Tendernotice 1

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 58

.

RASHTRIYA CHEMICALS & FERTILIZERS LIMITED


(A Government of India Undertaking)
Registered office: Priyadarshini, Eastern Express Highway, Sion, Mumbai-22.
Department: Civil Engineering [Factory] THAL UNIT.
THAL UNIT Address: TAL-ALIBAG DIST-RAIGAD, MAHARSHTRA 402208
Fax No.: 02141-238091/238206
Phone: 02141-238057
E-mail: rcfthcvlfact@rcfltd.com

NOTICE INVITING TENDER FOR:-

REPAIR, INTERNAL PAINTING AND ALLIED WORK OF TYPE B QUARTERS AT RCF


KURUL TOWNSHIP.

TENDER REF NO.: TH/CVL/TS/KR/TRAINEE/B-TYPE/2020 DATED: 08/08/2020

Important Dates

Last Date & Time for downloading of Tender documents : 24/08/2020 up to 10.30 hours.

Last Date & Time of Submission of e-Tender : 24/08/2020 up to 10.30 hours.

Date & Time of Opening of e-Tenders (Technical Bid) : 24/08/2020 at/after 14.30 hours

Website for Online bid Submission: https://eprocure.gov.in

KINDLY NOTE THAT ONLY ONLINE BID WILL BE CONSIDERED


AGAINST THIS TENDER
Contacts:
1. RCF Helpline Number: 022-25522760 (10.00 a.m. to 5.00 p.m.)
2. RCF THAL CIVIL DEPTT.: (Tel:02141-238057), e-mail: rcfthcvlfact@rcfltd.com

“BIDDERS SHALL ENSURE THAT ALL DOCUMENTS RELATED TO PRE-QUALIFICATION (TECHNICAL OR


COMMERCIAL) ARE SUBMITTED AT THE FIRST INSTANCE ALONG WITH THE ORIGINAL BIDS.”

TH/CVL/TS/KR/TRAINEE/B-TYPE/2020 1
THIS TENDER DOCUMENT CONTAINS:

Sr. No. Documents Item details Pages

1 NIT Instruction for Bidders 3-5

2 ANNEX – I Format – Process Compliance Form 6

3 ANNEX – II Format – Pre-qualification Details 7-8

4 ANNEX – III Format – Terms & Conditions and Deviation sheet 9-11

5 ANNEX – IV Details regarding GST 12

6 ANNEX – V Modalities & Special Instructions for e-Tendering 13-17


Procedure for Award of Purchase or Service Contracts through
7 ANNEX – VI 18-23
e-Reverse Auction (e-RA)
8 ANNEX – VII Format for Solvency Certificate 24

9 ANNEX – VIII Notice Inviting Bid General Terms & Conditions (GTCC) 25-32

10 ANNEX – IX Format for Security Deposit cum Performance Bank Guarantee 33-34

11 ANNEX – X RCF approved Banker’s list 35-36

12 ANNEX – XI RCF Vendor data updation form 37-38

13 ANNEX – XII HSE requirement 39-43

14 ANNEX – XIII Disciplinary Measures 44-45

15 ANNEX – XIV Tax Compliance related to GST 46-47

16 ANNEX – XV Un-priced Bid 48-51

17 ANNEX – XVI Laws pertaining to labour 52-53

18 ANNEX – XVII Conditions related to Integrity 54-57

19 ANNEX – XVIII Special conditions 58

TH/CVL/TS/KR/TRAINEE/B-TYPE/2020 2
NOTICE INVITING TENDER (NIT)
Ref. No.: TH/CVL/TS/KR/TRAINEE/B-TYPE/2020
INSTRUCTIONS FOR BIDDERS
This is a Notice Inviting Tender (NIT) for “ REPAIR, INTERNAL PAINTING AND ALLIED
WORK OF TYPE B QUARTERS AT RCF KURUL TOWNSHIP.” from contractors meeting the PQ
criteria as specified in the tender documents.
1.01 Item Description & Quantity:
Details about various items along with tentative quantities are given in Schedule of rates
attached with the tender document. The detail description of each item is to be followed as
directed by Engineer in Charge of M/s. RCF Ltd.
1.02 Completion period: The contract period shall be as mentioned in “Annexure XVIII” from
the date of handing over of site for each party. The tender documents and the letter of
acceptance shall constitute the contract pending execution of a stamped agreement. All costs,
charges and expenses incurred in connection with the finalization and preparation of the contract
agreement including stamp duty shall be paid by the contractor. Validity of the contract shall be one
year from the date of LOI/work order.
The tenderer’s shall note that the time of completion is the essence of the contract and all works
shall be completed in all respect within the specified period mentioned in the work order and no
excuses for delay shall be entertained.

1.03 EARNEST MONEY DEPOSIT (EMD): for Rs. 1,00,000/- is to be deposited as per following
instructions, EMD other than ONLINE DEPOSIT shall not be considered:
ONLINE DEPOSIT: EMD to be deposited online in RCF’s account through payment gateway
available on our website at www.rcfltd.com under ‘Portals’  ‘EMD Payment’ (“Click here” for
EMD payment). Submit the acknowledgement/receipt of online EMD Payment along with your
offer. For any help refer to Help Menu which is available on LOG IN or SIGN UP screen. For any
help, please contact on helpline numbers mentioned in the NIT.

If exempted from submission of EMD, then upload a valid certificate issued by ‘National Small
Scale Industries Corporation (NSIC) or Udyog Aadhar Memorandum or any other body specified
by the ministry of MSME. The offer shall be rejected in absence of EMD. Please ensure ONLINE
DEPOSIT of EMD before tender opening date & time. If EMD payment is not received before
tender opening, your bid shall be rejected.

Please upload scanned copy of acknowledgement/receipt of online EMD Payment in Packet-1 of


part-I. The validity period for the Earnest Money Deposit shall be 120 days from the date of
opening of the tender. Earnest Money Deposit will not carry any interest. EMD deposited by the
unsuccessful tenderer will be refunded after acceptance of letter of intent/Work Order.

1.04 e-Tendering Procedure: The tendering shall be carried out through submission of online
tenders only. No offer in physical form will be accepted and any such offer if received by RCF will
be outright rejected. Tender documents can be downloaded from our website
www.rcfltd.com or website of CPPP https://eprocure.gov.in. Bids are to be submitted on
website https://eprocure.gov.in.

TH/CVL/TS/KR/TRAINEE/B-TYPE/2020 3
Note: Terms & conditions/price clause mentioned below shall over ride the
respective term of the General Terms & Conditions (Annexure – VI)

The bidders should have a valid digital signature certificate (Class-II or Class-III) issued
by any of the valid Certifying Authorities to participate in the online tender.

The bids shall be uploaded in 2 (Two) Bid System {Part-I: Techno-Commercial Bid and Part-
II: Price Bid} in electronic form only through e-tendering system on www.eprocure.gov.in
website.

A. Bids should be submitted as per following instructions only:


1. PART-I: TECHNO-COMMERCIAL BID: i.e. Un-priced Bid should contain following:-
Packet-1: Scanned copy of acknowledgement/receipt of online EMD Payment OR
Scanned copy of valid NSIC/MSME certificate for submission of EMD.
Packet-2: Scanned copy of “Process compliance form” (Annexure-I) printed on
bidder’s letter head with duly signed by appropriate authority.
Packet-3: Scanned copy of “Pre-qualification Details” (Annexure-II).
Packet-4: Scanned copy of self-attested supporting documents against pre-qualification
criteria (Annexure-II) (i.e. Work Order copies with scope/drawings of work
& completion certificate, PAN No., turnover for the last three years, latest bank
solvency certificate, G.S.T. registration, P.F. registration, ESIC registration etc.
as applicable)
Packet-5: Scanned copy of duly filled “Terms and Conditions and Deviation Sheet”
Deviation sheet (Annexure-III). Deviation sheet to be submitted if
disagreed to terms and conditions.”
Packet-6: Scanned copy of duly filled “Details regarding GST mentioning applicable
GST for each line item of BOQ along with HSN/SAC code no.”
(Annexure-IV).
Packet-7: Scanned copy of “UNPRICED BID”.
Note: e-Procurement system does not allow submission of documents after due
date of tender. Incomplete form or non-submission of documents to verify
details may results into rejection of your offer and no communication shall be
done for submission of documents.
2. PART-II: PRICED BID:-
Price Bid i.e. BOQ given with tender to be uploaded after filling all relevant information like
Basic Prices etc. The priced BOQ should be uploaded strictly as per the format available
with the tender failing which the offer is liable for rejection (renaming or changing format
of BOQ sheet (file) will not be accepted by system)
Kindly quote your offer on blank fields in uploaded BOQ sheet. Please note that lowest
bidder (L1) will be decided based on the evaluated amount after considering all taxes &
set-offs as applicable.
Vendor should quote prices in BOQ only, offers indicating rates anywhere else
(scanned documents in Part-I) shall be liable for rejection.

TH/CVL/TS/KR/TRAINEE/B-TYPE/2020 4
B. OTHER IMPORTANT DOCUMENTS:
Documents required for verification of details submitted in Prequalification Criteria (Annex-II) to
be submitted in your ‘My Space’ option as per instructions given below. Bidders can take help
from RCF’s e-Procurement Helpdesk (022-25522760) in uploading of documents.
1. Work Orders: Scanned copy of successfully executed Work Order copies as per details
mentioned in Pre-qualification Criteria-1 (Annexure-II) to be uploaded in Purchase Order-
1/2/3 under my space documents.
2. Banker Details: Scanned copy of duly filled “Vendor data up-dation form” & scanned
cheque to be uploaded in ‘Banker Details’ folder of My Space documents, this information
is essential for payment transactions.
3. Miscellaneous Docs: Please submit scanned copy of ‘PAN Card, Provident Fund
Registration document (P.F. No.), ESIC No., G.S.T. Registration Certificate,
Service Accounting Code (SAC), HSN (Harmonized System of Nomenclature)
code, Company Registration Certificate etc. as applicable. Please upload each
scanned certificate in respective folder under ‘Certificate details’ of My Space Documents.
1.05 Bid Validity: As per General terms and conditions of contract (GTCC, Annexure-VI).
1.06 Taxes & Duties: As per “Instruction for Price bid- BOQ submission”.
1.07 Mutually Agreed Damages (M.A.D.): As per General terms and conditions of contract (GTCC,
Annexure-VI).
1.08 Security Deposit (S.D.) and Performance Guarantee: As per General terms and conditions
of contract (GTCC, Annexure-VI).
1.09 Statutory Variation Clause: Any variation in statutory levies/taxes within the contract period
shall be to RCF’s account and beyond contract period to contractors account.

TH/CVL/TS/KR/TRAINEE/B-TYPE/2020 5
ANNEXURE- I
Process Compliance Form
(Tenderers are required to print this on their company’s letter head and sign, stamp before uploading in Packet-1 of Part-I bid)

To,

M/s. RCF Ltd.

Attention: DGM (CIVIL)

Sub: Acceptance to the Process related Terms and Conditions for the e-Tendering & e-
Reverse Auction

Dear Sir,
This has reference to the Terms & Conditions for e-Tendering & e-Reverse Auction
mentioned in the NIT No.: TH/CVL/TS/KR/TRAINEE/B-TYPE/2020.

We hereby confirm the following –

1) The undersigned is authorized representative of the company.


2) We have carefully gone through the NIT, Tender Documents and the Rules governing the e-tendering as
well as this document.
3) We will honor the Bid submitted by us during the e-tendering.
4) We give undertaking that if any mistake occurs while submitting the bid from our side, we will honor the
same.
5) We are aware that if RCF has to carry out e-tender again due to our mistake, RCF has the right to
disqualify us for this tender.
6) We confirm that RCF shall not be liable & responsible in any manner whatsoever for my/our failure to
access & submit offer on the e-tendering site due to loss of internet connectivity, electricity failure, virus
attack, problems with the PC, digital signature certificate or any other unforeseen circumstances etc.
7) We also confirm that we will undergo the training by RCF’s SERVICE PROVIDER on the auction tool and
the functionality of the same.
8) We confirm that RCF and RCF’S SERVICE PROVIDER shall not be liable & responsible in any manner
whatsoever for my/our failure to access & bid on the e-auction platform due to loss of internet
connectivity, electricity failure, virus attack, problems with the PC, any other unforeseen circumstances
etc. before or during the auction event.
9) We also confirm that we will fax / e-mail the price confirmation & price break up of our quoted price as
per FORMAT B – Price Confirmation after the closing of reverse auction event.

With regards

Signature with company seal


Name –
Company / Organization –
Designation within Company / Organization –
E-mail Id:
Tel/Mobile no. :

TH/CVL/TS/KR/TRAINEE/B-TYPE/2020 6
Pre-qualification Details (to be submitted in packet 3 of part-I) ANNEXURE–II
(NOTE: Please fill the details in front of each criteria mentioned below and upload this Annexure in packet 3 of part-
I). Please upload signed & stamped copies of supporting documents in packet 4 of part-I. Incomplete form or non-
submission of documents to verify details may results into rejection of your offer, no communication shall be done
for submission of documents)

NAME OF BIDDER: ……………………………………………………………………………………………………….

Pre-qualification Criteria FOR TENDER REF NO.:


Sr.
TH/CVL/TS/KR/TRAINEE/B-TYPE/2020
Part-I) Experience of having successfully completed following works,
i. Repairs & renovation works of buildings and/or
ii. Rehabilitation works of buildings and/or
iii. Construction of new building
iv. ARC/AMC Civil Maintenance works
Note : Work order (Experience) having major scope of painting work then civil work other than painting work shall be minimum
40% of qualifying work order. during last seven years ending 30th June 2020 satisfying minimum one criteria mentioned below :
a. Criteria 1: One completed work costing not less than Rs. 52.20 Lakhs
b: Criteria 2: Two completed works each costing not less than Rs. 32.62 Lakhs
c. Criteria 3: Three completed works each costing not less than Rs. 26.10 Lakhs
(Fill details as per any one criteria mentioned above i.e. a or b or c and submit Work Order copies along with Scope of
work/BOQ & Work Completion certificates in packet-3 for verification). All values mentioned above are to be compared with
basic value of work experience/work orders.
1 I. In case, Bidder submits the work order(s) issued by Private/Public Limited, Partnership or Proprietary firms, then the Bidder
shall also submit the TDS certificate(s), in case the TDS certificate is not available the bidder must submit the proof of
payment received.
II. Only completed work orders shall be considered. Work order which are partly completed / those whose tenure is not
completed as on original date of tender submission shall not be considered for technical prequalification.
Sr. W.O. No. & Date WO/PO Value (Rs.) Name of Customer

Turnover during last three financial years ending 31st March 2019/2020 (Required minimum Avg.
turnover of Rs. 19.57 Lakhs).
(Please submit Turnover Certificate issued by your C.A. (mentioning bidder’s PAN) for following Financial years in packet-4 for
verification OR submit P&L statements/Balance Sheets along with ITR acknowledgements of following years in Balance sheet
folders of each year)
Sr. Financial Year Amount (Rs.)

2 1 2016-17

2 2017-18
3 2018-19
4 2019-20

Average Turnover for 3 years =


A)Bank Solvency Certificate
(Minimum Rs. 26.10 Lakhs) of Name of Bank:
nationalized/scheduled bank (mentioning Certificate date:
bidder’s address) issued within last one
year from scheduled date of bid Solvency Value:
3 submission. OR
B) Credit ratings from reputed
institutions such as CRISIL/ICRA etc. OR SIGNATURE WITH STAMP
C) Financial/Credit limits from banks as
on date.
Please upload this certificate in packet 4.

TH/CVL/TS/KR/TRAINEE/B-TYPE/2020 7
(NOTE: Please fill the details in front of each criteria mentioned below and upload this Annexure in packet-3 of
part-I). Please upload signed & stamped copies of supporting documents in packet-4 of part-I. Incomplete form or
non-submission of documents to verify details may results into rejection of your offer, no communication shall be
done for submission of documents)

NAME OF BIDDER: ……………………………………………………………………………………………………….

Pre-qualification Criteria FOR TENDER REF NO.:


Sr.
TH/CVL/TS/KR/TRAINEE/B-TYPE/2020

Provident Fund Registration No: (PF No):


P.F. No. is in the Name of:
4 Address of Firm as per PF no:

GST Registration No : (GST No):


GST No is in the Name of:
5 Address of Firm as per GST no:

ESIC Registration No: (E.S.I.C. No):

6 E.S.I.C. No. is in the Name of:


Address of Firm as per ESIC no:

PAN No.:

7 PAN No is in the Name of:


Address of Firm as per PAN no:

SIGNATURE WITH STAMP

TH/CVL/TS/KR/TRAINEE/B-TYPE/2020 8
ANNEXURE-III
FOR TENDER REF NO.: TH/CVL/TS/KR/TRAINEE/B-TYPE/2020
BID ABSTRACT FOR TERMS & CONDITIONS
(KINDLY FILL THIS SHEET AND UPLOAD IN PACKET-5 OF PART-I)
BIDDER’S NAME:
NOTE: Please note that any blank field left in the preceding confirmation box will be treated as Agreed only for
offer consideration.
BIDDER CONFIRMATION
NO. DESCRIPTION (Please put √ in front of your
confirmation)
VALIDITY PERIOD OF CONTRACT: ONE YEAR FROM THE DATE OF ISSUE OF LOI/WORK Agreed
1 ORDER. Disagreed
DEFECT LIABILITY PERIOD (WARRANTY PERIOD): 12 (TWELVE) MONTHS FROM THE
2 DATE OF HANDING OVER THE WORK TO ENGINEER AFTER SATISFACTORY EXECUTION OF Agreed
WORK IN OPINION OF ENGINEER. Disagreed
MUTUALLY AGREED DAMAGES (M.A.D.) CLAUSE: M.A.D. equivalent to 1% (One percent) of Agreed
3 the basic contract value of the work for each week of delay or part thereof, subject to maximum Disagreed
of 10% of the basic contract value of the work.
SECURITY DEPOSIT AND PERFORMANCE GUARANTEE CLAUSE: As per clause no 16.0 Agreed
4 and 17.0 of General terms & Conditions of contract. Disagreed
Agreed
5 FIRM PRICE: PRICE SHALL REMAIN FIRM THROUGH OUT CONTRACT PERIOD.
Disagreed
Agreed
6 COMPLETION PERIOD: AS PER NIT CLAUSE NO. 1.02 (REFER PAGE-3). Disagreed

Agreed
7 BID VALIDITY: 120 DAYS AFTER THE DATE OF OPENING OF TECHNICAL BID.
Disagreed

CLAUSES RELATED TO GST: DECLARATION FROM VENDOR FOR TAX COMPLIANCE RELATED Agreed
8 TO GST (Annexure-XIV of NIT). Disagreed
Agreed
9 DESCIPLINARY MEASURES: Annexure-XIII of NIT.
Disagreed
Agreed
10 HSE ANNEXURE: Annexure-XII of NIT.
Disagreed
Agreed
STATUTORY VARIATIONS: ALL STATUTORY VARIATIONS DURING CONTRACT PERIOD SHALL
11 BE TO RCF’s ACCOUNT AND BEYOND CONTRACT PERIOD TO YOUR ACCOUNT.
Disagreed
Acceptance of all terms and conditions of NIT along with GTCC including Annex-
12 VIII.(i.e Conditions related to integrity)(IF DISAGREED, PLEASE ATTACH DEVIATION Agreed
SHEET (FORMAT GIVEN), TO THIS PACKET i.e. PACKET 5) Disagreed

WHETHER THE PARTY IS REGISTERED UNDER MICRO/SMALL/MEDIUM ENTERPRISES ACT 2006 Yes
13 (IF YES, PLEASE FURNISH THE PROOF)
No

WHETHER THE PROPRIETOR OF “MSME” ENTERPRISE IS FROM SC/ST CATEGORY Yes


14 (IF YES, PLEASE ATTACH CAST CERTIFICATE ISSUED BY COMPETANT AUTHORITY)
No
Whether your company is kept on holiday, Delisted or blacklisted by ANY GOVERNMENT
15 DEPARTMENT/ FINANCIAL INSTITUTION/ COURT OF LAW/OTHER CENTRAL OR STATE LEVEL Yes
PSU’s. If yes then kindly furnish details_____________________________________ No

16 Whether HSN Code and GST Percentage mentioned in Annexure IV. Yes
No
Yes
YOU HAVE UPLOADED RCF VENDOR UPDATION FORM ANNEXURE-XI IN PACKET –5. AND No
17 IF YOU ARE EXISTING RCF VENDOR. KINDLY MENTION VENDOR NO……………………………………………

TH/CVL/TS/KR/TRAINEE/B-TYPE/2020 9
Yes
18 BOQ for work order attached (For verification of Civil work)
No

SIGNATURE WITH STAMP

TH/CVL/TS/KR/TRAINEE/B-TYPE/2020 10
Format of Deviations sheet
FOR TENDER REF NO.: TH/CVL/TS/KR/TRAINEE/B-TYPE/2020
(Deviations from Terms & Conditions of this Bid document)

(KINDLY FILL THIS SHEET AND SUBMIT IN PACKET-5 OF PART-I i.e. WITH ANNEXURE-III)

Note: The bidders who are accepting all the terms & conditions of the Bid document shall clearly
mention “No deviation” in the tabular form below. Please note that any blank field left in the preceding
sheet will be treated as “No deviation” for offer consideration.

