGREEMENT The contractor shall execute a contract agreement with HPGCL on a Non Judicial Stamp

Paper of appropriate value within 07 days of receipt of work order.

2) RATE/CONTRACT PRICE

Rate shall be quoted by the bidder, strictly as per rate quoting sheet and the agreed contract

price shall remain firm during the currency of the contract. Any statutory taxes/levies, if to be

charged extra, should be clearly indicated by tenderer in their offer separately, failing which it

will be presumed that the quoted prices are inclusive of all such statutory taxes/levies.

3) EARNEST MONEY AND SECURITY DEPOSIT

Every tenderer, while submitting his tender, shall deposit the earnest money specified in the

NIT E-tender (CM-137/FTPS/2019/SMO/HC-23VOI-II dated 07.08.2019).

The earnest money furnished by the successful tenderers on whom the work order is placed

shall be converted into security deposits as a guarantee for faithful and satisfactory execution

of the work order.

(The EMD of the unqualified bidders will be returned without any interest, as promptly as

possible, within 30 days after declaration of qualification result and that of unsuccessful

bidder within 15 days of the execution of the contract with the selected bidder).

The Security Deposit shall be 10% of the Contract value in all the cases. The deduction of the

security deposit shall be regulated according to the nature of the contract, which may be any

one of the followings:

For Annual

Maintenance

Contract / ARC and

Civil Construction

work

10% amount of the monthly running bill shall be kept as

security deposit. However, the EMD already deposited by

the bidder shall be converted into the security deposit and

the balance amount shall be deducted from the running bill.

Note: Only the applicable provisions of the above table be incorporated in the work order,

accordingly to the nature of work/job.

The security deposit of the contractor shall be retained by HPGCL for faithful execution of the

contract.

Security deposit shall be released only after completion of the entire period of the contract and

after completion of 30 days of Guarantee/Warranty period, on the certificate of Engineer In-

charge /EIC for successful completion of Guarantee/Warranty period and submission of

requisite documents like last EPF / ESI return by the contractor.

No interest shall be paid on EMD / Security Deposit for the period it remains deposited with

HPGCL.

The earnest money /security deposit shall be forfeited in part or in full under the following

circumstances:-

i) If the tenderer withdraws his tender at any stage during the currency of validity period.

ii) If the W.O. has been issued but the contractor refuses to comply with it irrespective of

the fact that HPGCL sustains any loss on account of such default or not.

iii) In the event of a breach of contract in any manner.

iv) In case of evidence of cartel formation by the bidder(s).

11

v) If the contractor fails or neglects to observe or perform any of his obligations under the

contract, it shall be lawful for the HPGCL to forfeit either in whole or in part, in its

absolute discretion, the EMD/security deposit furnished by the contractor.

vi) The forfeiture of EMD/security deposit shall be without prejudice to the right of HPGCL

to recover any further amount or any liquidated and/or other damages as admissible

under the law, under payments or over payments made to the contractor under this

contract or any other contract as well as to take such administrative action against the

contractor as blacklisting etc.

4) PAYMENT TERMS

Payment terms shall be regulated according to the nature of the work, which can be any of the

followings:

For Annual Maintenance

Contract / ARC and Civil

Construction Work

100% payment, after deducting 10% security deposit

and statutory deductions, of the monthly running bill

shall be made after satisfactory completion of work

done.

5) MODE OF PAYMENT

Payment shall be released by the Sr. Accounts Officer/Accounts Officer, FTPS, HPGCL,

Faridabad through RTGS/NEFT/Cheque, in the account of the contractor. For payment

through RTGS/NEFT, the contractor will intimate the complete bank details viz. Name of

Bank/Branch, Account Number, Type of Account, IFSC Code etc, to Sr. Accounts

Officer/Accounts Officer.

6) COMPLETION PERIOD

The completion period of the work as specified below shall be the essence of the contract.