(If considered imperative & unavoidable, then only the bidder should stipulate here the deviations to
Terms & Conditions of the Bid. The deviation which shall be not acceptable to RCF shall be
considered substantial deviations & non responsive bid & shall be rejected by RCF without assigning
any clarification. The deviations indicated elsewhere in the offer shall be considered null & void.)

Bid Document Deviation to clause Reasons for deviation

SEAL & SIGNATURE OF THE TENDERER

TH/CVL/TS/KR/TRAINEE/B-TYPE/2020 11
ANNEXURE-IV

Details regarding GST

(KINDLY FILL THIS SHEET AND UPLOAD IN PACKET-5 OF PART-I)

Bidder shall submit following details as per applicability:

1. GST registration Number (15-digit GSTIN).

2. Separate GST registration number for each business in the same state.

3. State wise GST registration Number (having different business in different state).

4. Undertaking / indemnification for not liable for GST registration.

5. Declaration for composition scheme under GST indicating GST registration number.

6. HSN (Harmonized System of Nomenclature) code for good being supplied by vendor for each enquiry
being floated each and every line item.

7. Service Accounting Code (SAC) of classification of Services under GST for each and every line item for
which enquiry is being floated.

8. GST applicable for each and every line item for subject work is as follows:

Sr. No. Item Description as per BOQ HSN/SAC Code No. Applicable GST (%)
1) SGST = %
CGST = %
OR
IGST = %
OR
UTGST = %
OR
UNREGISTERED
2)

3)

Up to
all
items
of BOQ

TH/CVL/TS/KR/TRAINEE/B-TYPE/2020 12
ANNEXURE-V
A. Modalities & Special instructions for e-Tendering:
The following steps noted below shall be the general methodology for carrying out the process of
procurement through the route of e-tendering:

1. It is mandatory for tenderer to have a valid digital signature certificate issued by any of the
valid Certifying Authority approved by Government of India for participation in e-Tendering event at
the time of submission of offer. The cost of digital signature will be borne by respective tenderer.
2. Offer against the NIT has to be submitted online on e-Tender website mentioned in the NIT with
valid digital signature certificate. The bidders shall be required to submit their offers in 2 separate
parts- (a) ‘Technical & Un-priced Commercial Bid’ and (b) ‘Price Bid’.
3. Submission of on-line Bids/Offers electronically against E-tendering: All interested bidders
are requested to register themselves on www.eprocure.gov.in with their digital signature certificate
with the user ID for participation in the tender. Kindly refer bidders manual kit available on
bidders section on above mentioned website for details procedure for bid submission or Bidders can
take help of our Helpdesk Center (022-2552 2760) for registration and bid submission procedures.
4. The Un-priced Technical Bids and Price Bid have to be submitted online only. However, documents
which necessarily have to be submitted in originals like EMD instrument if applicable have to be
submitted offline.
5. It is advised that the bidder uploads small sized documents (preferably up to 5 MB) at a time to
facilitate in easy uploading into e-tendering site. Standard documents required for tenders can be
uploaded in ‘My space’ facility in your account.
6. The Part-1 of the online offer, EMD if applicable, Pre-qualification details & Technical Bid, shall be
opened as per the date and time mentioned in the NIT.
7. The Technical & Un-priced Commercial bids opened shall be scrutinized for technical and commercial
acceptability including the pre-qualification criteria. The offers not fulfilling these criteria as per the
NIT shall be rejected outright.
8. The offer which meets the NIT requirements, technically (including pre-qualification criteria) and
commercially, shall be eligible for further consideration. Before opening of the Price Bids, offers of all
techno-commercially acceptable tenderers shall be at par.
9. Price bids shall be opened of participants who fulfill the pre-qualification criteria and techno-
commercial requirement of NIT. The offers will be evaluated as per the evaluation procedure given
in BOQ (Price Bid sheet). Please read instructions given below before submission of Price Bid i.e.
BOQ (spread sheet).

TH/CVL/TS/KR/TRAINEE/B-TYPE/2020 13
B. INSTRUCTION FOR PRICE BID – (BOQ) SUBMISSION

Please read following instructions before filling & submission of BOQ sheet.

1. Please note that e-procurement system accepts Microsoft Excel 97-2003 format only, any
modification in file format or changing name of file will results into non-acceptance of your offer by
e-Procurement System.
2. Kindly fill data in fields of ‘BOQ Sheet’ as per following Instruction only:
Bidders Name: Kindly put complete name of bidding firm/company
Select Excess/Less: Kindly put excess or less correctly and check the value at end of the BOQ
sheet. No claims can be made due to wrong entry. Kindly verifying the amount of quote submitted
by you before saving this BOQ sheet.
Percentage Price: Kindly put valid numeric value as percentage without any +/- sign or % sign
so the proper entry in BOQ can be made. Kindly check the quoted value of work to confirm your
offer.
Taxes & Duties: Rates mentioned in the BOQ are excluding GST. All the duties, octroi, customs
duty of any kind, fees etc. pertaining to this contract shall be entirely borne by the Contractor.
The Contractor shall submit the tax invoice/ Bill showing tax elements separately. Income Tax
shall be deducted at source from Contractor’s bill as per Government rules.
G.S.T. shall be payable extra as per the tax rates along with HSN/SAC code mentioned
in unpriced bids by respective parties.

3. Please note that lowest bidder (L1) will be decided based on the evaluated amount
after considering all taxes & set-offs as applicable.
4. Please save your BOQ sheet (Price bid) without changing name and format and
upload this completed BOQ sheet in Finance Envelope (Part-II).
5. For any queries and help please contact RCF Helpdesk Number-022-25522760 or
contacts given on first page of Tender documents.

TH/CVL/TS/KR/TRAINEE/B-TYPE/2020 14
C. Benefits to Micro and Small Enterprises:
Micro and Small Enterprises shall be entitled for benefits, subject to terms and conditions, as under:
a) Qualifying Criteria for MSEs, SC/ST vendors, Women owned MSE’s :
i. MSE bidders must submit registration certificates from any of the following (or any other
body specified by the Ministry of MSME):
 National Small Industries Corporation (NSIC)
 District Industries Centres (DIC)
 Coir Board
 Khadi and Village Industries Commission(KVIC)
 Khadi and Village Industries Board(KVIB)
 Directorate of Handicrafts and Handloom
 Aadhar Udyog Memorandum
ii. SC/ST owned enterprises ( i.e. SC/ST proprietorship, or holding minimum 51% shares in case of
Partnership/Private Limited Companies) shall additionally submit relevant SC/ST certificates
issued by any of the following:
 District/Additional District Magistrate /Collector/Deputy Commissioner/ Additional
Deputy Commissioner/Deputy Collector/1st Class Stipendiary Magistrate/Sub-
divisional Magistrate / Taluka Magistrate / Executive Magistrate/ Extra Assistant
Commissioner
 Chief Presidency magistrate / Additional Chief Presidency magistrate / Presidency
magistrate
 Revenue Officer not below the rank of Tehsildar
 Sub-divisional Officer of the area where the individual and/or his family normally
resides
iii. Women owned MSEs (i.e. Woman proprietorship, or holding minimum 51% shares in case of
Partnership/Private Limited Companies) bidders must additionally submit certificate from any of
the following:
 Aadhar Udyog Memorandum
 National Small Industries Corporation (NSIC)
 Certificate /document mentioning women as owner of MSE
iv. The registration shall be valid as on date of placement of order. A self- attested photocopy of the
relevant certificate shall be submitted as a support document.
v. The registration must be for the items/category of items /services relevant to the tendered
items/category of items/services.

(b) Purchase Preference for MSE: NOT APPLICABLE DUE TO WORKS CONTRACT
In tenders, where the L1 (evaluated price) bidder is a non-MSE, up to 25% of the tendered quantity
shall be allowed to be supplied by participating MSEs provided that the tendered quantity is divisible
into two or more orders and adequate for the purpose; all qualifying bidders have agreed for
acceptance of part-order quantity and participating MSE matches the L1 rate.
A share of 4% out of this 25% shall be allowed to be supplied by participating MSEs owned by
Scheduled Cast/Scheduled Tribe entrepreneurs. In the case of an SC/ST owned MSE failing to
participate in the tender or not meeting the tender requirements, this 4% sub-target shall be met by
other participating MSE’s.

TH/CVL/TS/KR/TRAINEE/B-TYPE/2020 15
A share of 3% out of this 25% shall be allowed to be supplied by participating MSEs owned by
Women entrepreneurs. In the case of a Women owned MSEs failing to participate in the tender or not
meeting the tender requirements, this 3% sub-target shall be met by other participating MSEs.
The above shall be subject to that the participating MSE (including SC/ST and Women owned
MSE’s) bidders shall have quoted a price within +15% of the L1 bid price and further that they shall
agree to match their quoted price with the L1 price.
In case that two or more MSEs are within the L1 +15% band, all such MSEs will be offered the
opportunity to match the L1 rate and 25% of the order will be shared equally by them.
Where the MSE is SC/ST owned, they shall be exclusively awarded a share of 4% of the above
25% and where the MSE is Women owned, they shall be exclusively awarded a share of 3% of the
above 25%, in addition to equally sharing the balance 18% with other non-SC/ST MSEs.
In case of more than one SC/ST MSE matching the L1 price, they shall equally share 4% of the
order, and additionally share the balance 18% with other non-SC/ST, non-Women MSE bidders.
In case of more than one Women MSE matching the L1 price, they shall equally share 3% of the
order, and additionally share the balance 18% with other non-SC/ST, non-Women MSE bidders.

(c) Exemption from Earnest Money Deposit (EMD)/ Tender cost for MSE:
i) Tenders shall be provided free of cost and tender documents are downloadable from the
websites of RCF (http://www.rcfltd.com) and the Central Public Procurement (CPP) Portal
(http://www.eprocure.gov.in/epublish/app) or can be obtained from the Office of Dy. General
Manager (Civil).
ii) MSE units qualifying as at (a) above shall be exempt from paying EMD.
iii) No exemption shall be allowed for the submission of Security Deposit / Performance Bank
Guarantee, if applicable in the particular tender.
iv) However, any amendments in the MSE policy which may be issued subsequently shall be
applicable.

Note:
i) Bidders shall declare the Udyog Aadhar Memorandum (UAM) number on Central Public
Procurement Portal (CPPP). Bidders fail to submit the UAM number on CPPP shall not be able to
avail the benefits available to MSEs as contained in Public Procurement Policy for MSEs order,
2012 issued by MSME.
ii) The above benefits shall be allowed to only manufacturing Micro and Small Enterprises and not
to traders / agents for supply of material/stores. This includes the procurement of items from the
list of specifically reserved 358 items for MSE as per the Policy.
iii) Bidders registered under the “services” category shall not be considered for supply of
material/stores.

D. Trade Receivables e-Discounting System (TReDS):


As an initiative of Government of India & RBI towards Make in India, Skill India & Financial Inclusion,
to provide a platform for bill discounting for MSME vendors, Rashtriya Chemicals and Fertilizers
Limited (RCF) has entered into an association / agreement with following 3 (three) financial institutions :
1. Receivables Exchange of India (RXIL), which is a joint-venture between National Stock
Exchange and SIDBI;
2. A Treds, a joint-venture between Axis Bank and Mjunction Services; and
3. Mynd Solution which runs M1 Exchange

TH/CVL/TS/KR/TRAINEE/B-TYPE/2020 16
Contact details are given below:

Name of
Exchange Contact Name Contact No. Email-id
RXIL Mandar Hukeri 9819611681 mandar.hukeri@rxil.in

A Treds Ms. Deepa Rath 9980771532 Deepa.rath@invoicemart.com;


Mr. Hitesh Popli 9930061225 hitesh.popli@invoicemart.com
M1 Exchange Jacob Raphael V 7506197628 jacob.r@m1xchange.com
Nieshant Nagda 9870337378 nishant.nagda@m1xchange.com

MSE vendors can register on a digital platform which connects MSME sellers and their Buyers to
multiple financiers. It enables MSME sellers, under an efficient & transparent bidding mechanism, to sell
their invoices to financiers, thus unlocking working capital / generating liquidity quickly, without
impacting their relationship with Buyers.

Benefits to MSME Seller:


1. Timely & Cheap finance without any collateral / loan / debt and no recourse to the MSME Seller
2. MSME Seller can get payments in less than 48 hours from submitting invoice on the platform,
thus improving cash flows
3. Online & transparent bidding mechanism coupled with Buyer credit profile ensures most
competitive rates and significant reduction in cost of funds for MSME.
4. Funding is without recourse to Seller; thus, payment once received through Platform cannot be
recalled by the Financier

Steps Involved for registration at Platform:

1. Acceptance of Offer Letter


2. One-time Submission of KYC and On-boarding documents
3. Verification of Documents by individual agencies (each of above) as per RBI guidelines
4. Execution of Agreement with by individual agencies (each of above)
5. Registering of MSME seller
6. Activation of User ID and Password for MSME seller
7. Issuance of User ID and Password to MSME seller
8. Commencement of transactions on Platform

A dedicated customer Management Team will be available for all the “TReDS Platform” by these
platforms for any related queries. RCF will not entertain any queries related to any of these platforms.

Payments to be taken through “TReDS” or directly from RCF is a sole discretion of the vendor. RCF
shall not intervene in the vendor’s decision to place their invoices on “TReDS” Platform or directly
taking payments from RCF.

“TReDS” option shall only be given to the MSME vendors and any other vendor “NOT” registered as
MSME with RCF, cannot avail this facility.

TH/CVL/TS/KR/TRAINEE/B-TYPE/2020 17
ANNEXURE-VI

PROCEDURE FOR AWARD OF PURCHASE OR SERVICE CONTRACTS THROUGH e-


REVERSE AUCTION (e-RA)

The following shall be the general procedure for carrying out the process of procurement and award of
purchase / service contracts through e-Reverse Auction (e-RA) route. The procedure given hereunder may
be changed/modified, from time to time due to operational, legal or other compliance requirements. The
guidelines given below are to be read and understood carefully before submission and acceptance to the
same in the attached prescribed Process Compliance Form (Annexure I) along with the Technical and Un-
priced Commercial Bid.

(A) General guidelines:


1) The bidders shall be, initially, required to submit their offers as mentioned above. The eRA process of
finalization of award of a contract shall have three stages. In Stage I the technical scrutiny of PQ and other
documents submitted will be done. In Stage II the BOQ of parties satisfying the PQ criteria and technically
suitable as per RCF Ltd will be opened. In Stage III, eRA will be conducted and is the decisive stage for
finalization of the tender as per NIT.

2) The Technical & Un-priced Commercial Bid shall also contain the “Process Compliance Form” (Annexure
I) duly signed by the bidder, confirming acceptance of all the terms for participating in the Reverse Auction.
Non-acceptance / Non-submission of the “Process Compliance Form” shall be a basis for rejection of the
offer and the tenderer will not be eligible to participate in the eRA.

3) The first part of the offer, Technical & Un-priced Commercial Bid, shall be opened on the due date and time
as per the NIT.

4) After opening of the Technical & Un-priced Commercial bids, same shall be scrutinized for technical and
commercial acceptability including the prequalification criteria (the existing pre-qualified contractors shall be
exempt from these criteria during their validity period). The offers not fulfilling the techno-commercial
conditions as per the NIT shall be rejected outright.

5) The offer, which are technically and commercially acceptable including prequalification criteria, shall be
eligible for price bid opening and all such techno-commercially acceptable tenderers, shall be considered at
par. The offers will be evaluated as per the evaluation procedure mentioned in the NIT.

6) After opening the price bids and arriving at the lowest evaluated cost to RCF, the tenderers whose price bids
have been opened shall be required to participate in the e-RA event conducted by the RCF’s Service
Provider.

7) The Lowest Evaluated Cost or Unit Rate obtained amongst the Price Bid opened in Stage II will generally be
the Opening Bid Price (OBP) for e-RA.

(B) General Terms and Conditions of eRA:

1. For the reverse auction, technically and commercially acceptable tenderers and whose price bids
have been opened only shall be eligible to participate.