The contract shall be for a period of one year on firm rates which can be extended for a

further period of one year at the same rates, terms and condition at the sole discretion of the

deptt. The agency shall be bound to execute the work at the same rates, terms and condition

during the extended period of one year. However, after the completion of one year

depending on the needs of HPGCL, the extension of contract can be of shorter duration also.

The work shall be started within 7 days of issue of LOI / Work Order, whichever is earlier,

unless otherwise directed by the issuer of tender.

The work shall be carried out/completed to match with other activities in progress of the

unit.

For Annual

Maintenance

Contract / ARC

The work shall be started within 7 days of issue of LOI / Work

Order, whichever is earlier unless otherwise directed by the

issuer of tender. The work shall be carried out and completed

on month to month basis, as per the requirement of the

contract.

7) RISK AND COST

In case the contractor fails to full fill the contractual obligation, the work shall be got done

from some other agency at the risk and cost of the contractor. It shall be without prejudice to

the right of HPGCL to recover any further amount or any liquidated and/or other damages.

8) PENALITY FOR DELAY

Time is the essence of the contract. The contractor shall ensure timely completion of the job as

per stipulated completion period. In case of delay in completing the work/job, the penalty for

delay will be imposed @ 1% of the total contract value per week or part thereof subject to

maximum of 10% of the contract value.

12

Notes:- i) The percentage of penalty and time may vary according to necessity of the contract

(particularly in overhauling contract).

ii) Contract value means basic value of the contract exclusive of taxes and duties, if

charged separately.

9) DOCUMENTATION

The contractor and the executive in-charge of the work shall ensure the following document

before forwarding the bill of the contractor to the Accounts wing for pass and payment to

avoid delay in payment of the contractor:-

i) Contractor shall submit monthly bill in duplicate to the executive incharge along

with the followings:

a) Monthly bill for the AMC / ARC work and in other cases bill for the work done, in

duplicate. The bill should be on the contractor’s bill book duly serially numbered and

bearing date of issue, contractors EPF code, ESI code, Goods & Service (GST) Tax

number & PAN. A photo copy of the EPF code, ESI code, Goods & Service Tax

(GST) number, Labour license & PAN shall be attached with the 1st running bill for

reference and record.

b) Self attested copy of the deposit challan of EPF & ESI contribution, labour welfare

fund deposited by the contractor for the labour engaged for the work duly validated

with dossier of workers and their account number in the appropriate prescribed

performa.

c) Self attested copy of the attendance sheet, wages register and evidence of wage

payment.

ii) The bill of the contractor along with the annexure submitted by the contractor at i

above, should be approved and verified by the officer in-charge for gross value as

well as net payable value and accompanied with the certificates/documents

mentioned at iii and iv below.

iii) Certificate from the Engineer in-charge that, a) Work has actually been done as per

the contract and to the entire satisfaction of EIC. b) The copy of the EPF challan, ESI

challan etc. submitted by the contractor pertains to the labour deployed at site and

none of the worker has been excluded there from. c) The record entry of the work

done has been taken in the small measurement book (SMB) at page no. _____ on

dated ________. d) No penalty is leviable on the contractor on any account as per the

contract if leviable the amount of penalty is __________. e) Copy of protocol and

certificate for stage payment, if required.

iv) Certificate from Labour Welfare Officer / Factory Manager stating that contractor

has complied with all labour laws and safety clearance certificate from safety officer.

In case of non availability of Labour Welfare Officer/Safety Officer, from EIC.

Note:-

Documents attached along with the contractor bill should be referred in the forwarding

letter of the executive office forwarded the bill for pass and payment.

10) PERFORMANCE BANK GUARANTEE (NOT APPLICABLE)

Unless agreed otherwise, Contractor shall submit bank guarantee of the nationalized bank

equivalent to 10% of the contract value in the prescribed performa valid up to one month after

completion of warrantee period

13

11) WARRANTY (NOT APPLICABLE)

I. The contractor shall provide warranty for the workmanship of the work done for a

period 12 month from the date of completion of work / 18 month from the date of

commissioning of equipment(s) after overhauling whichever is earlier.