TH/CVL/TS/KR/TRAINEE/B-TYPE/2020 18
2. RCF will inform the tenderers in writing the details of service provider including contact details to
enable them to contact and also to obtain any clarification / training on the modalities of eRA.

3. Present RCF’s service provider’s contact details are enclosed as Annexure-B

4. Business rules like event date, time, start price, bid decrement, extensions, etc. will be communicated
by the service provider as advance intimation for participation in eRA process.

5. Tenderers have to enclose the duly signed & filled-in compliance form in the prescribed Process
Compliance Form (Annexure-I) along with the Technical & un-priced commercial bid. Non-
acceptance / Non-submission of the “Process Compliance Form” shall be a basis for rejection of the
offer and such tenderer will not be eligible to participate in the eRA.

6. It is mandatory for tenderer to have a valid digital signature certificate (Class-II or Class-III
issued in the name of Company) issued by any of the valid Certifying Authority approved by
Government of India for participation in the Reverse Auction event at the time of submission
of offer. Further the tenderer shall ensure that said digital signature has \enough future
validity period to facilitate the tenderer to participate in the eRA. Accordingly, wherever, the
validity is expiring, the tenderer shall take due care to get it extended before its expiry. The
cost of obtaining such digital signature shall be borne by respective tenderer. As valid digital
signature is one of the pre-condition for participation in eRA event, if any tenderer does not have valid
digital signature or the same has expired on the date of eRA event, he will not be eligible to
participate in the eRA event.

7. E-reverse auction shall be normally conducted at evaluated cost unless otherwise mentioned clearly
in Notice inviting Tender. RCF will provide the evaluation sheet (e.g.: EXCEL sheet) to each tenderer,
wherever required, before the start of reverse auction to arrive at “Evaluated Cost to RCF” as detailed
in NIT.

8. Reverse auction will be conducted on scheduled date & time as fixed by RCF’s service provider, in
consultation with RCF. The RCF’s service provider will communicate the schedule to the eligible
tenderers.

9. At the end of eRA, the evaluated cost of the lowest tenderer will be displayed on the auction website.

10. The lowest tenderer has to fax / e-mail the price confirmation of the final bid price through duly filled-
in and signed/scanned Format B – Price Confirmation Form (Annexure A) to RCF immediately
after closing of eRA event.

11. The reverse auction will be treated as closed only when the bidding process gets closed in all
respects for the item listed in the eRA event.

(C) Business Rule for finalization of the tender under eRA:

1. It shall be the responsibility of the tenderer to be ready for eRA with all the requirements including valid
digital signature.

2. Valid Digital Signature certificate is mandatory for login in to the eRA site and further participation in eRA.

3. The tenderer shall be assigned a Unique User Name (Login ID), Password & Alias Name by RCF’S
SERVICE PROVIDER for each event. This will be communicated by email at the time of intimation of date

TH/CVL/TS/KR/TRAINEE/B-TYPE/2020 19
and time of the event. Tenderers are advised to change the Password and edit the information in the
Registration Page after the receipt of initial Password from RCF’S SERVICE PROVIDER to ensure
confidentiality.

4. All bids made from the Login ID given to tenderer will be deemed to have been made by them.

5. e-Reverse Auction (eRA) [ON-LINE BIDDING ON INTERNET] shall be conducted by RCF through its
duly appointed service provider, on pre-specified time & date. The tenderers shall have to log into the
tender site and take part in eRA from their own offices/ place of their choice. Internet connectivity and
other paraphernalia requirements shall have to be ensured by tenderers themselves. In order to ward off
such contingent situation like internet connectivity failure, power failure etc., tenderers are requested to
make all the necessary arrangements / alternatives whatever required so that they are able to circumvent
such situation and still be able to participate in the reverse auction successfully. However, the tenderers
are requested not to wait till the last moment to quote their bids to avoid any such complex situations. It is
to be noted that either RCF or RCF’S SERVICE PROVIDER shall not be responsible for these
unforeseen circumstances.

6. RCF shall not have any liability to tenderers for any interruption or delay in access to the site irrespective
of the cause.

7. RCF’S SERVICE PROVIDER shall arrange to train and / or provide clarifications to the nominated
person(s) of the tenderer, if required and if requested for, by the tenderer, without any cost, specifically for
the tenderers who will participate 1st time in eRA. The training / clarifications can be obtained by the
tenderers on followings:

(i) Methods to enter in the system of RCF’s eRA through Internet by using Login Id, Password and
Alias Name.
(ii) The significance of various text boxes displayed on the screen for bidding during eRA.
(iii) The methods and sequences of filling of Text boxes in the website and submitting the same.
(iv) The methods of entering the decreasing price bids.
Service provider shall explain all the Rules related to the Reverse Auction mentioned in the Business
Rules Document to be adopted, as per NIT. The tenderer has to approach for such training and for such
clarifications, if any to service provider well in advance. The declared events will not be postponed for
this.
8. The tenderer will be able to view the following on the Auction site screen along with the necessary fields
in the Reverse Auction:

a. Auction date
b. Start time
c. Duration of the Event
d. Auto Auction Extension clause / rule
e. Balance Time Available in minutes
f. Opening Bid Price
g. Decrement Value.
h. Leading Bid in the Auction (Current Lowest Bid Price)
i. Bids placed during the event

TH/CVL/TS/KR/TRAINEE/B-TYPE/2020 20
9. BID PRICE: The Tenderer has to quote the Evaluated Cost to RCF for the items specified. Any techno-
commercial loading, to arrive at the Evaluated Cost to RCF, shall be intimated to tenderers prior to eRA
event in the form of Evaluation sheet. The detailed evaluation procedure of bids is mentioned in the NIT.

10. e-Reverse Auction: RCF will declare its Opening Bid Price (OBP), which shall be displayed to all
tenderers during the start of the Reverse Auction. The tenderer will be required to start bidding after
announcement of Opening Price and decrement amount. OBP displayed on screen is the Evaluated Cost
to RCF. The offered bid price shall be a price lower than start bid price or the leading bid price (current
lowest price when auction is on) by one decrement value or multiples of the decrement value. The
process shall be repeated till the end of the auction. Any bid offer is made with reduction other than in
one decrement value or multiples of the decrement value, will be treated as invalid bid and will be
rejected in the eRA (For example: Say OBP is Rs 100000, decrement value is Rs 100 or multiple of Rs
100, then 99900, 99200, 89000, 88900 etc. are examples of valid bid, where as 99850, 99225, 89123 etc
are examples of invalid bids).

11. Reverse Auction shall be for a period of 60 minutes or as per RCF’s requirement. If a tenderer places a
bid in the last 5 minutes of closing of the Reverse Auction and if that bid gets accepted, then the duration
of the auction shall get extended automatically for another 5 minutes, from the time that bid comes in
and such auto-extension will be continued till the bid is received & accepted in such extended 5 minutes.
If the bid does not get accepted in last 5 minutes, the auto-extension will not take place. In case, there is
no bid in the last 5 minutes of closing of Reverse Auction, the auction shall get closed automatically
without any extension. However, tenderers are advised not to wait till the last minute or last few
seconds to enter their bid during the last five minutes/autoextension period to avoid
complications related with internet connectivity, network problems, system crash down, power
failure, etc. which ultimately leads to non acceptance of such offer.

12. The bidding of the prices on-line in eRA shall be carried out with utmost care by the tenderers.

13. Bids once made by tenderer, cannot be cancelled or withdrawn or modified.

14. After the completion of eRA, the Closing / Final Bid Price (CBP) shall be available on auction screen.

15. At the end of the Reverse Auction, L1 tenderer (i.e. tenderer who has quoted lowest final closing bid price
in the eRA event) has to provide price confirmation giving a detailed break up through email or fax on
tenderer’s letterhead ( physical/scanned) immediately as per attached prescribed FORMAT B – Price
Confirmation Form (Annexure A). In case the tender involved bidding for total evaluated cost for more
than one item, the percentage reduction received in eRA Final Bid Price shall be applied equally to all the
items included in the total evaluated cost.

16. During Reverse Auction, if no bid is received within the specified time, RCF, at its sole discretion, may
decide to reschedule / scrap the Reverse Auction process / proceed with conventional mode of tendering
/ or finalize the tender based on Price Bid received and opened in Stage-II, after negotiation or without
negotiation, with L1 bidder at the Stage II or re-float the tender.

17. Placement of order on the conclusion of Reverse Auction shall be at the discretion of RCF. The bidders
are to note that lowest Bid Price obtained on the conclusion of the eRA may not be the only criteria for
awarding a contract.

18. RCF may, at its sole discretion, cancel the eRA event or the tender itself, before, during or after the eRA
event.

TH/CVL/TS/KR/TRAINEE/B-TYPE/2020 21
19. RCF reserves the right to negotiate, if required, with L1 bidder even after conclusion of the eRA, at RCF’s
sole discretion.

20. A repeat eRA will not be conducted, unless the tender is refloated except as indicated in para 16 above.

21. It shall be the prerogative of RCF to offer the Final / Closing Price of Reverse Auction to the other bidders
for matching in case RCF decides to have more than one supplier/contractor. Such Bidders shall be
offered to confirm their acceptance to match L1 FINAL / Closing Price in Reverse Auction in sequence of
their ranking as L2, L3,L4,…. based on the last bid made by each of the tenderer in eRA event, if
required. In case of such splitting of contract, the such matching of rates by L2,L3,L4,…. shall be with
rates ( ‘single item’ /’all the items in case of more than one item’/ ‘schedule of rates’ type of contracts )
finalized with L1 party.

22. RCF’s decision for award of Contract shall be final and binding on all the tenderers.

23. Any other form of submission of revision in price, on his own by the tenderer before, during or
after eRA shall be invalid.

(D) Other terms & conditions of eRA:

1. The tenderer shall not indulge either by himself or through any of his representatives in Price
manipulation of any kind either directly or indirectly and shall not divulge, in any manner, the details of
rates and other information connected with the tender to other suppliers / tenderers.

2. The tenderer shall not divulge particulars of his Bids or any other exclusive details of RCF to any other
party.

3. RCF and/or RCF’S SERVICE PROVIDER shall not have any liability to tenderers for any interruption or
delay in access to the site irrespective of the cause.

4. RCF and/or RCF’S SERVICE PROVIDER is/are not responsible for any damages, including damages
that result from, but are not limited to negligence.

5. RCF and/or RCF’S SERVICE PROVIDER will not be held responsible for consequential damages,
including but not limited to systems problems, inability to use the system, loss of electronic information
etc.

TH/CVL/TS/KR/TRAINEE/B-TYPE/2020 22
ANNEXURE- A
FORMAT – B
Final Price Confirmation Form
(Tenderers are required to print this on their company’s letter head and sign, stamp before faxing)

To
M/s. RCF Ltd.
Thal Unit

Kind Attention:

Sub: Final price quoted during Reverse Auction and price break up

Ref: RCF NIT No: …………………………………


Reverse Auction date: …………………………………

Dear Sir,

We confirm that we have quoted the (FBP) Final Bid Price to RCF of
………………………………….. (In figures)
……………………………………………………………………………………………
………………………………………………………………………………… (In words)
(Price quoted on the basis of Evaluated cost to RCF ) as our final lump sum price(s) during the
e-Reverse-Auction conducted with reference to above NIT and date of eRA.

The Price Breakup attached as per RCF evaluation sheet (excel) format.

Thanking you,

Yours Faithfully,

Signature with Company seal


Name –
Company / Organization –
Designation within Company / Organization –
Address of Company / Organization –
E-mail Id
Tel no.:
Mobile no:
(Sign this document scan and email: rcfthcvlfact@rcfltd.com

TH/CVL/TS/KR/TRAINEE/B-TYPE/2020 23
ANNEXURE - VII

(FORMAT FOR SOLVENCY CERTIFICATE)


(On Bank’s Letter Head)
______________________________________________________________________

REF NO:………………… DATE:……………,,,,,,,,,

To Whomsoever Concerned

This is to certify that to the best of our knowledge and information, M/s
___________________________ (Bidders name with complete address), a customer of our Bank, is
respectable, and is capable of executing orders to the extent of Rs_________
(Rupees________________________). M/s _________________ have been our customer since
______ to date and has been granted the following limits, at present, against various facilities granted by
the Bank:
……………………… ……………..
……………………… ……………...
This certificate is issued without any guarantee, risk or responsibility on behalf of the Bank or any of its
officials.

This certificate is issued at the specific request of the customer.

Yours faithfully,
(Bank Official’s signature & stamp)

TH/CVL/TS/KR/TRAINEE/B-TYPE/2020 24
ANNEXURE- VIII
RASHTRIYA CHEMICALS & FERTILIZERS LTD.
(Government of India Undertaking)
THAL UNIT- FACTORY CIVIL DEPARTMENT
GENERAL TERMS AND CONDITIONS OF THE CONTRACT (GTCC)
FOR TENDER REF NO.: TH/CVL/TS/KR/TRAINEE/B-TYPE/2020

NAME OF WORK: REPAIR, INTERNAL PAINTING AND ALLIED WORK OF TYPE B QUARTERS AT
RCF KURUL TOWNSHIP.

Sealed percentage rate e-Tenders are invited from experienced contractors in the field of Civil works. for the
above work. Rashtriya Chemicals and fertilizers Ltd., Thal unit (A Govt. of India Undertaking) is having its factory
at Thal and Townships at Kurul & Kihim near Alibag around 100 Km from Mumbai. Therefore contractor should
be well conversant with the site conditions before quoting.

1.0 AMENDMENT TO NIT:


At any time prior to the deadline for submission of bids, RCF or its nominee or its consultants may for any
reason, whether at its own initiative or otherwise or in response to any clarification requested by a
prospective Bidder, modify the NIT by amendment. The amendment will be notified in writing to all
prospective Bidders who have received the NIT and the amendment will be binding on them. In order to
afford prospective Bidders reasonable time to take the amendment into account in preparing their tenders,
extension of time as may be reasonable, will be given for submission of tenders.

2.0 OPENING OF BIDS:


Any bid received after the opening of bids will be treated as ‘Late bids’ and will be ignored.

3.0 NEGOTIATIONS AND PRICE ADJUSTMENTS/ESCALATION:


RCF reserves the right to conduct negotiations with Contractors to have the possible reduction from the
original offer or if the condition so warrants. RCF reserves the right to divide the work in appropriate parts
by negotiating with the bidders. The bidders shall attend the negotiation meeting in time upon intimation
to them by RCF.
The Contractor’s accepted offer shall remain firm and subject to no escalation whatsoever during the
entire contract period of the work.

4.0 The tender documents consist of the following:-


a) Notice Inviting Tender.
b) Special Conditions, Drawings etc., if any.
c) Schedule of Quantities & Rates.

5.0 Canvassing in connection with tender is strictly prohibited. Tenders submitted by contractors who resort to
Canvassing will be rejected outright.

5.1 The processing of offers after opening of tender shall be carried out through e-Reverse Auction.
Participation in the e-Reverse Auction shall be mandatory. Modalities, detailed instructions & guidance
for e-Reverse Auction shall be extended by RCF and the agency tied-up by RCF for providing the platform
and conducting e-Reverse Auction. The offer of the party declining participation in e-reverse
auction is liable to be rejected. Modalities, detailed instructions & guidance for e-Reverse Auction and
formats (A and B) are enclosed are enclosed after NIT for your guidance.

5.2 Bidder shall submit “e-Reverse Auction Compliance Statement” on bidder’s letterhead, confirming
acceptance of all the terms for participating in the e- Reverse Auction. Non-acceptance / Non-
submission of the “e-Reverse Auction Compliance Statement” shall be a basis for rejection of the offer.

TH/CVL/AMM-BE/DRN-PVMT/2019 25
6.0 Right of acceptance of tender will rest with M/s Rashtriya Chemicals & Fertilizers Ltd.; THAL, Unit THAL, who do
not bind themselves; to accept the lowest or any tender and reserve to themselves the right to reject any or all
tenders or to accept any tender in part only without assigning any reason or giving any explanation therefore.

7.0 Tenderers who do not fulfill all or any of these conditions or are incomplete in any respect are liable to be
rejected. Tender containing conditions not covered and/or not contemplated by the General Terms & Conditions of
contract and/or special conditions or expressly prohibited therein are liable to be rejected.

8.0 Two sets of drawings and one set of tender documents whenever required shall be furnished free of charge to the
successful tenderer [hereinafter called the 'Contractor']. He shall keep one set of drawing on the works and the
Engineer-In-Charge shall at all times have access to the same [One set of tender documents consisting of N.I.T.,
General Terms & Conditions of Contract, Contractors labor & health Regulations, Drawings, designs and the
detailed specifications will be kept for the inspection in our office and the Tenderer can see the same on any
working day during normal working hours; till the closing date of tenders.]

9.0 RIGHT OF ACCEPTANCE & REJECTION OF TENDER:


RCF Ltd. reserves the right to accept at their sole discretion any tender in whole or part or split the work
among two or more Contractors or reject any or all Bids without assigning any reason thereof. No claim for
compensation etc. whatsoever will not be entertained by RCF. If a Contractor whose past performance has not
been found satisfactory in the opinion of RCF, then RCF reserves the right to refuse the tender documents or
reject the tender while opening or evaluating the tenders. The work will be split-up in the ratio as mentioned
in below table at same rates, terms and conditions.

The decision of RCF regarding performance evaluation shall be final & binding on the Contractors.

If L-2, L-3, L-4 bidders matches L-1 bidder’s rate, the work divided among four parties in the ratio 30:27:23:20
at same rates, terms & conditions. If L-2 bidder does not match their rates with L-1 bidder then L-1 rates will
be offered to L-3, L-4,…… bidder/s those who matches L-1 bidder rates for finalize second party. Similar
procedure shall be adopted for finalize third & fourth party. Distribution of the job shall be as mentioned in the
following table. If L-2, L-3, L-4….. bidders do not match L-1 bidder’s rates then only 55% job shall be awarded
to L-1 bidder.
Sr. Nos. of Proportion Time period from the date of handing
Conditions
no. Parties ratio over of site for each party.
1 If Three parties Four 30:27:23:20 2.5 months
matches L-1 rates parties
2 If Two parties Three 40:34:26 3.0 months
matches L-1 rates parties
3 If one party Two 55:45. 3.5 months
matches L-1 rates parties
4 If no one matches Single 55% 3.5 months
L-1 rates Party

10.0 SAFETY REGULATIONS:


The tenderer shall have to observe all the safety rules as required and shall provide safety wears for his/their
workmen at his/their cost. He and his employees should undertake to scrupulously observe all security
arrangements of the factory/township issued from time to time.

10.1 Certain areas may be considered/notified as hazardous due to inflammable gases in surrounding
atmosphere. In such cases the Tenderer shall have to take all safety precautions while carrying out work
and procure safety permits from the officer concerned.

TH/CVL/TS/KR/TRAINEE/B-TYPE/2020 26
11.0 The contractor shall have to make his own arrangement for housing his workmen, both skilled and unskilled
and his other supervisory staff engaged on the works and on no account his workmen will be allowed to reside
inside RCF premises.

11.1 No temporary Hutment/Go-down of the contractor shall be permitted inside the factory/township area as per
the prevailing rules. In case the contractor wants any temporary Office / Go-down, he has to put written
request to the Management as a special case and it will be decided on the merit of the case.

12.0 The tenderer is advised to visit and study the site of work and drawings and Specifications & schedule of rates
from all aspects before tendering. Any temporary bypasses, turn arounds, approach roads etc. that the tenderer
may consider necessary to facilitate the execution of the work under this contract shall have to be constructed and
maintained by him at his own cost and the same shall be deemed to have been included in his tendered rates. No
claim for damages or compensation will be entertained on this ground.

13.0 Submission of tender will be conclusive evidence to the fact that the tenderer has fully satisfied as to the
nature and scope of the work to be done, procedure for issue of materials, conditions of contract, factory
operations, conditions, local precautions to be ensured, security rules to be followed and all other factors affecting
the performance of the contract and the cost thereof.

14.0 The work shall be executed under the guidance of the Engineer-In-Charge who may be the Chief Manager
[Civil] or any of his authorized representatives to ensure that all works are carried out in every detail to the
specifications and approved drawings. The Engineer In-Charge will issue such instructions and directions to the
contractors as he may be deemed fit and the contractor shall abide by and carryout such directions and
instructions.

15.0 Tenderer must note that the validity period of bids is 120 days from the date of opening of technical bids. No
tenderer can withdraw or revoke his tender or revise his tendered rates within the said period of 120 days. If any
tenderer withdraws or revokes his tender or revise the tendered rate for any item of work within the aforesaid
period of 120 days his/their Earnest Money Deposit is liable to be forfeited. Offers with less bid validity shall be
rejected outright.

16.0 SECURITY DEPOSIT:


On acceptance of tender by the Company, the Earnest Money Deposited by the Contractor with his tender
will be retained by the Company as part of the Security Deposit for the due and faithful fulfillment of the
contract by the contractor. The Security Deposit as mentioned in clause 15.1 below may be submitted in
the form of bank guarantee within 15 days from acceptance of LOI or work order by the contractor from
approved list of banks in the format prescribed by RCF. No interest is payable on the amount of Security
Deposit.

The total Security Deposit shall be worked out as 10% of the contract value.

16.1 The Bank guarantee & EMD against Security Deposit will remain with RCF for a period of 12 Calendar months
from the final date of satisfactory completion and taking over of the work by RCF as a part of defect liability.
In case the bank guarantee is given for the full amount of S.D. the Earnest Money deposited by the
Contractor shall be released immediately.

However, successful tenderer shall submit Security Deposit at 20% of the contract value if difference between
the quotes of L1 and L2 is more than 20%, provided there are 3 or more techno-commercially qualified
bidders.

The Bank guarantee & EMD against security deposit will remain with RCF for a period of 12 Calendar months
from the final date of satisfactory completion and taking over of the work by RCF as a part of defect liability.
In case the bank guarantee is given for the full amount of S.D., Earnest Money deposited by the Contractor
shall be released immediately.

TH/CVL/TS/KR/TRAINEE/B-TYPE/2020 27
17.0 PERFORMANCE GAURANTEE
The Security deposit submitted as per above clause 15.0 above shall be converted into performance guarantee
as a part of defect liability and will be remain with RCF for a period of 12 months after satisfactory execution of
work in opinion of Engineer. The Contractor shall ensure that the entire work carried out by him remain intact
for a period of minimum 12 months from the date of completion of entire work. If any defects are noticed in
the work or performance is found unsatisfactory, the same shall be rectified by the contractors free of cost. In
case of failure to do so, Bank Guarantee shall be en-cashed or performance guarantee recovered amount will
be forfeited & the work will be got done at risk & cost of the contractor. Bank Guarantee of less validity period
than specified will not be accepted. The Bank Guarantee should be from the Bank out of RCF approved
Bankers as per the list attached at Annexure -VIII. The above Bank Guarantee shall be valid for 15 calendar
months (12 months Guarantee period + 3 months claim period) from the date of completion of work.
Performance guarantee will be released to the contractor after expiry of 12 calendar months from the date of
completion of work.
No claim for interest or any other compensation shall be entertained in respect of any amount of Earnest
Money Deposit or Security Deposit or any amount retained by RCF’s hand owing to any dispute between RCF
and the contractor or in respect of any delay on the part of RCF making any interim or final payments.

18.0 VARIATION IN SCOPE OF WORK AND EXTRA ITEM


The work shall have to be executed at any height and in occupied condition of the buildings with even
minor quantities like patch work etc. as per the quoted rates.

The quantity of individual items of work mentioned in the schedule is subject to any variation on either
side. No extra shall be paid on this account. Payment shall be made as per actual quantum of work done
under respective items.

18.1 Any item which is not included in the schedule enclosed along with work order and it is to be executed by
Contractor, contractor shall submit the extra item rate analysis as follows in advance i.e. before execution of
extra item, giving proper justification of rates & documentary proof of reasonability of prices.

18.2 (i) FOR ITEM RATE CONTRACT:


In case rates cannot be analyzed then the rates shall be fixed on Raigad PWD-DSR 2015/16 for the relevant
year for building works.

(ii) FOR PERCENTAGE RATE CONTRACT


If the item is available in PWD DSR 2015/16, then the same will be paid to the contractor at relevant PWD-
DSR with deduction of 8% against VAT in applicable items & subsequently 15% escalation and applying the
quoted percentage, which the contractor has agreed for attached schedule.

18.3 If it is not possible to analyze / evaluate extra items as said in sub-para above, then extra items shall be
worked out and paid on the direct material as per the prevailing market rates supported by vouchers and direct
labour cost supported by documentary evidence with 10% (ten percent) premium on both direct materials cost
and direct labour cost to cover profits and overheads.

18.4 The methodology of bid-evaluation:- In case if there is an error in calculation with respect to rate and the total
value, then such total value for that line item, and / or if there is an error in arriving at grand total of all totals
of individual line items, then such grand total for all items quoted by the bidder will be taken in to
consideration for the purpose of evaluation. Similarly, if an amount is expressed in figures as well as words,
the amount given in words will prevail.
18.5 In case of item rate tenders, the tenderers shall enter the rates in prescribed form in figures and as well as in
words. If the rates written in figures and words differ, the rates given in words shall be taken as correct.

19.0 MATERIAL:

TH/CVL/TS/KR/TRAINEE/B-TYPE/2020 28
19.1 Tenderer shall have to make his/their own arrangement for procurement of all materials like reinforcement
steel, cement, construction chemicals etc.
19.2 Cement shall be ISI mark, 53/43 grade OPC/PPC.
19.3 Following material will be supplied by RCF at RCF Stores: NIL
19.4 All the other required materials are in the scope of the contractor.
19.5 Tor steel for reinforcement & structural steel shall be ISI mark.
19.6 The contractor should submit relevant test certificates to RCF for cement, Tor steel & structural steel etc.
from the stockiest from whom they purchase the material.
19.7 The contractor should make proper entry of these materials at factory security Gate & handover
photocopy of entry challan stamped by Security immediately to the concerned civil engineer in-charge, for
record.
19.8 The contractor should get the material checked physically by RCF Engineer, as soon as contractor unloads
it at his store.

20.0 For Structural steel used in the job measurements will be recorded on the basis of linear measurements and
weight calculation as per standard sectional weight.
In controlled concrete, tenderer shall have to take into consideration the loss in the transport of cement and
accordingly design the mix.
Successful Tenderer shall maintain entry/Issue & Consumption Register for Cement, Steel and Other Materials
at his store. The Register should be available to the Engineer In-Charge for verification at any time.

21.0 The Engineer-In-Charge at his discretion, require any building material going to work, to be tested periodically
in any one of the laboratories approved by him and arrangement for taking the specimen at his/their cost. In
respect of RCC items, casting of specimen cubes and getting the same tested in approved laboratory
periodically as directed by Engineer In-charge in accordance with IS 456 and all charges for testing shall be
borne by the contractor.

22.0 Contractor shall not be allowed to quarry any materials from the land belonging to Rashtriya Chemicals &
Fertilizers Ltd.

23.0 COMPLETION OF WORK


23.1 The tenderer's responsibility under the contract shall commence from the date of handing over site or from
the date of award of LOI/Work Order whichever is applicable. The tender documents and the letter of
acceptance shall constitute the contract pending execution of a stamped agreement. All costs, charges and
expenses incurred in connection with the finalization and preparation of the contract agreement including
stamp duty shall be paid by the contractor.

23.2 The tenderer’s shall note that the time of completion is the essence of the contract and all works shall be
completed in all respect within the specified period mentioned in the work order and no excuses for delay
shall be entertained.

24.0 MUTUALLY AGREED DAMAGES


Time is the essence of the contract. If the tenderer’s fails to complete the work and clear the site on or before
the schedule date of completion or if he has not achieved progress as set out in the time schedule, he/they
shall be without prejudice to the right and remedy of the Company be liable on account of such failure to pay
the compensation as mutually agreed damages and not by way of penalty a sum equivalent to [1%] one
percent of the basic contract value of the work for each week of delay or part thereof, subject to a maximum
to 10% (Ten percent) of basic contract value. For MAD purpose, basic contract value shall be considered as
actual work done value.

25.0 PAYMENT CONDITIONS

Initially Measurement and abstract should be submitted by E-mail and one printout in excel format. After
checking, contractor shall submit the tax invoice (Bill) in duplicate for forwarding to accounts for payment

TH/CVL/TS/KR/TRAINEE/B-TYPE/2020 29
purpose. Payments will be made through E-Payment. For that contractor has to submit the vendor data up-
dation form duly signed. GST No. & PAN No. should be mentioned in all the bills submitted by the contractor.

A) “ON ACCOUNT” PAYMENT:


Payments for the Running Account Bills shall be made Within 7 Days after duly checked and Certified by the
Engineer. Necessary deduction shall be made from “ON ACCOUNT BILLS” for Recovery against Material issued
by RCF, water charge, Income Tax and all other such applicable taxes.

B) FINAL BILL PAYMENTS


On satisfactory completion, of the work & after removing all scaffolding, Surplus Materials, Cleaning the site
area, disposing rubbish as directed by EIC and submission of performance bank guarantee; the Contractor shall
submit the final bill within 30 days from completion date of work. The payment of Final Bill shall be effected
only after duly checked & certified by EIC & after adjusting all the dues of the contractor to RCF within a period
of 7 days.

C) Tenderer’s should quote rates including all the taxes, duties, fees, etc. imposed by State, Central Govt. /Local
Body except GST, which should be paid Separately as per prevailing government rates, in connection with this
work.

D) The successful tenderer’s shall have to keep experienced / qualified (Degree/Diploma) Supervisor throughout
the contract period for Supervision and monitoring of work.

26.0 INSURANCE & LIABILITY


The successful tenderer’s shall indemnify RCF against the Claims which may be made under the
Workmen's Compensation Act and/or payment of Wages Act or any status or rules and regulations and
modified as otherwise as in force for the time being for or in respect of any damages or compensation
payable in consequence of any accident or injury sustained by the workmen or other person whether in
the employment of the contractor or not. Until the plant shall be deemed to be taken over, the contractor
shall also be liable for and shall be deemed to have agreed to indemnify the Company (RCF) in respect of
damages to any property of RCF or of others, occasioned or their or representatives or work or materials
or otherwise. The contractor shall observe provision of employee’s state Insurance Act in respect of labor
& staff engaged at site. All employees of contractor should be covered under Group Insurance Scheme &
labor license, P.F., minimum wages, Health, Safety, Welfare, ESIC etc. as applicable.

27.0 DISPUTES AND ARBITRATION


In the event of any dispute or difference arising under this contract, the same shall be referred to the sole
arbitration of a person appointed to be the arbitrator by CMD, RCF. It will be no objection that the arbitrator is
in service of RCF that had to deal with the matters to which the contract relates or that in the course of his
duties as an employee of RCF he had expressed views on all any of the matter in dispute or difference. The
arbitrator shall give a reasoned or speaking award. The award of the arbitrator shall be final and binding on
the parties to this contract. In the event of the arbitrator dying, neglecting or refusing to act or resigning or
being unable to act for any reason, it shall be lawful for the CMD, RCF to appoint another arbitrator in place of
outgoing arbitrator, in the manner aforesaid. The venue of arbitration shall be at in Mumbai. The work under
contract shall continue during arbitration proceeding unless matter is such that work cannot be continued until
the decision of arbitration is obtained.

The contract shall be deemed to have been entered into at Mumbai and all course of action in relation to the
contract will thus deemed to have been arisen only within the Jurisdiction of Bombay High Court.

28.0 FORCE MAJEURE


Neither RCF nor the contractor shall be considered default in performance of its obligations hereunder, if such
performance is prevented or delayed because of war, hostilities, revolution civil commotion, strike, epidemic,
accident, fire, wind, flood, earth quake or because of any law, order procurmation, regulations or ordinance of

TH/CVL/TS/KR/TRAINEE/B-TYPE/2020 30
any Government, or any sub-division thereof, or because of any Act of god, provided it shall be noticed
promptly in any case not later than 14 days with sufficient proof of the same.

28.1 Regarding entry to the factory area, the contractor may please note that they will have to submit all the entry
Challans duly stamped and signed by Security office/In charge at main gate for all materials and tools brought
inside the factory area in connection with the work order.

29.0 CONSTRUCTION WATER: Water will be provided free of cost by RCF at one convenient point for their work
site chosen by Engineer-In-Charge from where any further extension required will have to be done by you at your
own cost.

30.0 CONSTRUCTION POWER:


Electric power for construction at 400/230 V. 3 phase, 4 wire will be made available free of cost at one
convenient point near the work site. If required, the successful tenderer will be responsible for providing at
his own cost suitable cabin to receive power supply and to lay any service lines, fixtures and other installations
as may be required to give any test certificate as required by RCF for wiring connections, etc. done by him.
Contractor must indicate his power requirement at the time of giving the quotation. Supply of power to the
contractor is subject to condition governing power supply to the contractors as given in Annexure.

31.0 It should be noted that the normal working time within the factory area is between 8:00 AM to 5:00 PM and
the successful tenderer is expected to complete the entire execution of work within the intended time period.
In case of emergency/urgent works at the discretion of the Engineer-In-Charge, the contractor will have to
work round the clock and to complete the job in time.

32.0 The contractor shall, on instructions of the Engineer, immediately dismiss from the works any person
employed thereon who may misbehave, cause any nuisance or otherwise in the opinion of the Engineers, is
not fit person to be remained on the work and such person shall not again employed or allowed on the works
without the prior written permission of the Engineer.

33.0 In case of critical jobs to be urgently executed, the Contractor has to work in shifts or over and above the
normal working hours and he shall have to comply, with the instructions; of the EIC, in respect of working
beyond the normal working hours in writing. No compensation or extra rates shall be payable for working
beyond the normal hours. Contractor has to obtain prior permission to work beyond normal working hours
from CISF FACTORY security. Application for this should be routed through the Engineer-In-Charge.

34.0 The successful tenderer shall not deposit materials on any site which may cause inconvenience to public. The
Engineer-In-Charge may request the contractor to remove any material, which is considered by him to be a
danger, at contractor's own cost.

35.0 The contractor shall keep the site clean and free from rubbish to the satisfaction of the EIC. All surplus
materials, rubbish etc. will be removed to the place fixed by the EIC and nothing extra will be paid for it. The
contractor should take out all the empty paint/chemical drums/tins with proper gate-pass.
36.0 The contractor will be responsible for safety of all his material and RCF shall not entertain any claim for
compensation/damage for theft/loss thereof.

37.0 The Contractor will have to follow all the State & Central Govt. Laws including labour laws i.e. P.F, Pension,
Gratuity, Payment of Wages etc. The contractor has to follow all the legal obligations applicable to them. After
expiry or termination of contract the contractor shall take away all the employees with him. RCF shall not take any
responsibility as regards employment of contractor’s workers after expiry or termination of contract.

38.0 The successful tenderer shall return all released surplus materials to RCF Stores after getting it properly
weighed / measured / counted on a return note to be issued by the EIC just after the work is over. Released
material means the materials released from existing structures of RCF Factory area while doing the dismantling,

TH/CVL/TS/KR/TRAINEE/B-TYPE/2020 31
additions, alternations or renovation of structures. Surplus materials; means materials issued by RCF whether
chargeable or non-chargeable and which is balance after the actual consumption and completion of work.

39.0 All labour, transport, tools, plants etc. required for this job shall be arranged by the successful tenderer.

40.0 In case the contractor is not able to adhere to the time schedule and the delay is holding the schedule or
the other works, in such case RCF will be at liberty to get the job executed through another means/agency at
the risk and cost of the contractor who was executing the job and the contractor shall have to bear the
Mutually agreed damages as specified in the contract.

41.0 The successful tenderer may have to execute the work anywhere in the Factory/township area if require other
than the specified area given to him at the time of awarding the work. No extra amount shall be paid on this
account.

42.0 TERMINATION OF CONTRACT:


The default on the part of the contractor shall be treated as breach of contract and in that case RCF reserves
the right to terminate the contract and forth-with forfeit earnest money deposit and /or security deposit and
get the job done by third party in part or in full at the risk & cost of the contractor. RCF also retains the option
of de-barring the contractor from participating in future tender for any specific period. Payment for the work
completed at the time of termination of the contract shall be ascertained based on the measurements taken
and the proof of work done and /or material used by the contractor.

43.0 The above said provisions shall prevail over those in General Directions & Conditions of contract and
Contractor's Labor & Health Regulations.

44.0 The work has to be carried out in occupied condition of buildings and also at a considerable height. The
successful tenderer, has therefore to take care of SAFETY of workmen while carrying out the execution of work
with least in-convenience to the occupants.

45.0 While executing the work in Plant Area SAFETY PERMIT is to be obtained from Shift In-Charge and the same
is to be renewed in each shift. No work is to be carried out without SAFETY PERMIT and without using Safety
Appliances.
46.0 As decided by the EIC for some of the materials to be utilized for this work should be of ISI Mark and the
work is to be carried out strictly as per ISI Specifications.
47.0 Empty cement bags and empty paint/chemical/bitumen drums, are to be taken back by contractor with
proper gate pass or to be deposited in RCF scrap yard as directed.