II. During this period if some equipment(s), which has been attended by the contractor, is

found to be defective, the same will have to be attended again without any additional

charges to HPGCL. In such cases, warranty period shall start from the date of such

repair/rectification. In case the contractor fails to respond within a reasonable time, the job

will be got done from any other agency at the risk and cost of the contractor.

12) FORCE MAJEURE

The delay in the completion of the work may be treated as force majeure to the contractor only

if:-

a. the delay is resulted from any causes arising out of compliance with regulations,

orders or instructions of the Central or State Governments, acts of God, acts of Civil

& Military authority, fires, floods, strikes, lock-outs, freight embargoes, war-risk riots

and civil commotion. and

b.the contractor’s request for extension of the delivery period along with all necessary

evidence comes, before the expiry of the schedule date(s) of delivery.

13) IDLE LABOUR CHARGES (NOT APPLICABLE)

a) No idle labour charges will be admissible in the event of any stoppage caused in the work

resulting in contractor’s labour being rendered idle due to any cause.

b) In case of non operation of the unit/units, due to any reasons, on the prior instruction of

HPGCL, of at least 7 days and work/activity is not carried out:

i) for up to one month, a deduction @ 35% payment of particular work will be made.

for more than one month, a deduction @ 50% payment of particular work will be made.

14) OVER RUN CHARGES (NOT APPLICABLE)

No over run charges shall be paid in the event of the completion period being extended for any

reasons.

15) WATCH & WARD

The watch and ward of T&P and other material will be the responsibility of the contractor.

16) FACILITIES TO BE ARRANGED BY CONTRACTOR

The contractor shall make his own arrangement for providing all facilities like lodging,

boarding, furniture and transportation etc. for his Sr MO/staff engaged by him for the job.

17) STATUTORY DEDUCTIONS Statutory deduction on account of Income Tax, Works Tax etc. including surcharge shall be

made at source from the bills of the contractor at the prevailing rates.

18) FACTORY ACT/MINIMUM WAGES ACT/INSURANCE ACT/EPF ACT ETC.

Strict adherence of various applicable labour laws like the Factories Act, Minimum Wages

Act, ESI Act, Payment of Wages Act, the Workman’s Compensation Act, EPF Act,

Contractor labour (Regulation & Abolition) Act, 1970 and all other statutory requirements as

amended from time to time to the entire satisfaction of Central/State Govt. Authorities, shall

be the responsibility of the Contractor and he shall have to make good loss, if any, suffered by

HPGCL on account of default in this regard by the contractor. EPF/ESI contributions will be

deposited by the contractor in his own EPF/ESI code no. in the respective account of the

workers. The contractor will submit the copy of EPF/ESI challan to the Factory Manager, at

the time of 90% payment along with corresponding list of workers

The contractor shall make the payment of wages to its manpower in their saving account only.

Documentary evidence thereof shall be submitted along with the running bills.

14

19) INSURANCE OF WORKERS

The contractor will be solely responsible for any liability for his workers in respect of any

accident, injury arising out and in course of contractor’s employment. To meet his aforesaid

obligation under the workmen Compensation Act, The contractor may obtain W.C. Policy

from the Insurance Company for the persons employed by him for carrying out the work. The

premium payable for the aforesaid Insurance Policy shall be borne by the contractor. The

contractor shall ensure that the said Insurance Policy of this insurance cover is required to be

submitted by the contractor to Engineer-in-charge of work immediately after issue of LOI, but

before the start of work.

20) SAFETY RULES A Firm shall have to comply with all the provisions of safety rules. The Chief Safety Officer

may impose penalty of Rs.200/- per day per head if the workers of contractor are found to be

working carelessly without proper protective equipments in unsafe conditions. Against

violation of any other clause, a penalty of Rs 500 /- per violation (minimum) shall be levied.

In case of repeated violation of serious nature resulting in various serious accident or direct

loss to the corporation /threatens to cause severe consequences, higher penalty rates may be

imposed including suspension/ termination of the contract. If any action is initiated by Chief

inspector of factories, Chandigarh or any other authority against occupier/factory manager or

any other authority of HPGCL in case of any fatal/non fatal accident or any other violation of

factory act, 1948, Pb. Hr. factory rules, 1952 or any other industrial or labour act, the

contractor shall be liable for the same and also to deposit the amount of fine/penalty if any. In

case of default action as deem fit shall be initiated against the contractor.

A safety clearance certificate on quarterly basis from the chief safety officer shall be obtained

by the contractor and has to be attached along with the bill.

This office reserves the right to claim adequate compensation from the contractor on account

of any damage caused to the plant & equipment handed over to him for execution of the work,

due to careless handling or negligence on the part of the contractor.

21) ARBITRATION

All matters, questions, disputes, differences and / or claims arising out of and / or concerning,

and /or in connection with, and /or in consequence of, and /or relating to the contract whether

or not obligations of either of both the Supplier and the Corporation under that contract be

subsisting at the time of such dispute and whether or not the contract has been terminated or

purported to be terminated or completed, shall be referred to the sole arbitration of MD,

HPGCL or an officer appointed by the MD, HPGCL as his nominee. The award of the

Arbitrator shall be final and binding on both the parties to the contract.

22) LAWS GOVERNING CONTRACTS

All contracts shall be governed by the laws of India for the time being in force.

Irrespective of the place of delivery, place of performance or place of payment under a

contract, the contract shall be deemed to have been made at the place from which the

acceptance of tender has been issued.

Jurisdiction of Courts- The courts of the place from where the acceptance of tender has been

issued shall alone have exclusive jurisdiction to decide any dispute arising out of or in respect

of the contract.

23) SET OFF

Any sum of money due and payable to the supplier under the contract (including security-

deposit returnable to the supplier) may be appropriated by the HPGCL and set-off against any

claim of the Corporation for the payment of a sum of money arising out of under that or any

other contract entered into by the supplier with the HPGCL.

15

24) SUBLETTING and ASSIGNMENT

The Supplier shall not, sublet, transfer or assign the contract or any part there of or interest

therein or advantage thereof in any part thereof in any manner whatsoever without prior

consent of FTPS, HPGCL.

Note:- 1. Unless agreed otherwise the above terms and conditions of the contract will form the

part of the work order after finalizing the procurement proposal. The word tenderer

where ever used above shall be read as supplier/contractor. The non applicability /

modification in the aforesaid clauses if agreed shall be mentioned / attached in / with

the purchase/work order specifically.

2. Purchasing authority shall put dated initials on each pages of the purchase order

including the above terms and conditions printed on both side of the paper.

3. Any other term not defined in instructions to the bidder or above terms and conditions

should be interpreted as defined in HPGCL works &Purchase Regulation “2015”.

4. The term “Bid” and “tender” and their derivatives (“Bidder / Tenderer” “Bidding /

Tendering”) are synonymous. Singular also means plural.

Administrative officer

FTPS, HPGCL, Faridabad

16

Annexure-E INSTRUCTIONS TO BIDDER

General Instructions to Bidder (work order):

1. Pre Qualifying Requirements (PQRs) / Eligibility Conditions for the tenderers:

The minimum qualification and experience for Medical Officer to be deployed for the work

shall be as follows:-

a. The bidder should be successfully running a hospital having minimum 20 beds. b. One Medical Officer having MBBS degree with a minimum of 10 years of

experience after internship of large hospital (20 bedded or more) or at an industrial

(Govt./PSU) Hospital is required to be provided. The doctor should be MBBS

familiar with traumatic injuries and first Aid practices.

Note: The firm should fill statement of bidders as per Annexure-F and submit

authentic supporting documents for proving its credential. Original documents

may be asked for verification at the time of finalizing the tender. A certificate

to the effect that the tenderer is not black listed from any Public Sector

undertakings of Central Govt./State Govt./SEBs/Corporations/any other

reputed Thermal/Hydel plant etc.

Decision of the HPGCL regarding fulfillment of pre-qualification requirement

shall be final and binding upon the bidders.