SIGNATURE OF CONTRACTOR
WITH SEAL

Chief Manager (Civil)

TH/CVL/TS/KR/TRAINEE/B-TYPE/2020 32
ANNEXURE –IX
FORMAT FOR BANK GUARANTEE TOWARDS SECURITY DEPOSIT AND PERFORMANCE
GUARANTEE
(To be submitted on Rs. 500/- non judicial stamp paper)
Bank Guarantee No. __________ dated ________
M/s Rashtriya Chemicals & fertilizers Ltd,
………………….,
…………………..
…………………..
Dear Sirs,
In consideration of M/s Rashtriya Chemicals and Fertilizers Limited, Thal Unit [hereinafter referred to as
‘RCF’, which expression unless repugnant to the context and meaning thereof shall include its successors
and assigns], having agreed to exempt, M/s __________________________________having its
registered/principal office at ______________________________________________ [hereinafter referred to
as ‘Supplier / Contractor’ which expression unless repugnant to the context and meaning thereof shall
include its successors and assigns], from depositing with RCF a sum of Rs.___________ towards security /
performance guarantee in lieu of the said Supplier / Contractor having agreed to furnish an irrevocable bank
guarantee for the said sum of Rs. _________ as required under the terms and conditions of Contract / Work
Order / Purchase Order no. ______________________ dated __________ [hereinafter referred as the
‘Order’] placed by RCF on the said supplier / contractor, we,
____________________________________________ [hereinafter referred to as ‘the Bank’ which
expression shall include its successors and assigns] do hereby undertake to pay RCF an amount not
exceeding Rs. ______________ [Rupees _________________ ] on demand made by RCF on us due to a
breach committed by the said Supplier / Contractor of the terms and conditions of the Order.

1. We ____________ the Bank hereby undertake to pay the amount under the guarantee without any demur
merely on a demand received in writing from RCF stating that the Supplier / Contractor has committed
breach of the term(s) and/or condition(s) contained in the Order and/or failed to comply with the terms and
conditions as stipulated in the Order or amendment(s) thereto. The demand made on the Bank by RCF shall
be conclusive as to the breach of the term(s) and/or condition(s) of the Order and the amount due and
payable by the Bank under this guarantee, notwithstanding any dispute or disputes raised by the said
Supplier / Contractor regarding the validity of such breach and we agree to pay the amount so demanded
by RCF forthwith and without any demur. However, our liability under this guarantee shall be restricted to an
amount not exceeding Rs. ______________ [Rupees _________________ ].

2. We, ______________ the Bank further agree that this irrevocable guarantee herein contained shall
remain in full force and effect during the period that would be taken for the performance of the said Order and
that it shall continue to be enforceable till all the dues of RCF under or by virtue of the said Order have been
fully paid and its claim satisfied or discharged or till RCF certifies that the terms and conditions of the Order
have been fully and properly carried out by the Supplier / Contractor and accordingly discharge the
guarantee.

3. We ________________ the Bank, undertake to pay to RCF any money so demanded notwithstanding any
dispute or disputes raised by the said Supplier / Contractor in any suit or proceedings pending before any
court or tribunal relating thereto as our liability under this present being absolute and unequivocal. The
payment so made by us under this Guarantee shall be valid discharge of our liability for payment there under
and the said Supplier / Contractor shall have no claim against us for making such payment.

4. We ________________ the Bank further agree that RCF shall have full liberty, without our consent and
without affecting in any manner our obligation hereunder to vary any of the terms and conditions of the Order
or to extend time of performance by the said Supplier / Contractor from time to time or to postpone, for any
time or from time to time, any of the powers exercisable by the RCF against the said Supplier / Contractor
and to forbear or enforce any of the terms and conditions relating to the Order and shall not be relieved from

TH/CVL/TS/KR/TRAINEE/B-TYPE/2020 33
our liability by reason of any such variation or extension being granted to the said Supplier / Contractor or
for any forbearance, act or omission on the part of RCF or any indulgence by RCF to the Supplier /
Contractor or by any such matter or thing whatsoever which under the law relating to sureties would but for
this provisions have effect of so relieving us.

5. In order to give full effect to this guarantee, RCF will be entitled to act as if the BANK were the principal
debtor and the BANK hereby waives all rights of surety ship.

6. Our liability under this bank guarantee is restricted to Rs. _________ [Rupees __________________] and
shall remain in force up to _______________ and thereafter till the expiry of the extended period, if any,
(hereinafter Validity period). Unless a demand is made under this guarantee on us in writing at any time from
the date of issue of the guarantee till the expiry of the Validity period, we shall be discharged from all liabilities
under this guarantee thereafter.

7. The claim, if any, under this guarantee, shall be lodged at (address of BANK & Branch)
_________________________________________.

8. This guarantee will not be discharged due to change in the constitution in the Bank or the said Supplier /
Contractor or the provision of the contract between Supplier / Contractor and RCF.

9. The BANK hereby agrees that the Courts in Mumbai shall have exclusive jurisdiction in any matter of
dispute between RCF and the Bank and the Bank hereby agrees to address all the future correspondence in
regard to this bank guarantee to Chief Finance Manager, Rashtriya Chemicals and Fertilizers Limited, Thal
Unit, Tal-Alibag, Dist-Raigad, State-Maharashtra. INDIA.

10. We have the power to issue this Guarantee in your favour under the Charter of our Bank and the
undersigned has full power to execute this Guarantee under the Power of Attorney granted to him by the
Bank.

11. We, _____________ the Bank lastly undertake not to revoke this guarantee during its currency except
with the previous consent of the RCF in writing.

SIGNED AND DELIVERED ON THIS _______________ DAY OF _______

Yours faithfully,
For and on behalf of _____________________. (bank)
Signature of Authorised Official of bank
Name of the Official:
Designation of the Official:
Name of Bank:
Branch:
Address of Branch:
Telephone / Mobile No :
Fax No:
Email Id

TH/CVL/TS/KR/TRAINEE/B-TYPE/2020 34
ANNEXURE –X
LIST OF APPROVED BANKS FOR BANK GUARANTEES
A) Nationalized Banks (20 Nos.)

1 State Bank of India


2 Allahabad Bank
3 Andhra Bank
4 Bank of Baroda
5 Bank of India
6 Bank of Maharashtra
7 Canara Bank
8 Central Bank of India
9 Corporation Bank
10 Dena Bank
11 Indian Bank
12 Indian Overseas Bank
13 Oriental Bank of Commerce
14 Punjab & Sind Bank
15 Punjab National Bank
16 Syndicate Bank
17 UCO Bank
18 Union Bank of India
19 United Bank of India
20 Vijaya Bank
B) Other Private Banks (14 Nos.)
1 Axis Bank Ltd.
2 Catholic Syrian Bank Ltd.
3 City Union Bank Ltd.
4 HDFC Bank Ltd.
5 ICICI Bank Ltd.
6 IDBI Bank Ltd.
7 Kotak Mahindra Bank Ltd.
8 South Indian Bank Ltd.
9 Tamilnad Merchantile Bank Ltd.
10 The Federal Bank Ltd.
11 The Jammu & Kashmir Bank Ltd.
12 The Karnataka Bank Ltd.

TH/CVL/TS/KR/TRAINEE/B-TYPE/2020 35
13 The Karur Vysya Bank Ltd.
14 YES Bank
C) Foreign Banks (13 Nos.)
1 American Express Bank Ltd.
2 Bank of America National Trust & Saving Association
3 Bank of Tokyo - Mitsubishi UFJ Ltd.
4 Barclays Bank PLC
5 BNP Paribas
6 Calyon Bank
7 Citibank N.A.
8 Deutsche Bank
9 Development Bank of Singapore (DBS)
10 Hongkong & Shanghai Banking corporation Ltd.
11 JP Morgan Chase Bank
12 Royal Bank of Scotland
13 Standard Chartered Bank

TH/CVL/TS/KR/TRAINEE/B-TYPE/2020 36
ANNEXURE-XI VENDOR DATA UPDATION FORM Date:
Both New Vendors and Existing Venders may please note that all details listed below are required and will used for making all payments POs / WOs,
refund of EMDs / SDs, forwarding the details of payments by email, issue of TDS certificates, Works Contract TDS Certificate, C Form for CST
purchases etc.
Sr Title Sub Titles Purpose to be used for
Title (Whether Company / M/s / Mr / Mrs
I NAME
/ etc.)
Name ( As it appears on the Bank
*
Cheque)
Type (Whether for Purchases or Services) will be filled by RCF

RCF Vendor Code * will be filled by RCF

II ADDRESS House/ bldg. Number *

Street *

Street

City / Postal Code *

District / State *

Country

Region Code will be filled by RCF

District / State (If the state from which


SUPPLY supplies are going to be made is different
III * To be given, if applicable.
STATE from the State given above, then specify
the Place / State for C- forms.)

Emails of persons to contact for issues


* To be given/filled by all vendors
related to C-forms etc.

Other Region Code will be filled by RCF


COMMUNIC
IV Contact person *
ATION
Telephone incl. ext. STD Code Tel No Extn
Mobile Phone *
Fax STD Code Tel No
Email *
Standard communication method by email only
ACCOUNT
V If also a RCF's Customer? Yes / No
CONTROL
Group Key will be filled by RCF
GST Reg No. (enclosed scanned /
TAX
photocopies of registration certificates)
VI INFORMATI Mention the registration number here
ON
PAN NO. (enclosed scanned / photocopy
of PAN card) * Mention the PAN number here

Signature:

Place: Name:
Common Seal

Date: Designation:

TH/CVL/TS/KR/TRAINEE/B-TYPE/2020 37
DETAILS
VII Bank Key will be filled by RCF
OF BANK
Bank Account No. of Vendor *
Name of Bank *
Name of Branch *
Bank IFSC Code *
Bank Branch Code (Only for SBI
accounts)
Bank Address *
Bank City *
9 Digit code appearing on MICR
*
cheque
Telephone No. of Bank STD Code Tel No Extn
Fax No. of Bank STD Code Fax No.
Type of Account (for SB A/c=10,
*
Current A/c=11 or CC=13 )
Region will be filled by RCF
REFEREN Industry (whether PSU, Air
VIII
CE DATA Force, Military, Govt, others)
Micro / SSI Status
(Whether Micro , Small,
Medium Enterprise under Micro ,
Small and Medium Enterprises * Yes / No
Development Act, 2006 – if yes
then enclosed scanned / photocopies of
the certificate (like part-II Certificate)
WHETHER THE PROPRITAR OF
“MSME” ENTERPRISE IS FROM
SC/ST CATEGORY * Yes / No
(PLEASE ATTACH CAST (If Yes then you have to submit cast certificate issued by competent
CERTIFICATE ISSUED BY authority)
COMPETANT AUTHORITY)
1 It is mandatory ( Compulsory) to fill relevant data for item marked " * "
2 Enclose a cancelled cheque / a photocopy of the cheque.
3 Enclosed a Part-II Certificate indicating the registration under Micro/Small/Medium Enterprise.
3 Enclose a photocopy of Pass Book first page containing name and address of Account Holder
4 We hereby authorize RCF Ltd to make all payments to us by Direct Credit to our Bank Accounts details of which are given
above.
5 We hereby authorize RCF Ltd to deduct bank charges applicable for such Direct Bank Payments

Signature:
Common Seal
Place: Name:

Date: Designation:

TH/CVL/TS/KR/TRAINEE/B-TYPE/2020 38
ANNEXURE-XII
HSE REQUIREMENT

SAFETY INSTRUCTIONS TO FOLLOW HSE (HEALTH, SAFETY AND ENVIRONMENT) SYSTEM &
REGULATIONS

All the contractors/ suppliers/ transporters shall follow and comply the following Safety
instructions for safe execution of the allotted jobs. This will be applicable to all service
contracts, work orders and purchase orders which require installation work at site.

General Instructions:
1. Group insurance policy of contract workers i.e. ‘Workmen compensation policy’ / ‘Group accident
insurance policy’ and ESIC (Employee state insurance scheme) is compulsory for entire period of
work covering all type of risks involved.
2. Contractor shall arrange necessary Gate Entry Passes in advance as per CISF requirements.
3. Contractor workmen will follow the rules and regulations prevailing at RCF from time to time.

PRE-EMPLOYMENT MEDICAL EXAMINATION (BEFORE ENGAGAEMENT) OF CONTRACT


WORKERS
The contractors shall get the Pre-Employment Medical Examination of his workmen done from RCF
doctors at First aid inside the factory premises.

Training:
1. One hour training on work place safety shall be mandatory to each new contractor employee at fire
and safety department. Gate passes of such employees shall be stamped as Safety trained
employees. Contractor to ensure that workers have received this mandatory training. This training
will be valid for one year. On the job trainings / pep talks shall be imparted before starting the job on
work site by concerned supervisor/ Safety officers.
2. PEP (Preparation Tool Box talk) talk must be given every day by Contractor Supervisor.
3. Contractor to keep record of safety training and any other test undergone by their staff & ensure
validity (One year). New/Fresh staff only may be sent for training.

General Safety Instructions:


1. Contractor shall not carry out any work without valid Safety Work Permit issued to him. All the
conditions of the permit shall be understood & complied by him.
2. Work Permit shall be always available with contractor’s supervisor at worksite or hanged at work
site.
3. Contractor shall arrange adequate supervisors. No job shall be carried out without supervision.
4. Tested & certified equipment, tools & tackles shall be used & list with all necessary details shall be
submitted to RCF officials. All equipment shall be having visible identification marks with valid test
certificate.
5. Strict adherence to the Safety work permits for each hot, confined space, height job, excavation job
& other jobs taken by Plants & Services is must. The instructions written on it shall also be strictly
followed at site by contractor employees.
6. Contractor shall seek temporary electrical connections through RCF Electrical department only. The
cable used for temporary connection should be without any joints & plug tops shall always be used.
7. For the critical jobs, Job hazard analysis (JHA) shall be made.
8. Contractor shall ensure that his employees understand the use of fire hydrants, extinguishers &
emergency communication system available in the plants through RCF Safety training.

TH/CVL/TS/KR/TRAINEE/B-TYPE/2020 39
9. Contractors whose Safety Records are not satisfactory shall be viewed seriously and necessary
action (viz. Warning, monetary penalty, suspension/stoppage of work, cancellation of
Registration/Contracts) shall be taken by RCF.
10. Contractor will ensure and maintain housekeeping at work place. Scrap generated on the job will be
returned to scrap yard as per the instructions of RCF officials.
11. Contractor shall provide appropriate PPE (Personnel Protective Equipment) such as hand gloves,
safety shoes, safety helmet, safety goggles, double lanyard full body harness, dust masks, ear
plugs, face shields & other necessary PPE to all workers. These PPE should be as per BIS
mentioned below:

SN BIS codes Information


1. IS: 2925 - 1984 Industrial Safety Helmets
2. IS: 47701 - 1968 Rubber Gloves for Electrical Purpose
3. IS: 6994 - 1973 [Part-I] Industrial Safety Gloves [Leather & Cotton Gloves]
4. IS: 1989 - 1986 [Part-II] Leather Safety Boots & Shoes
5. IS: 5557 - 1969 Industrial & Safety Rubber Knee Boots
6. IS: 6519 - 1971 Code of Practice for Selections, Care & Repair of Safety Footwear
7. IS: 11226 - 1985 Leather Safety Footwear Having Direct Molding Sole
8. IS: 5983 - 1978 Eye Protectors
9. IS: 9167 - 1979 Ear Protectors
10. IS: 3521 - 1983 Industrial Safety Belts & Harnesses

Safety precautions for compressed gas cylinders:


1. Oxy-acetylene sets/ Oxygen/ LPG cylinder sets to be used for pre-heating & cutting jobs shall be
provided with IS 11106 specified regulators having double diaphragm pressure gauges & flash back
arrestors on both end (Cylinder end as well as torch end).
2. Gas cylinders shall be kept upright and secured firmly with chain.
3. All gas cylinders should be handled using trolley.

Safety precautions during cutting/welding job:


1. Welding machine manual shall be available at site and rated capacity of machine shall be clearly
visible. Earthing shall be returned back from job to welding machine.
2. In addition to normal PPE, personnel working shall wear welding shield with safety helmet attached
& cut resistance hand gloves.
3. Contractor employee shall ensure that water hose or water filled bucket kept near work place.
4. Sparks shall be confined by Non-asbestos Fire/ Welding blanket. The area shall be cordoned off. No
combustible material to be kept in the nearby area.
5. Working personnel should clearly understand about hazards involved and safe working procedure to
mitigate and prevent hazards.
6. Each cylinder must be with proper pressure Gauge.
7. Area cordoning shall be ensured.

Safety precautions during Radiography:


1. Contractor shall ensure that radiography is conducted by competent radiographer. Radiographer
shall carry radiographer’s license along with personal dosimeters (Chest & waist), Survey meters,
lead apron, trefoil symbols and adequate PPE’s.
2. Area cordoning shall be ensured.

Safety precautions during Slag blasting:

TH/CVL/TS/KR/TRAINEE/B-TYPE/2020 40
1. During slag blasting job contractor employee shall wear full body protection suit/ leather jacket, air
lined mask, dust mask, cut resistant hand gloves, ear plugs, safety shoes, safety helmet with chin
strap, Safety goggles.

Safety precautions during hydro jet cleaning:


1. During hydro jet cleaning, person shall wear cut resistant suit, hand gloves, face shield, safety
shoes, safety helmet with chin strap, safety goggles.
2. Hydrojet machine pressure relief valves should be calibrated with certificate available.

Safety precautions while using electrical appliances:


1. Contractor shall ensure all electrical appliances have industrial type end connections (three pin)
available in all plants. All electrical hand tools shall have ELCBs/RCCBs. All electrical cables shall
have sound & intact insulation & shall be free from joints.
2. Contractor shall ensure only flame-proof electrical fittings are used in hazardous areas as per
instructions by Engineer-In-Charge designated by RCFL for the job.
3. Clearance for power supply should be taken from electrical engineer from concerned plant. After
completion of Job, Extension board, light fittings should be returned immediately.

Safety precautions for working at height:


1. For height jobs, contractor employees shall wear safety helmet, safety shoes, safety goggles,
cotton/cut resistance hand gloves & double lanyard full body harnesses with both the lifelines
anchored at different supports. Scaffold shall be as per IS 4014-1:1967. Life line shall be provided as
Standby arrangement.
2. Work to be done under strict supervision.

Safety precautions for confined space job:


1. Contractor shall ensure that confined space entry permit is pasted at all the entry/exit points along
with Class I permit (if required) before entering the vessel.
2. Contractor shall ensure that his employees know the hazards that may be faced during entry and
ensure accurate count of authorized entrants in a register.
3. Contractor shall ensure that a person remains near the vessel entry point, to keep watch, till all the
persons inside have come out.
4. Contractor shall ensure that cross ventilation, air hose and 24 volt lamp without cable joint are made
available before entering vessel & shall ensure that rescue and other emergency services
procedures are made and are taken care off. He shall also ensure that authorized entrants are using
all necessary PPEs.
5. Contractor shall be aware of alternate light/power source arrangement in case of power failure.