2. Any information regarding tender can be had from the office of Administrative Officer,

FTPS, HPGCL, Faridabad ([email protected]) on any working day prior to last

date of submission of tenders. The payment of Tender Document Fee and e-service Fee can

be made online directly through Debit Cards & Internet Banking. The payment of Earnest

Money can be made by eligible bidders / contractors online directly through RTGS / NEFT.

3. Before submitting tenders, all the instructions may be read carefully regarding submission of

tender. If any bidder finds discrepancies or omissions in the tender documents or is in doubt

as to the true meaning of any part, he shall clarify same from tender issuing office in writing

before the due date of submission of the bid.

4. Tenders should comprising of two parts i.e. Part-I (Technical Bid) & Part-II (Price Bid)

addressed to Administrative officer, FTPS, HPGCL, Faridabad.

a) Part–I i.e. technical bid shall comprise of qualifying documents, General Conditions

of contract, Technical Particulars & Credentials in support of qualifying criteria,

detail of Tender documents fee, Earnest money deposited & e-Service Fee online

deposited and deviations if any, will be opened on due date & time.

b) Part –II shall comprise of price bid only will be opened at a subsequent date to be

fixed by the competent authority only of those bidders who qualifies the NIT

requirements after checking the qualifying criteria & technical discussion on Tender

Part-I.

c) The Basic unit rate is required to be quoted excluding Goods & Service tax

(GST) by the firm in the online price bid. The total amount including Goods &

Service tax (GST) will be calculated automatically by the system. 5. Unless exempted specifically, tenders not accompanied with the prescribed EMD, Cost of

tender & e-Service fee shall be rejected. EMD / Cost of Tender shall be in the prescribed

mode of payment as asked in the NIT otherwise the tender shall be liable to be rejected.

6. The validity of the tender / offer shall be for 120 days from the date of opening of the price

bid.

7. The details of NIT along with Tender Documents can be seen and downloaded from the

portal https://etenders.hry.nic.in as well as HPGCL website www.hpgcl.org.in.

8. The rate negotiations could be held up to L3 bidder, if the difference between the L1 quoted

rates and those quoted by L2 and L3 is within 5% of the L1 quoted rates. In case where the

17

L1 bidder refuses to further reduce his offered price and the L2 or L3 bidders come forward

to offer a price which is better than the price offered by L1 bidder, the bidder whose price is

accepted becomes L1 bidder. However, in such a situation, the original L1 bidder shall be

given one more opportunity to match the discounted price. In case of acceptance, he would

be treated as L1 bidder.

9. No deviation shall be allowed. However, in case of deviation of taxes etc., the same be

loaded for comparison purpose.

10. Selection preference of the tendered work may be allowed as per policy of the State

Government to the Industrial Units located in Haryana on the lowest valid rates if tenderer

so claim with requisite documentary evidence.

11. The bidders / contractors shall observe the highest standards of ethics during the submission

of tender, procurement and execution of the contract. In case of evidence of cartel formation

by the bidder(s) EMD is liable to be forfeited.

12. The bidder shall bear all costs including bank charges if any, associated with the preparation

and submission of his bid and the purchaser will in no case be responsible or liable for those

costs, regardless of the conduct or outcome of the bidding process.

13. Engineer-in-charge reserves the right to cancel the NIT or to change qualifying requirement

or to reject any or all the tenders so received without assigning any reason.

14. The work as a whole will be allotted in a single part to the bidder who is overall lowest in

the merit order considering all items of work.

15. The committee nominated by HPGCL shall evaluate all the bids received against NIT on the

parameter indicated under heading qualifying requirement at Sr. No. 1 above. The decision

of the committee shall be final.

16. Issuance of Tender Documents to any party shall not construe that such party is considered

to be qualified.

17. In case due dates of sale / receipt /opening of tender happens to be holiday in FTPS/HPGCL,

the needful will be done on next working day.

18. The Site for the work is either available or it shall be made available in the parts in a manner so

as not to hamper the progress of work. The bidders are advised to visit the site to make them

familiar with the environment/conditions of the work. No claim in this regard shall be

entertained after the award of the work.