Safety precautions for working at fragile roof:


1. Maintenance/ civil personnel should provide roof ladders/crawling boards.
2. Work should not be started without approved safe job procedure & Job hazard analysis (JHA).
3. Working personnel should be clearly informed and instructed about hazards involved and safe
working procedure to mitigate and prevent hazards.
3. Personnel working on roof should use necessary PPE’s such as safety helmet, safety shoes, safety
goggles, cut resistance/cotton hand gloves & double lanyard full body harnesses with both the
lifelines anchored at different supports.
4. Only a minimum required number of employees should work on roof at a time.

Penalties/ Disciplinary actions for Safety violations for contract employees:

TH/CVL/TS/KR/TRAINEE/B-TYPE/2020 41
1.0 Purpose: This procedure classifies violations and establishes uniform application of disciplinary
action for safety violations by workers including Contractors, subcontractors, consultants and their
supervisors. This is based on review of existing penalty rates to bring effectiveness in work place
safety.

2.0 Scope: This Procedure applies to workers including Contractors, subcontractors, consultants
and their supervisors who conduct and perform work activities and services in all RCF’s Operating
Areas at Thal unit.

3.0 General Requirements and Responsibilities: All concerned mentioned above at all times
must comply with the following requirements;
 Maintain full responsibility for all environmental, safety, security and health compliance
matters.
 Shall take prompt action on safety compliance as per RCF’s Safety Procedures, Rules and
Regulations.
 Responsible for correcting environmental, safety, security and health violations and/or unsafe
conditions present in his/her operation.
 Ensure that all work activities and/or services are always carried out safely to prevent injuries
and damage to properties.
 Safety record at the RCF will be a criterion used to judge performance and determine whether
or not persons/ groups mentioned as above qualifies for future contracts at RCF.
 ‘Stop Work Authority’ to be used to assist RCF in ensuring the safety and protection of
personnel, plant and equipment at all times
 Keep a constant check on the approved method of working to prevent environment, safety,
security and health violations.
 Promote accountability for environment, safety, security and health practices and regulations
in accordance with the RCF’s procedures.
 Initiate immediate corrective actions towards unsafe acts or safety conditions so as to prevent
or mitigate future recurrence.

4.0 Definitions:
4.1 Violations: All unsafe acts, offences, breach of procedures or standards as classified herein.

4.2 Disciplinary Actions: Penalty, termination of Contract(s) for Contractors, subcontractors,


consultants and their supervisors shall be applicable as follows:
Penalty (Rs.)
Safety Violation By Contractor Employee
SN
At Work Place 1st time violation
(Calendar Year)
1 Working without wearing safety helmet 1000
2 Working without wearing shoes 1000
3 Working without wearing safety goggle during handling of hazardous 1000
chemicals, acid/alkali etc.
4 Working without wearing Safety belt (double lanyard full body harness) 2000
for height jobs above 2 meters.
5 Working without wearing face shield during cutting, welding, grinding 1000
activity and during maintenance work on acid/alkali lines and
equipment’s.

TH/CVL/TS/KR/TRAINEE/B-TYPE/2020 42
6 Not using PPEs, tools/tackles as mentioned in Safety Work Permit 1000
7 Working without valid test certificate for lifting/ lowering tools/tackles 3000
8 Working without appropriate electric plug-pin, RCBO 2000
9 Working without a valid Safety Work Permit 3000
10 Gas cylinder without flash back arrestor 1000
11 Gas cylinder without trolley 500
12 Unauthorized personal entering into Cordon off area 500
13 Faulty wire/ cable laying on ground or using snapped cables 500
14 Improper hand or power tools/ tackles 1000
15 Smoking at work place area. 1000

Safety violations by Transport contractors


1 Faulty HAZCHEM displayed on Tanker 500
2 One PVC / Tychem Suit set if available 500
3 Both PVC /Tychem suit set are not available 1000
4 Fire Extinguisher without Hydro Test. 1000
5 TREM card not available 500
6 Hazardous chemicals transportation Training of driver by authorized 500
agencies. (Training card not available with driver)
7 Sleeping below the tanker 5000

* Note:
1. In case if anyone found violating for the second time, penalty of 1.5 Times will be
imposed.
2. In case of 3rd time violation – 15 days away from job for specific contractor labour/
supervisor of contract(s) based on violation will be imposed.

5.0 Health of contractor employees:


Contractors have to obtain fitness certificate and show it to the RCF supervisors prior to
commencement of work. It is to be ensured that no contract workers are allowed to enter the
premises with major health issues or after having any drug/ alcoholic drinks.

All executing departments like Civil & other related departments lining up contracts will
communicate to respective contractors for existing work orders/purchase order contracts.

OMs/HODs of respective plants and service departments will check and ensure implementation of
these penalties in true spirit and ensure safety compliance in their respective areas.

Pre-employment medical examination (before engagement) of contract workers:


Contractors will have to submit a certificate of fitness in respect of workers to be engaged inside the
factory/townships and no person/contract labour shall be employed without a valid certificate of fitness.
The contractors shall get the Pre-employment medical examination of his workmen done from RCF
doctors at first aid inside the factory premises.

Signature & Seal of the tenderer

TH/CVL/TS/KR/TRAINEE/B-TYPE/2020 43
ANNEXURE-XIII
DISCIPLINARY MEASURES

Procedure for action against an Agency in case of corrupt / fraudulent/ collusive / coercive practices
and persistent poor performance / un-satisfactory performance.
Definitions:
A.1 “Fraud” is a willful act or omission, intentionally committed by an individual either acting independently or in
group(s) - by deception, connivance, suppression, cheating or any other fraudulent or illegal means, thereby,
causing wrongful gains to self or any other individual and / or wrongful loss to others. This also includes abetment
of any act mentioned above. Many a times such acts are undertaken with a view to deceive / mislead others,
leading them to do or prohibiting them from doing a bonafide act or take bonafide decision which is not based on
material facts.
Ä.2 “Corrupt Practice” means the offering, giving, receiving or soliciting, directly or indirectly, anything of value to
improperly influence the actions in selection process or in contract execution. “Corrupt Practice” also includes any
omission for misrepresentation that may mislead or attempt to mislead so that financial or other benefit may be
obtained or an obligation avoided.
A.3 “Collusive Practice amongst bidders (prior to or after bid submission)” means a scheme or arrangement
designed to establish bid prices at artificial noncompetitive levels and to deprive the Employer of the benefits of
free and open competition.
A.4 “Coercive practice” means impairing or harming or threatening to impair or harm directly or indirectly, any
agency or its property to influence the improperly actions of an agency, obstruction of any investigation or auditing
of a procurement process.
A.5 “Moral turpitude” means to be a conduct contrary to justice, honesty, modesty or good morals and contrary to
what a man owes to a fellowman or to a society in general.
A.6 “Party/Contractor/Supplier/Vendor/Consultant/Bidder/Licensor” shall mean and include but not limited to a
public limited company or a private limited company, a joint venture, Consortium, HUF, a firm whether registered
or not, an individual, a co-operative society or an association or a group of persons engaged in any commerce,
trade, industry etc. is herein referred as “Agency”
A.7 “Company/Organization/Employer/Purchaser” is herein referred as “RCF Ltd”.

1.0) HOLIDAY LISTING OF AN AGENCY: -


In the following circumstances, an Agency can be put on 'holiday list', for a minimum duration of one year and up-
to a maximum period of three years by RCF Ltd: -
a) In case of non-performance or poor performance, unsatisfactory performance, no response consistently with
respect to delivery, not meeting delivery schedule, poor quality and workmanship despite repeated request to
improve performance.
b) In case of problems at the Agency end such as labour, financial, legal etc. which are not likely to be resolved by
the Agency in next one year.
c) Litigation, including arbitration proceedings, against or by the Agency, which is likely to have an adverse impact
on the company, till the dispute is settled.
However, before an Agency is put on holiday, the shortcomings will be brought to the notice of the Agency, in
writing, and proper notice specifying the grounds therein will be given in writing of the intention of RCF Ltd to put
them on Holiday if the Agency does not rectify the breaches within a specified period of time. One weeks’ time will
be given to the Agency to offer their explanation. If the explanation is not found to be satisfactory or no
explanation is received from the Agency within the stipulated time period, action / approval for putting the Agency
on holiday shall be taken by the company without any further notice. Such action would be in addition to other
remedies that would be exercised by RCF Ltd. The name of the Agency put on holiday will be displayed on
company website and the Agency shall be put on Holiday in all units of the company.
Depending on the severity of the default by the Agency, RCF Ltd can also De-list the Agency in addition to Holiday.
In the mean- time, further tenders will not be issued to such an Agency. Offer of such an Agency shall not be
considered in RCF tenders.

TH/CVL/TS/KR/TRAINEE/B-TYPE/2020 44
2.0) DELISTING OF AN AGENCY: -
Necessity may arise for deletion of the name of an approved Agency for a number of reasons. Some of which
could be:
a) Fall in credit rating of the Agency.
b) Death of the proprietor, in case of single proprietary firm.
c) Bankruptcy/insolvency of the Agency.
d) Splitting/merger/closure/ change in constitution of the Agency.
e) Directive of Board/ Govt. Financial institution/ Court.
Period of De-listing shall be for a minimum period of one year. How-ever RCF Ltd at its discretion can delist the
Agency for a maximum period of five years. Name of the De-listed Agency will be displayed on company website
and will be on De-listed list in all units of the company. In the mean-time, further tenders will not be issued to
such an Agency.

3.0) BLACKLISTING OF AN AGENCY: -


An Agency may be black-listed by the company where: -
a) There are sufficient and strong reasons to believe that the Agency or his employee have been guilty of unethical
or malpractice(s) including formation of cartel, bribery, corruption and fraud including substitution and in execution
of PO/WO, smuggling, pilfering, unauthorized use of or disposal of Company’s property/materials issued for
specific work or
b) Agency continuously refuses to pay Company’s dues without showing adequate reasons or
c) Agency (Director/Owner of the Agency, proprietor or any partner(s) or representative of the Agency) have been
convicted by a court of law for offence involving moral turpitude in relation to business dealing(s) or
d) Security considerations including suspected security considerations to the Company is envisaged.

In all the above cases from (3a to 3d) a Show Cause notice as to why the Agency should not be Blacklisted will be
sent to the Agency. The notice will specify clearly the grounds for considering the Agency for blacklisting and one
weeks’ time will be given to the Agency to offer their explanation. If the explanation is not found to be satisfactory
or no explanation is received from the Agency within the stipulated time period, action / approval for blacklisting
shall be taken by the company without any further notice. Period of blacklisting will be minimum for five years.
In case if an Agency is registered for more than one item of supply /work, the decision regarding blacklisting
would apply to all the items of supply /works /units of the company.
All the running contracts/other works with the Agency will be terminated immediately after blacklisting. Name of
the blacklisted Agency will be displayed on Company website in all units of the company. No further tenders shall
be issued to such an Agency.
In-case the Agency is put on Holiday list or on blacklist or gets delisted, EMD and SD, if any, submitted by the
Agency shall stand forfeited. EMD/SD/PBG/available balance of other contracts of the same Agency shall also be
considered for forfeiture, for the recovery towards any risk and cost amount, if applicable.
Note:
1. Agency shall note that all the points mentioned or stated above under Clause 1.0, 2.0 and 3.0 are only
illustrative and not exhaustive. This does not prevent RCF Ltd from taking action against Agency for any other act
that may not have been mentioned or stated above but the same falls under the gamut of fraudulent activity and
considered as such by RCF Ltd.
2. If it is observed during bidding process / bid evaluation stage or during execution of contract or after execution
of contract but during defect liability period that the Agency has indulged in corrupt/fraudulent/collusive/coercive
practices, the Agency shall be banned for future business dealings with RCF Ltd for a period specified in the above
referred clauses and the EMD/SD/PBG as the case may be, submitted by the Agency stands forfeited.
3. In case if an Agency has been put on holiday list or on blacklist or has got delisted in any other PSU or by Govt.
Of India, offer of such an Agency shall not be considered in RCF tenders.

Signature & Seal of the tenderer

TH/CVL/TS/KR/TRAINEE/B-TYPE/2020 45
ANNEXURE-XIV

Declaration from vendors for tax compliance related to GST


1. Vendor/Supplier/Contractor/Contractor shall ensure timely submission of invoice(s) as per rules/ regulations of
GST with all required supporting document(s) within a period specified in Contracts/ LOA to enable RCF to
avail input tax credit. Further, returns and details required to be filled under GST laws & rules should be timely
filed by supplier with requisite details.
2. Vendor/Supplier/Contractor would promptly pay GST, as per law, for the supplies made to RCF Ltd and would
upload returns within the prescribed time to enable RCF Ltd., to avail the input tax credit [ITC].

3. All necessary adjustment vouchers such as Credit Notes I Debit Notes for any short/excess supplies or revision
in prices or for any other reason under the Contract shall be submitted to RCF Ltd., as per GST provisions.

4. In the event of default on his part in payment of tax and submission I uploading of monthly returns, RCF is
well within its powers to withhold payments, especially the tax portion, until Vendor/Supplier/Contractor
corrects the default and I or complies with the requirements of GST and produces satisfactory evidence to that
effect or upon GST appearing on the Company GST portal.

5. If, as a result of any delay or default on his part, RCF Ltd., is rendered unable to avail ITC, he would, at his
own cost, get the shortcoming rectified in the return to be filed immediately thereafter.

6. In case GST credit is delayed/ denied to RCF reversed subsequently as per GST law, due to non/delayed
receipt of goods and/or services and/or tax invoice or expiry of timeline prescribed in GST Law for availing
such ITC, non-payment of taxes or non-filing of returns or any other reason not attributable to · RCF, GST
amount shall be recoverable from Vendor/Supplier/Contractor along with interest levied/ leviable on RCF.

7. In the event of delay getting ITC to RCF Ltd., due to reasons attributable to the Vendor/Supplier/Contractor,
RCF Ltd., reserves the right to recover interest at 12% on the tax credit so available for the number of days
the ITC was delayed. RCF may recover such amount from the Security Deposit or any such Deposit I Credit
Balance I future payments. Accordingly, RCF will raise Invoice/Debit note on the Vendor/Supplier/Contractor.

8. RCF Ltd., reserves the right to suspend I cancel I terminate the contract in the event of frequent I multiple /
repeated defaults by the Vendor/Supplier/Contractor in complying with the above requirements as per GST
and Vendor/Supplier/ Contractor shall be put under Holiday list as mentioned in the Contract

9. In case the short coming is not rectified by the Vendor/Supplier/Contractor and RCF ends up in reversal of
credits and I or payments, Vendor/ Supplier/Contractor is fully liable for making good all the loss incurred by
RCF as a result of default.

10. Advance payments  Vendor/Supplier/Contractor should issue Receipt vouchers immediately on receipt of
advance payment and subsequently issue supplies along tax invoice after adjusting advance payments as per
Contractual terms and GST Provisions.

11. Anti-profiteering  Vendor/Supplier/Contractor agrees unconditionally that any benefit arising, either directly
or indirectly, out of implementation of GST is mandatorily passed on to RCF Ltd.

12. Anti-profiteering I Re-negotiation  As far as the un-executed portion, as on 30th June, 2017, of the Contract
is concerned, it is lawful for the Company to renegotiate the compensation payable for the balance part of the
contract and the Vendor/Supplier/Contractor is under an obligation to pass on the benefit arising, either
directly or indirectly, out of implementation of GST.

TH/CVL/TS/KR/TRAINEE/B-TYPE/2020 46
13. Any GST liability arising on RCF under reverse charge before actual receipt of goods and or services and/or
invoice thereof would be subject to recovery of interest leviable for the period between the date of such
liability and actual date of eligibility of ITC based on receipt of goods, receipt of invoices and other conditions
specified in GST law, as applicable.

14. In case the GST rating of vendor on the GST portal/Govt. official website is negative/black listed, then the bids
may be rejected by RCF. Further, in case rating of bidder is negative/black listed after award of work for
supply of goods I services, then RCF shall not be obligated or liable to pay or reimburse GST to such vendor
and shall also be entitled to deduct/recover such GST along with all penalties/interest, if any, incurred by RCF.

15. To make the ITC is available to RCF promptly, the vendor / contractor undertakes to upload scanned copy of
invoice with the supporting documents in the portal specifically designed for the purpose in RCF website within
3 days of dispatch/ or 7 days completion of service from his end. Non-compliance of the same shall attract the
penal clauses as may be reasonably decided RCF.

16. Any late delivery i.e. delivery after the due date attracts payment of damages by the vendor/contractor as
agreed mutually. It is agreed by the Contractor that such damages become recoverable by RCF with
applicable GST thereon.