19. The contractor whose tender is accepted will be required to furnish by way of security deposit for

the due fulfillment of his contract such sum as will amount to 10% of the cost of work. The

security deposit will be collected by the deduction from the running bills of the contractor at the rate

mentioned above and the earnest money deposited in cash at the time of tenders will be treated as

a part of the security deposit and adjusted accordingly.

20. Canvassing in connection with tenders is strictly prohibited and the tenders submitted by the

tenderers who resort to canvassing will be liable to rejection straight way.

21. All rates shall be quoted on the proper form i.e. price bid supplied as part of the tender

documents on e-tender portal by the Department.

22. On acceptance of the tenders, the name of the authorized representative(s) of the tenders, who

would be responsible for taking instructions from the Engineer-in-Charge and shall be

communicated to the Engineer-in-Charge immediately after the allotment / start of work.

23. The Haryana Power Generation Corporation Limited does not bind itself to accept the lowest

tender and reserves to itself the right to accept the whole or any part of the tender and the tendered

shall be bound to perform the same at the rate quoted in this tender.

24. Sales tax or any other tax on material or labour in respect of this contract shall be payable by the

contractor and Haryana Power Generation Corporation Limited will not entertain any such

claim whatsoever.

25. No contractor is permitted to tender for the works, if any of his near relatives is posted to deal

with day to day duties in the passing of bill etc. and who is working in any capacity requiring

18

him to give instructions / advice and in particular any office / official of the Corporation

including the member of the Board. Any breach of this condition by any one shall render him

liable to be removed from the list of the contractors for the Haryana Power Generation

Corporation Limited and the work entrusted to him may be terminated.

NOTE: -

1. By the terms near relatives is meant, wife / husband, parents and grandparents, children and

grand children, brothers and sisters, uncles and cousins and their corresponding in-laws.

The tendered shall attach with his tender the list of officers and employees of Haryana Power

Generation Corporation Limited related to him.

2. Firm should furnish undertaking regarding blacklisting on NSJP of Rs. 10/- /letter head

stating that firm have not been blacklisted in any Govt./Semi Govt. organization in any

manner.

26. Withdrawal, Substitution and modification of bids: A Bidder may not withdraw, substitute, or

modify its Bid after due date of bid submission.

27. Opening of Bids: Stage 1: a) The tenders will be opened electronically on the e-procurement portal using

DSCs on the date and time prescribed in the notice inviting tenders. In case the date of opening

falls on a holiday or a holiday is subsequently declared on that date, the tenders will be opened

on next working day following the holiday at the same time.

b) No electronic recording devices will be permitted during the opening of bid as well as price

bids.

c) The Bidders’ representatives who are present shall be requested to sign the record. The

omission of a Bidder’s signature on the record shall not invalidate the contents and effect of the

record.

Stage 2: a) Purchaser will evaluate "Pre-Qualification Criteria"/"Mandatory

Requirements" in accordance with Section III: Qualifying Requirements

b) All bidders who qualify in Stage-2 will be intimated. If any bidder fails to meet

"Pre-Qualification Criteria"/"Mandatory Requirements", further evaluation will not be carried

out.

Stage 3 : a) On the basis of the evaluation of the Pre-Qualification Criteria, the owner

will invite bidders who have qualified Technical bid to attend the opening of the Price Bids. The

date and time of the opening of Price bid will be intimated by owner to successful bidders of

Technical Bid.

b) The owner shall conduct the opening of Price Bid of all bidders who qualify Technical Bids,

in the presence of bidders’ representatives who want to attend the bid opening. The bidder’s

representatives who are present shall be requested to sign a register evidencing their attendance.

28. COMPARISON OF BIDS: 1) The bids shall be compared on the basis of total for the entire

scope as given in Price Schedules.

2) The evaluated bid prices of all the bidders shall be compared among themselves and as a

result of this comparison, the lowest bid emerging after negotiations in the Committee

(constituted to finalize/ approve the proposal for outsourcing of manpower) will be selected for

award of the contract.

3) The discount arising out of negotiation with the Committee (constituted to finalize/ approve

the proposal for outsourcing of manpower) will be indicated in the price schedule.

29. Owner's Right to accept or reject any or all bids: The Purchaser reserves the right to accept or

reject any Bid, or annul the bidding process and reject all Bids at any time prior to Contract

award, without thereby incurring any liability to the Bidders.

Administrative Officer

FTPS, HPGCL, Faridabad

19

Annexure-F

STATEMENTS OF BIDDERS

1. Name of Bidder _______________________________

2. Address of Head Office _______________________________

3. Correspondence Address _______________________________

_______________________________

4. Legal status

5. PAN of the Bidder (attached self attested photocopies)

PAN ______________________ TIN ________________________

CST No. _________________________.

6. Bank Details (attached signed cancelled cheque)

i) Bank Name & Address

ii) Bank Account Number

iii) Bank Branch Code

iv) IFSC Code of Branch

v) Nature of account (current/saving/OD/CC)

7. Main lines of Business

i. ____________________________ since______________

ii. ____________________________ since______________

iii. ____________________________ since______________

8. Annual Turnover of past three year

i. ____________________________

ii. ____________________________

iii. ____________________________

9. Past Experience:-

Name of

Organization

Period Reference of

Contract

Order Value

contract wise

10. Any other

Signature & Stamp of Bidder

Name and Designation of Authorised Bid Signatory _____________________________

20

Annexure-G

CHECK LIST FOR CONTRACTOR

Sr.

No. Technical Specification

Bidder Response

(Yes or No)

1 Acceptance of all terms & conditions of tender.

2 Documentary Evidence regarding Qualification Criteria

i) Permanent EPF Registration number from Provident Fund

Commissioner.

ii) ESI Number.

iii) PAN Number / TAN Number.

iv) Service Tax No.

v) 1. The bidders shall be successfully running a hospital

having minimum 20 beds. 2. One Medical Officer having MBBS degree with a

minimum of 10 years of experience after internship of

large hospital (20 bedded or more) or at an industrial

(Govt./PSU) Hospital is required to be provided. The

doctor should be MBBS familiar with traumatic injuries

and first Aid practices

3 Authority letter in the name of the Authorized Person who has

signed the Tender Document / Price Bid on behalf of the

Contractor / Company.

21

ANNEXURE–H

UNDERTAKING FORM

To

The Superintending Engineer

H.P.G.C.L, FTPS, Faridabad- 121005

TELEPHONE NO. 0129- 2232887

Dear Sir,

In accordance with your NIT Document No.____________, M/s.

_______________________________________________having its Registered/Head Office at

_______________________________________(hereinafter called the “Bidder”) wish to participate

in the said Bid for providing Medical Health Services at HPGCL Health Centre, Thermal Colony,

Sector-23, Faridabad.

We hereby undertake to abide by the terms and conditions of the NIT and shall furnish the requisite

Security Deposit both in terms of time and money to HPGCL.

Date: (Signature)

Place: (Name)

(Official Address)

22

ANNEXURE-I

Letter of Authorization/Board Resolution/Power of Attorney for individual to sign on

behalf of the Bidder

To

The Superintending Engineer

House No. 251, HPGCL Colony

Sector-23 Faridabad

TELEPHONE NO. 0129- 2232887

Sir(s),

The Letter of Authorization/Board Resolution/Power of Attorney1 in respect of the

following, authorizing them to sign the Bid Proposal and negotiate and furnish information as

and when called by owner, is enclosed herewith:

1.

2.

3.

Date Signature of Authorised Signatory …

Place Name of the Authorised Signatory…

Designation …

Name of the Organization

Seal …

23

ANNEXURE-J

ACCEPTANCE CERTIFICATE

To

The Superintending Engineer

House No. 251, HPGCL Colony

Sector-23 Faridabad

TELEPHONE NO. 0129- 2234277

Subject: NIT No. CM-137/FTPS/2019/SMO/HC-23/Vol-II for Providing Medical

Health Services at HPGCL Health Centre, Thermal Colony, Sector-23,

Faridabad.