17. Any reference in the NIT to CENVAT / VAT / Service Tax and the clauses relating thereto may please be
ignored.

Signature & Seal of the tenderer

TH/CVL/TS/KR/TRAINEE/B-TYPE/2020 47
ANNEXURE-XV
Validate Print PERCENTAGE BOQ
Help
Tender Inviting Authority: CHIEF MANAGER (CIVIL), RCF THAL
Name of Work: REPAIR, INTERNAL PAINTING AND ALLIED WORK OF TYPE B QUARTERS AT RCF
KURUL TOWNSHIP.
TENDER NO: TH/CVL/TS/KR/TRAINEE/B-TYPE/2020
Bidder
Name :
UNPRICED BID

Sl. Estimated TOTAL BASIC COST TOTAL AMOUNT


Item Description Quantity Units
No. Rate WITHOUT GST In Words

1.00 2 4 5 6 27 23
1.00 Item Description
REMOVING CEMENT TILES, OR MARBLE OR POLISHED SHAHABAD FLOOR OR DADO WITHOUT BED CONCRETE INR Twenty Four
1.01 INCLUDING STACKING THE MATERIALS AS DIRECTED WITH ALL LEADS, LIFTS, COMPLETE 900.00 Sqm 27.00 24,300.00 Thousand Three
Hundred Only
REMOVING LIME OR LEAN CEMENT CONCRETE, PCC,IPS, CONCRETE FLOOR, CONCRETE BED BELOW TILES ETC INR Thirty Two
INCLUDING STACKING THE SPOILS AS DIRECTED WITH ALL LEADS, LIFTS, COMPLETE. Thousand Seven
1.02 80.00 CUM 409.00 32,720.00
Hundred & Twenty
Only
REMOVING W.C. PAN INCLUDING DISCONNECTING THE SANITARY AND WATER SUPPLY CONNECTIONS, REMOVING
INR Eight Thousand
AND BREAKING FLOORING AND BED CONCRETE AROUND PAN REMOVING THE SAME CAREFULLY AND STACKING
1.03 65.00 Nos 126.00 8,190.00 One Hundred &
THE SERVICE-ABLE MATERIALS AS AND WHERE DIRECTED INCLUDING OF THROWING THE UNSERVICEABLE
MATERIALS OUTSIDE. AS DIRECTED BY EIC COMPLETE Ninety Only
REMOVING CAST IRON/ROUGH IRON/ AC PIPE/UPVC PIPE/GI PIPE/CEMENT PIPE ETC AND STACKING THEM AS INR Thirteen
1.04 DIRECTED WITH ALL LEADS LIFTS COMPLETED. 1500.00 RMT 9.00 13,500.00 Thousand Five
Hundred Only
DISMANTLING CAREFULLY THE EXISTING/ DAMAGED DOOR/WINDOWS/VENTIALTORS ETC COMPLETE. INR Thirty Eight
1.05 400.00 Nos 96.00 38,400.00 Thousand Four
Hundred Only
REMOVING WASH HAND BASINS WITH FRAME INCLUDING DISCONNECTING THE SANITORY AND WATER SUPPLY INR Two Thousand
1.06 CONNECTION REMOVING THE SAME CAREFULLY AND STACKING THE SERVICEABLE MATERIALS AS AND WHERE 40.00 Nos 71.00 2,840.00 Eight Hundred & Forty
DIRECTED INCLUDING DISPOSING UNSERVICEABLE MATERIAL AS DIRECTED BY EIC. Only
REMOVING LOOSE CEMENT/LIME LOOSE PLASTER OVER INCLUDING DISPOSING OF THE SPOILS AS DIRECTED INR Forty Five
1.07 WITH ALL LEADS LIFTS COMPLETE 2500.00 Sqm 18.00 45,000.00
Thousand Only
CHIPPING / REMOVING LOOSE CONCRETE UPTO REINFORCEMENT BARS WITHOUT DAMAGING THE
REINFORCEMENT, REMOVING ALL THE EXISTING LOOSE PLASTER/CONCRETE WITH THE HELP OF CHISEL & INR Eight Thousand
1.08 HAMMER OR BY POWER DRIVEN TOOLS UP TO SOUND CONCRETE INCLUDING ERRECTING SCAFFOLDING UP TO 75.00 Sqm 110.00 8,250.00 Two Hundred & Fifty
ANY HEIGHT WHEREVER REQUIRED CLEANING THE WORKING AREA, ETC. & CARTING AWAY THE DEBRIS AS Only
DIRECTED BY SITE INCHARGE.
DISMANTLING BRICK MASONRY/BLOCK MASONARY IN LIME OR CEMENT MORTAR AND STACKING THE MATERIALS INR One Thousand
1.09 AS DIRECTED WITH ALL LEADS, LIFTS, COMPLETE. 8.00 CUM 125.00 1,000.00
Only
PROVIDING AND APPLYING POLYMER MODIFIED READY MIX CEMENT MORTAR FOR PLASTERING/ MICRO
CONCRETE POURING FOR JACKETING OF ANY THICKNESS AS PER SITE REQUIREMENT OF APPROVED BRAND
INCLUDING CURING ETC. AS PER MANUFACTURER'S SPECIFICATIONS OR AS PER INSTRUCTIONS OF ENGINEER IN-
INR Fifty Thousand
1.10 CHARGE (THE ITEMS SHALL BE PAID ON ACTUAL CONSUMPTION OF READY MIX QUANTITY ONLY). 1.00 MT 50000.00 50,000.00
THE RATE SHALL BE INCLUSIVE OF SURFACE PREPARATION BEFORE APPLICATION AS PER THE MANUFACTURER'S
Only
SPECIFICATIONS INCLUDING APPLYING RUST REMOVER, RUST INHIBITOR COAT, BOND COAT ETC. AS DIRECTED BY
EIC (AT ALL HEIGHTS INCLUDING SCAFFOLDING ETC COMPLETE)
PROVIDING AND FIXING FE-415 STEEL BAR REINFORCEMENT OF (CONFIRMING TO IS CODE) OF VARIOUS INR Fifty Eight
DIAMETERS FOR R.C.C. PILE CAPS, FOOTINGS, FOUNDATIONS, SLABS, BEAMS COLUMNS, CANOPIES, STAIRCASE,
Thousand Three
1.11 NEWELS, CHAJJES, LINTELS PARDIS, COPINGS, FINS, ARCHES ETC. AS PER DETAILED DESIGNS, DRAWINGS AND 1.00 MT 58334.00 58,334.00
SCHEDULES. INCLUDING CUTTING, BENDING, HOOKING THE BARS BINDING WITH WIRES OR TACK WELDING,
Hundred & Thirty Four
COVER BLOCK SUPPORTING AS REQUIRED ETC. COMPLETE. Only
PROVIDING SECOND CLASS BURNT BRICK MASONRY WITH CONVENTIONAL/ L.S. TYPE BRICKS IN CEMENT MORTAR
INR Forty Thousand
1:6 IN FOUNDATIONS AND PLINTH OF INNER WALLS/ IN PLINTH EXTERNAL WALLS INCLUDING BAILING OUT
1.12 8.00 CUM 5091.00 40,728.00 Seven Hundred &
WATER, STRIKING JOINTS ON UNEXPOSED FACES, RAKING OUT JOINTS ON EXPOSED FACES AND WATERING
COMPLETE. Twenty Eight Only
PROVIDING INTERNAL CEMENT PLASTER 12MM THICK IN SINGLE COAT IN CEMENT MORTAR 1:4 WITHOUT NEERU INR Four Lakh Seven
1.13 FINISH TO CONCRETE OR BRICK SURFACES, IN ALL POSITIONS INCLUDING SCAFFOLDING AND CURING COMPLETE. 2500.00 SQM 163.00 407,500.00 Thousand Five
Hundred Only
PROVIDING AND LAYING IN SITU CEMENT CONCRETE IN PROPORTION M-15 OF TRAP METAL FOR FOUNDATION INR Two Lakh
AND BEDDING, INCLUDING BAILING OUT WATER MANUALLY, FORMWORK, COMPACTING AND CURING. Eighteen Thousand
1.14 40.00 CUM 5458.00 218,320.00
Three Hundred &
Twenty Only
PROVIDING AND LAYING CERAMIC ANTISKID TILES OF SOMANY/ KAJARIA/ NITCO/ JONSON/RAK MAKE HAVING
INR Two Lakh
SIZE 30 CM X 30 CM (OR AS DIRECTED SIZE )OF FIRST QUALITY OF APPROVED COLOUR FOR FLOORING IN
1.15 250.00 Sqm 1096.00 274,000.00 Seventy Four
REQUIRED POSITION LAID ON A BED OF 1:4 CEMENT MORTAR INCLUDING CEMENT FLOAT, FILLING JOINT WITH
WHITE/COLOUR CEMENT SLURRY CLEANING CURING COMPLETE.- AS DIRECTED BY ENGINEER-IN-CHARGE Thousand Only
PROVIDING AND LAYING CERAMIC TILES OF SOMANI/ RAK/ KAJARIA/ NITCO/ ASIAN/RAK MAKE HAVING SIZE 30 INR Twenty One
CM. X 60 CM (OR AS DIRECTED SIZE) FOR DADO AND SKIRTING IN REQUIRED POSITION OF APPROVED QUALITY Lakh Forty Five
1.16 ON PLASTER OF 1:4 CEMENT MORTAR INCLUDING JOINT FILLING WITH WHITE/ COLOUR CEMENT SLURRY 1600.00 Sqm 1341.00 2,145,600.00
Thousand Six
CLEANING CURING COMPLETE.
Hundred Only
PROVIDING AND FIXING IN POSITION POWDER COATED ALUMINIUM LOUVERED WINDOWS/ VENTILATOR OF INR One Lakh Ninety
VARIOUS SIZES WITH POWDER COATING AS PER DETAILED DRAWING AND SPECIFICATIONS INCLUDING Six Thousand Seven
1.17 ALUMINIUM FRAMES 80 X 38 MM X 1.22 MM BOX TYPE, 5 MM THICK SHEET GLASS LOUVERS, OF APPROVED 70.00 Sqm 2811.00 196,770.00
Hundred & Seventy
QUALITY ETC. COMPLETE. AS DIRECTED.
Only
PROVIDING AND FIXING FRP DOOR SHUTTER 35 MM THICK FACTORY MADE SHUTTER ALONG WITH ALL INR Eleven Lakh Two
1.18 NECESSARY FIXTURE, FASTING,HINGES, SCREW ALDROP, ETC COMPLETE 300.00 Sqm 3675.00 1,102,500.00 Thousand Five
Hundred Only
EXTRA OVER FOR OBD/PLASTIC OPAINT/OIL PAINT FOR PREPARING AND FINISHING PLASTERED WALL SURFACES /
CONCRETE SURFACES IN LINE AND LEVEL FOR ACRYLIC DISTEMPER/ SYNTHETIC ENAMEL PAINT OR PLASTIC
EMULSION PAINT BY SCRAPPING/REMOVING THE OLD PAINT IF ANY WITH WIRE BRUSH OR BLADES AND RUBBING,
WITH SAND PAPERS AS REQUIRED, FILLING IN CRACKS IN CEMENT MORTAR 1:3, APPLYING THE WHOLE SURFACE INR Four Lakh Eighty
1.19 15000.00 Sqm 32.00 480,000.00
WITH WALL PUTTY (ASIAN ACRYLIC WALL PUTTY/ DULUX INTERIOR WALL PUTTY A500/ EQUIVALENT MATERIAL ), Thousand Only
ETC. COMPLETE AS DIRECTED BY ENGINEER-IN-CHARGE.(INCLUDING WITH COAT OF PRIMER BEFORE PUTTY)
NOTE:- APPLICABLE FOR WHOLE SURFACE)

PROVIDING AND APPLYING POP PUNNING UPTO THE 2MM FINISH TO PLASTERED SURFACE IN ALL POSITION IN
REQUIRED LINE AND LEVEL FOR APPLICATION OF PAINT AS PER EIC.INCLUDING SCAFFOLDING AND CURING ETC. INR Five Lakh Eighty
1.20 15000.00 Sqm 39.00 585,000.00
COMPLETE Five Thousand Only
PROVIDING AND APPLYING PRIMER COAT OF APPROVED QUALITY TO OLD/NEW WALL SURFACE TO RECEIVE OIL INR Three Lakh
1.21 BOUND DISTEMPER TREATMENT/PLASTIC EMULSION, INCLUDING SCAFFOLDING, PREPARING THE SURFACE AS 15000.00 Sqm 22.00 330,000.00 Thirty Thousand
DIRECTED ETC. COMPLETED. Only
PROVIDING & APPLYING WASHABLE OIL-BOUND DISTEMPER OF APPROVED COLOUR AND SHADE TO OLD & NEW
INR Six Lakh Ninety
1.22 SURFACES IN TWO COATS INCLUDING SCAFFOLDING, PREPARING THE SURFACES. (EXCLUDING THE PRIMER COAT.) 15000.00 Sqm 46.00 690,000.00
COMPLETE.
Thousand Only
PROVIDING AND APPLYING TWO COAT OF FLAT OIL PAINT OF APPROVED COLOUR TO THE OLD STRUCTURAL STEEL INR Two Lakh Thirty
1.23 WORK/ WOODEN SURFACE ETC. AND IRON WORK PREVIOUSLY PAINTED IN BUILDING INCLUDING SCAFFOLDING, 3500.00 Sqm 68.00 238,000.00 Eight Thousand
IF NECESSARY, CLEANING AND PREPARING SURFACE (EXCLUDING PRIMER COAT) COMPLETE. Only

TH/CVL/TS/KR/TRAINEE/B-TYPE/2020 48
"PROVIDING AND APPLYING LIQUID ELASTOMERIC POLYMERIZED BITUMINOUS MEMBRANE WATERPROOFING
TREATMENT WITH BRUSH APPLIED SINGLE COMPONENT, WATER BASED, COLD APPLIED (STP TARFELT LM / SIKA)
INCLUDING CLEANING THE SURFACE AND MADE FREE OF DIRT, DUST, LAITANCE ETC. AND M.S. PIPE SCAFFOLDING
INR One Lakh Eighty
1.24 AT ALL HEIGHT. 750.00 Sqm 240.00 180,000.00
THE RATE IS INCLUSIVE OF ONE COAT OF PRIMER AND TWO COAT OF LIQUID MEMBRANE COATING ETC.
Thousand Only
COMPLETE AS PER MANUFACTURE'S SPECIFICATION."