.

With reference to your NIT No. CM-137/FTPS/2019/SMO/HC-23/Vol-II dated

07.08.2019 for Providing Medical Health Services at HPGCL Health Centre, Thermal Colony,

Sector-23, Faridabad. We hereby confirm that we have read all the provisions, terms and

conditions of tender document and all the clauses of Instruction to Bidder (ITB), General

Conditions of Contract (GCC) and Schedules & the same are acceptable to us, and we have

not taken any deviation to these clauses.

Date: Signature of authorized

Place: Signatory of the Firm with Stamp

24

ANNEXURE-K

DEVIATIONS FROM THE SPECIFICATION

In the table, the Bidder shall set out all deviations clause by clause. The bid shall be deemed

to conform to purchaser’s specification in all respects unless specifically mentioned in this

table.

Sr. No. Clause No. Detail of Deviations with justification

Signature of authorized

Signatory of the Firm with Stamp

25

ANNEXURE-L

PERFORMA FOR CONTRACT AGREEMENT

(On non-Judicial stamp paper of appropriate Value)

AGREEMENT BETWEEN HARYANA POWER GENERATION CORPORATION

LIMITED AND M/s------------------------------------------------------------------------------- FOR

CONTRACT OF PROVIDING MEDICAL HEALTH SERVICES AT HPGCL

HEALTH CENTRE, THERMAL COLONY, SECTOR-23, FARIDABAD.

This contract is made at Faridabad on this day-------------------------2018 between

Haryana Power Generation Corporation Limited ( Regd. Office Urja Bhawan, C-7,

Sector-6, Panchkula) a Company registered under Companies Act, 1956 which has come into

existence on unbundling of Haryana State Electricity Board under Haryana Electricity

Reforms Act, 1977 (hereinafter referred to as “HPGCL”) on the one part and Service

Provider, M/s-----------------------------------------------(hereinafter referred to as

Contractor/Second Party) on the other part.

Whereas the First Party is desirous of entrusting the work of Providing Medical

Health Services at HPGCL Health Centre, Thermal Colony, Sector-23, Faridabad.

And whereas the Work Order No.-------------------- was issued for Providing

Medical Health Services at HPGCL Health Centre, Thermal Colony, Sector-23, Faridabad.

Following documents exchanged between the 1st Party and the 2nd Party are part and parcel

of contract agreement.

1. Our NIT No-------------------------------------.

2. Your offer no-----------------------------------.

3. Work order no.---------------------------------.

And whereas the HPGCL and Service Provider, M/s--------------------- have now

agreed to execute an agreement based on these documents listed above.

All terms and conditions of the contract shall be binding on both the parties to the contract.

Now THIS DEED WITNESSES and the parties hereto and hereby mutually agree as above.

IN WITNESS WHEREOF the Contractor and HPGCL hereto set their hands as under.

Witness:

1. ______________________ Signed for and on behalf of 1st Party

FTPS, HPGCL, Faridabad

2. ______________________

1. ______________________ Signed for and on behalf of 2nd Party,

Service Provider, M/s----------------------

2. ______________________

26

Annexure-M

RATE QUOTING SHEET

Name of work: - Providing Medical OPD Services for HPGCL Health Centre, Sector-

23, Faridabad.

Sr.

No. Description of Item Unit Qty

Rate quoted by Firm

Quoted

Rate

per

month

Amount

in Rs.

Goods &

Service tax

payable by

HPGCL at

prevailing

rates

Grand

Total

1. Providing OPD services in

HPGCL Health Centre,

Sector-23, Faridabad by

deputing Medical officer/

Sr. Medical officer of

requisite qualifications &

experience for the

employees

/retirees/families of

expirees of the staff of

Haryana Power Utilities

namely HPGCL, HVPNL,

DHBVNL & UHBVNL on

all the working days as per

the terms & conditions

mentioned in the attached

tender documents.

Per

Month

12

Months

‘Not

applicable’

at present