PROVIDING AND APPLYING 100% ACRYLIC EXTERIOR EMULSION PAINT OF APPROVED COLOUR, SHADE AND
QUALITY TO OLD/NEW EXTERNAL SURFACE IN TWO COATS INCLUDING PRIMER COAT, SCAFFOLDING, PREPARING INR Ninety Nine
1.25
THE SURFACES ETC. COMPLETE. WHEREVER NECESSARY APPLICATION OF PUTTY FINISH TO THE SURFACE HAS TO
750.00 Sqm 132.00 99,000.00
Thousand Only
BE DONE.
PROVIDING AND FIXING IN POSITION UPVC/SWR (SOIL/WASTE/RAIN) PIPE OF TYPE-B 75 MM DIA. IN ANY
POSITION INCLUDING ALL FITTINGS AND ACCESSORIES, MAKING JOINTS / CONNECTIONS WATER TIGHT WITH INR One Lakh
SOLVENT CEMENT, SCAFFOLDING IF NECESSARY AND MAKING GOOD THE DAMAGES IF ANY (EXCLUDING Twenty Five
1.26
EXCAVATION AND REFILLING THE TRENCHES) ETC. COMPLETE AS SPECIFIED AND DIRECTED.(ALL FITTINGS AND
400.00 RMT 314.00 125,600.00
Thousand Six
ACCESSORIES LIKE CLAMPS,ETC. SHOULD BE OF SAME BRAND. NO SEPARATE PAYMENT SHALL BE MADE FOR Hundred Only
FITTINGS AND ACCESSORIES).
PROVIDING AND FIXING IN POSITION UPVC/SWR (SOIL/WASTE/RAIN) PIPE OF TYPE-B 110 MM DIA. IN ANY
POSITION INCLUDING ALL FITTINGS AND ACCESSORIES, MAKING JOINTS / CONNECTIONS WATER TIGHT WITH
INR One Lakh Ninety
SOLVENT CEMENT, SCAFFOLDING IF NECESSARY AND MAKING GOOD THE DAMAGES IF ANY (EXCLUDING
1.27
EXCAVATION AND REFILLING THE TRENCHES) ETC. COMPLETE AS SPECIFIED AND DIRECTED.(ALL FITTINGS AND
400.00 RMT 478.00 191,200.00 One Thousand Two
ACCESSORIES LIKE CLAMPS,ETC. SHOULD BE OF SAME BRAND. NO SEPARATE PAYMENT SHALL BE MADE FOR Hundred Only
FITTINGS AND ACCESSORIES).
PROVIDING AND FIXING CHLORINATED POLYVINYL CHLORIDE (CPVC) PIPES, HAVING THERMAL STABILITY FOR HOT
& COLD WATER SUPPLY, INCLUDING ALL CPVC PLAIN & BRASS THREADED FITTING L/C FIXING THE PIPE WITH
CLAMPS AT 1.00 M SPACING OR AS DIRECTED THIS INCLUDES JOINTING OF PIPES & FITTINGS, WITH ONE STEP
INR Eighty Thousand
1.28 CPVC SOLVENT CEMENT AND THE COST OF CUTTING CHASES AND MAKING GOOD THE SAME INCLUDING TESTING 300.00 RMT 268.00 80,400.00
OF JOINTS COMPLETE AS PER DIRECTION OF ENGINEER IN CHARGE. INCLUDING CHASES AND MAKING GOOD THE
Four Hundred Only
WALL ETC.
FOR 20MM NOMINAL OUTER DIA. PIPES. AS DIRECTED BY ENGINEER IN CHARGE.
PROVIDING AND FIXING CHLORINATED POLYVINYL CHLORIDE (CPVC) PIPES, HAVING THERMAL STABILITY FOR HOT
& COLD WATER SUPPLY, INCLUDING ALL CPVC PLAIN & BRASS THREADED FITTING L/C FIXING THE PIPE WITH
CLAMPS AT 1.00 M SPACING OR AS DIRECTED THIS INCLUDES JOINTING OF PIPES & FITTINGS, WITH ONE STEP INR Twenty Seven
1.29 CPVC SOLVENT CEMENT AND THE COST OF CUTTING CHASES AND MAKING GOOD THE SAME INCLUDING TESTING 75.00 RMT 364.00 27,300.00 Thousand Three
OF JOINTS COMPLETE AS PER DIRECTION OF ENGINEER IN CHARGE. INCLUDING CHASES AND MAKING GOOD THE Hundred Only
WALL ETC.
FOR 25MM NOMINAL OUTER DIA. PIPES. AS DIRECTED BY ENGINEER IN CHARGE.
PROVIDING AND FIXING UPVC PIPES FOR WATER LINES AS DIRECTED INCLUDING ALL NECESSARY FITTINGS,
CLAMPING, MAKING HOLE IN BRICKWORK, BACKFILLING THE HOLE WITH MAKING GOOD FINISH, AT HALL HEIGHT INR Sixty Three
1.30 1500.00 RMT 42.00 63,000.00
INCLUDING SCAFFOLDING IF REQUIRED FOR INTERNAL & EXTERNAL WATERLINE COMPLETE. FOR EXTERNAL Thousand Only
DIAMETER OF PIPE -15MM
PROVIDING AND FIXING UPVC PIPES FOR WATER LINES AS DIRECTED INCLUDING ALL NECESSARY FITTINGS,
INR Twenty One
CLAMPING, MAKING HOLE IN BRICKWORK, BACKFILLING THE HOLE WITH MAKING GOOD FINISH, AT HALL HEIGHT
1.31 400.00 RMT 53.00 21,200.00 Thousand Two
INCLUDING SCAFFOLDING IF REQUIRED FOR INTERNAL & EXTERNAL WATERLINE COMPLETE. FOR EXTERNAL
DIAMETER OF PIPE -20MM Hundred Only
PROVIDING AND FIXING UPVC PIPES FOR WATER LINES AS DIRECTED INCLUDING ALL NECESSARY FITTINGS,
INR Thirty One
CLAMPING, MAKING HOLE IN BRICKWORK, BACKFILLING THE HOLE WITH MAKING GOOD FINISH, AT HALL HEIGHT
1.32 400.00 RMT 79.00 31,600.00 Thousand Six
INCLUDING SCAFFOLDING IF REQUIRED FOR INTERNAL & EXTERNAL WATERLINE COMPLETE. FOR EXTERNAL
DIAMETER OF PIPE -25MM Hundred Only
PROVIDING AND FIXING CONNECTION TUBE FOR BASIN/ANY OTHER REQUIREMENT AS DIRECTED COMPLETE INR Thirty Thousand
1.33 400.00 Nos. 75.00 30,000.00
Only
PROVIDING AND FIXING 15MM DIAMETER SCREW DOWN BIB/ STOP TAP OF BRASS INCLUDING NECESSARY INR One Lakh Sixty
1.34 SOCKET UNION NUT COMPLETE. 600.00 Nos 269.00 161,400.00 One Thousand Four
Hundred Only
PROVIDING AND FIXING SHOWER ROSE CHROMIUM PLATED BRASS 10 CM WITH SHOWER ARM AS DIRECTED INR Seventeen
COMPLETE Thousand Three
1.35 65.00 Nos. 267.00 17,355.00
Hundred & Fifty Five
Only
PROVIDING AND FIXING WHITE GLAZED WASH BASIN 63X45 CM WITH NECCESARY SCREW ETC COMPLETE INR Seventy Seven
Thousand Eight
1.36 40.00 Nos. 1947.00 77,880.00
Hundred & Eighty
Only
PROVIDING AND FIXING PILLAR TAP 12 MM DIA CHROMIUM FOR BASIN PLATED HEAVY COMPLETE INR Twenty Three
Thousand Five
1.37 65.00 Nos. 362.00 23,530.00
Hundred & Thirty
Only
PROVIDING AND FIXING STEEL WASTE COUPLING FOR BASIN AS DIRECTED COMPLETE INR Thirteen
1.38 65.00 Nos. 200.00 13,000.00
Thousand Only
PROVIDING AND FIXING PVC FLEXIBLE WASTE PIPE 32MM DIA FOR BASIN PLATED COMPLETE INR One Thousand
1.39 65.00 NO 26.00 1,690.00 Six Hundred & Ninety
Only
PROVIDING AND FIXING UPVC PIPES FOR WATER LINES AS DIRECTED INCLUDING ALL NECESSARY FITTINGS,
INR Seventeen
CLAMPING, MAKING HOLE IN BRICKWORK, BACKFILLING THE HOLE WITH MAKING GOOD FINISH, AT HALL HEIGHT
1.40 150.00 RMT 117.00 17,550.00 Thousand Five
INCLUDING SCAFFOLDING IF REQUIRED FOR INTERNAL & EXTERNAL WATERLINE COMPLETE. FOR EXTERNAL
DIAMETER OF PIPE -40MM Hundred & Fifty Only
PROVIDING AND FIXING SOLID CORE FLUSH DOOR SHUTTER COMMERCIAL IN SINGLE LEAF 30 MM THICK
INR Three Lakh Sixty
WITHOUT VENTILATOR COMMERDAL TYPE OF EXTERIOR GRADE AS PER DETAILED DRAWINGS WITH, STAINLESS
1.41 200.00 Sqm 1817.00 363,400.00 Three Thousand Four
STEEL HINGES AND CROMIUM PLATED FIXTURES AND FASTENINGS AND HANDLES ON BOTH SIDES AND FINISHING
WITH OIL PAINTING 3 COATS COMPLETE. Hundred Only
PROVIDING AND FIXING COUNTRY CUT TEAK WOOD FOR DOORS FRAME/WINDOW FRAMES/DOOR SHUTTER/
WINDOW SHUTTER AS PER DRAWING FOR SECOND CLASS DOORS WITHOUT VENTILATORS, WINDOWS, INR Four Lakh Eighty
FANLIGHTS ETC.INCLUDING ALL MOULDING, REBATING, NAILS, FEVICOL ETC AND FINISHING WITH ONE COAT OF Eight Thousand One
1.42 4.00 CUM 122041.00 488,164.00
PRIMER ETC. AT ANY HEIGHT INCLUDING SCAFFOLDING IF REQUIRED COMPLETE. AS DIRECTED BY ENGINEER IN Hundred & Sixty Four
CHARGE Only
PROVIDING AND FIXING ONLY MISC. MATERIALS NOT COVERED IN THE SCHEDULE OF RATES MENTIONED ABOVE INR Two Lakh
INCLUDING,STORAGE, TRANSPORTING, LOADING, UNLOADING AT SITE AND PRIFITS ETC. COMPLETE AS DIRECTED Twenty One
1.43 AS PER REQUITREMENT OF JOB .(PAYMENT SHALL BE MADE ON BASIS OF ACTUAL COST OF MATERIAL PER CASH 221200.00 RS 1.00 221,200.00
Thousand Two
MEMO/ RECEIPT.). 10% EXTRA PAYABLE TO THE CONTRACTOR .
Hundred Only
PROVIDING AND FIXING 15 CM RIGID PVC NAHANI TRAP INCLUDING MAKING THE GOOD DAMAGED SURFACE INR Forty Three
1.44 AND TESTING ETC COMPLETE AS PER INSTRUCTION OF EIC 150.00 NO 292.00 43,800.00 Thousand Eight
Hundred Only
P/F EUROPEAN TYPE EARTHENWARE WHITE GLAZED WATER CLOSET PAN WITH BAKELITE SEAT AND LID AND 10 INR Two Lakh Ninety
LITRE LOW LEVEL FLUSHING CISTERN OF APPROVED COLOUR WITH ALL REQUIRED PIPES, FITTINGS, JET SHOWER Five Thousand Four
1.45 AND MAKING GOOD TO WALL AS DIRECTED BY EIC INCLUDING REMOVING OF OLD POT & ACCESORIES ETC 65.00 NO 4545.00 295,425.00
Hundred & Twenty
COMPLETE. (CERA/JAGUAR)
Five Only
PROVIDING AND FIXING SHUT OFF HAND JETSPRAY WITH WHITE PVC TUBE AND HOOK INCLUDING ALL NECESSARY INR Sixty Two
FITTINGS AS PER APROVAL OF EIC (CERA/JAGUAR) Thousand Nine
1.46 65.00 NO 968.00 62,920.00
Hundred & Twenty
Only
PROVIDING AND FIXING TWO WAY BIB COCK WITH WALL FLANGE AS PER APROVAL OF EIC ETC COMPLETED INR Forty Nine
(CERA/JAGUAR) Thousand Seven
1.47 65.00 NO 765.00 49,725.00
Hundred & Twenty
Five Only
PROVIDING AND FIXING MOSQUITO PROOF NYLON NET/JALI WITH WELCROW AND LINERS ETC COMPLETE AS INR Four Lakh
1.48 DIRECTED AND APPROVED BRAND BY EIC. 1400.00 Sqm 300.00 420,000.00 Twenty Thousand
Only
PROVIDING AND FIXING 3MM TO 4MM BAJARA GLASS AS DIRECTED COMPLETE INR One Lakh
Seventy Six
1.49 400.00 Sqm 441.00 176,400.00
Thousand Four
Hundred Only
REPAIR OF WOODEN WINDOW/VENTILATORS WITH SMOOTH OPERATION OF ALL SHUTTERS WITH ALL TOOLS INR Sixty Eight
1.50 AND TACKLES AND EXCLUDING OF ALL THE ACCESSORIES AND OTHER MATERIAL REQUIRED. 400.00 No 170.00 68,000.00
Thousand Only

TH/CVL/TS/KR/TRAINEE/B-TYPE/2020 49
REPAIR OF WOODEN DOOR SHUTTERS WITH SMOOTH OPERATION OF SHUTTERS WITH ALL TOOLS AND TACKLES INR Thirty Seven
1.51 AND EXCLUDING OF ALL THE ACCESSORIES AND OTHER MATERIAL REQUIRED. 300.00 No 125.00 37,500.00 Thousand Five
Hundred Only
MACHINE POLISHING OF MOSAIC TILES WITH ALL NECESSARY TOOLS AND TACKCLS ALL COMPLETE. INR Five Lakh Ten
1.52 1700.00 Sqm 300.00 510,000.00
Thousand Only
PROVIDING AND LAYING SOMANL/PAVIT/ULTRA/VIYARA/RAK MAKE CHEQUERED TILES OF APPROVED QUALITY OF
INR Eight Hundred &
1.53 SIZE 30 CM X 30 CM FOR FLOORING IN REQUIRED POSITION LAID ON A BED OF 1:4 CEMENT MORTAR INCLUDING 1.00 Sqm 838.00 838.00
CEMENT FLOAT, FILLING JOINT WITH CEMENT SLURRY CLEANING CURING COMPLETE.
Thirty Eight Only
PROVIDING AND FIXING IN POSITION 0.50MM THICK CORRUGATED GALVALUME SHEETS, PLANE RIDGES, PLANE
CORNERS, PLANE BOUNDRY GUTTERS ETC. OF APPROVED COLOUR & DESIGN OF APPROVED MAKE FOR INR Five Thousand
1.54 ROOFING/CLADDING (550 MPA & AZ150 COATING) INCLUDING NECESSAARY FITTINGS, FASTNINGS & PACKINGS 10.00 Sqm 577.00 5,770.00 Seven Hundred &
FOR SLOPE TO DRAIN AS PER MANUFACTURER'S SPECIFICATIONS AT ALL HEIGHTS. COMPLETE AS DIRCTED BY Seventy Only
ENGINEER IN CHARGE.
PROVIDING AND FABRICATING STRUCTURAL STEEL WORK IN ROLLED SECTIONS, FIXED WITH CONNECTING PLATES
OR ANGLE CLEATS IN MAIN AND CROSS BEAMS, HIP AND JACK RAFTERS, PURLINS CONNECTING TO TRUSS
INR Seven Thousand
MEMBERS AND THE LIKE, AS PER DETAILED DESIGNS AND DRAWING OR AS DIRECTED INCLUDING CUTTING,
1.55 0.10 MT 73300.00 7,330.00 Three Hundred &
FABRICATING, HOISTING, ERECTING, FIXING IN POSITION, MAKING RIVETED/ BOLTED/ WELDED CONNECTIONS
AND ONE COAT OF ANTICORROSIVE PAINT AND OVER.IT TWO COATS OF OIL PAINTING COMPLETE. Thirty Only

PROVIDING AND FIXING MIRROR OF SIZE 40 X 50 CM WITH PLASTIC FRAME/FRAME LESS AND NECESSARY INR Fifty Seven
FITTINGS ETC. COMPLETE. Thousand One
1.56 65.00 Nos 879.00 57,135.00
Hundred & Thirty Five
Only
PROVIDING AND LAYING POLYMER MODIFIED BITUMINOUS MEMBRANE 3 MM THICK (WT: 3.5 TO 4.0 KG/SQ.M.)
WITH POLYESTER CORE FOR WATER-PROOFING OF STP/SIKA MAKE AFTER APPLICATION OF COMPATIBLE INR Three Hundred &
1.57 1.00 Sqm 371.00 371.00
MODIFIED BITUMINOUS OIL BASED PRIMER TO SLAB AND PARAPET WITH ALL LEADS AND LIFTS ETC. COMPLETE, Seventy One Only
AS PER MANUFACTURER’S SPECIFICATIONS AND AS DIRECTED.
PROVIDING SAND FACED PLASTER EXTERNALLY IN CEMENT MORTAR USING APPROVED SCREENED SAND, IN ALL
POSITIONS INCLUDING BASE COAT OF 15 MM THICK IN CEMENT MORTAR 1:4 USING WATERPROOFING
INR Thirty Six
COMPOUND AT 1 KG PER CEMENT BAG CURING THE SAME FOR NOT LESS THAN 2 DAYS AND KEEPING THE
1.58
SURFACE OF THE BASE COAT ROUGH TO RECEIVE THE AND FACED TREATMENT 6 TO 8 MM THICK IN CEMENT
75.00 Sqm 488.00 36,600.00 Thousand Six
MORTAR 1:4 FINISHING THE SURFACE BY TAKING OUT GRAINS AND CURING FOR FOURTEEN DAYS SCAFFOLDING Hundred Only
ETC. COMPLETE.
PROVIDING AND FIXING CHICKEN MESH JALI (24 GAUGE) 200 MM WIDE AT THE JUNCTION OF 2 DIFFERENT INR Two Thousand
1.59 SURFACES OF DIFFERENT MATERIAL COMPONENT AT THE TIME OF PLASTERING TO PREVENT CRACKING IN PLASTER 10.00 Sqm 223.00 2,230.00 Two Hundred & Thirty
SURFACE AS AND WHERE DIRECTED AT ALL FLOORS WITH ALL LEADS AND LIFTS ETC. COMPLETE. Only
PROVIDING AND CASTING IN SITU CEMENT CONCRETE M20 OF TRAP/ GRANITE / QUARTZITE/ GNEISS METAL FOR
INR Five Thousand
R.C.C. SLABS AND LANDINGS AS PER DETAILED DESIGNS AND DRAWINGS INCLUDING CENTERING, FORMWORK,
1.60
COVER BLOCKS COMPACTING AND ROUGHENING THE SURFACE IF SPECIAL FINISH IS TO BE PROVIDED AND
1.00 Cum 5656.00 5,656.00 Six Hundred & Fifty
CURING COMPLETE. (EXCLUDING REINFORCEMENT). Six Only
SHEAR CONNECTORS: MAKE 10/12 MM DIA HOLES USING HEAVY DUTY ELECTRICALLY OPERATED HAMMER DRILLS
IN THE CONCRETE OF RCC MEMBERS TO A DEPTH OF ABOUT 75 MM AT 500 MM C/C OR AT SUITABLE GRID IN ZIG-
ZAG FASHION, CLEAN THE HOLES USING AIR JET AND FIX PRE-FABRICATED 100 X 50 MM L-SHAPE 8MM DIA REBAR
INR Three Thousand
1.61 USING ANTI CORROSIVE PROTECTIVE COATING (RATE IS INCLUDING COATING) SO THAT 75 MM OUT OF 100 MM 75.00 Nos. 48.00 3,600.00
IS INSERTED INSIDE THE CONCRETE AND 25 MM REMAIN OUTSIDE ALONG WITH 50 MM BEND OR AS DIRECTED BY
Six Hundred Only
EIC INCLUDING EPOXY GROUT/SUITABLE SEALENT ETC. THE SHEAR CONNECTORS ARE USED TO TIE THE
ADDITIONAL REINFORCEMENT BARS.
REMOVING WATER PROOFING TREATMENT SUCH AS TARFELT ETC. WITHOUT CAUSING ANY DAMAGES TO
STRUCTURE FROM TERRACE INCLUDING CLEANING, LEVELLING THE SURFACE, LOWERING DOWN DEBRIS, REFUSAL
1.62 1.00 Sqm 9.00 9.00 INR Nine Only
WITHOUT CAUSING DUST NUISANCE AND STACKING THE DEBRIS UPTO A DISTANCE OF 50 M ETC. COMPLETE.

FINISHING THE TERRACE SLAB INTEGRALLY MIXED WITH WATERPROOFING COMPOUND IN CEMENT MORTAR 1:3 INR Two Thousand
1.63 PROPORTION WITH 20MM THK LAYER, INCLUDING CURING, FINISHING USING APPROVED WATERPROOFING 10.00 Sqm 253.00 2,530.00 Five Hundred & Thirty
COMPOUND AT RATE OF 1KG PER 50KG CEMENT ETC. COMPLETE. Only
PROVIDING WATER PROOF BEDDING FOR FLOORING OF BATH AND W.C. 25 MM THICK IN C.M.1:3 INCLUDING INR Nine Thousand
1.64 USING 1KG OF WATER PROOF COMPOUND PER BAG OF CEMENT INCLUDING LEVELING CURING ETC. COMPLETE. 25.00 Sqm 390.00 9,750.00 Seven Hundred &
Fifty Only
PROVIDING AND FIXING HARD BOARD 6MM THICK ETC. COMPLETE. INR Two Thousand
1.65 10.00 Sqm 250.00 2,500.00
Five Hundred Only
PROVIDING AND MAKING OF ALLUMINIUM FRAME WORKS WITH ALL NECESSARY ALLUMINIUM SECTIONS,
FIXTURES AND FASTENING REQUIRED SCREWS AND NUTS ETC. OF IS STD. FOR OUTER FRAMES, SHUTTER FRAMES INR Three Thousand
1.66
USING FOR DOORS, WINDOWS AND CUPBOARDS. (ONLY WEIGHT OF ALLUMINIUM SECTION) WITHOUT POWDER
10.00 Kg 330.00 3,300.00
Three Hundred Only
COATING, WITHOUT WOODEN FILLER ETC. COMPLETE.
PROVIDING AND LAYING TELEPHONE BLACK/ AMBA WHITE I CADBURYBROWN I RBI RED I OCEAN BROWN
GRANITE STONE OF 16 TO 20 MM THICK FOR DOOR FRAME/ DADO/ WINDOW BOXING ETC. ON C.M. 1:6 INR Six Lakh Twenty
1.67 250.00 SQM 2500.00 625,000.00
INCLUDING FILLING JOINTS NOSING THE SHARP EDGES WHEREVER NECESSARY, CURING, ETC. COMPLETE. Five Thousand Only
PROVIDING SILLS OF POLISHED KADAPPA STONE 25MM TO 40 MM THICK, ON A BED OF 1:4 CEMENT MORTAR INR Sixty Four
1.68 INCLUDING CEMENT FLOAT, FILLING JOINTS WITH SLURRY, CURING POLISHING AND CLEANING COMPLETE. 75.00 SQM 866.00 64,950.00 Thousand Nine
Hundred & Fifty Only
PROVIDING AND FIXING STAINLESS STEEL SINK OF SIZE 470 X 420 X 178 MM OF NIRALI/JAGUAR MAKE
INR Three Thousand
1.69 INCLUIDNG COUPLING, OUTLET PIPE, ELBOW AND OTHER NECESSARY FITTING, FINISHING ETC. COMPLETE. AS 1.00 Nos. 3400.00 3,400.00
DIRECTED BY ENGINEER IN CHARGE
Four Hundred Only
PROVIDING AND FIXING STAINLESS STEEL SINK OF SIZE 610 X 460 X 200 MM OF NIRALI/JAGUAR MAKE
INCLUIDNG COUPLING, OUTLET PIPE, ELBOW AND OTHER NECESSARY FITTING, FINISHING ETC. COMPLETE. AS INR Four Thousand
1.70 1.00 Nos. 4300.00 4,300.00
DIRECTED BY ENGINEER IN CHARGE Three Hundred Only
PROVIDING AND LAYING VITRIFIED-MIRRO/GLOSSY FINISH FLOORING TYPE OF SIZE 590 MM TO 605 MM X 590
INR Twenty Five
MM TO 605 MM OF 8 TO 10 MM THICKNESS (ON A EXISTING FLOORING) WITH BONDING CHEMICAL AND
1.71 1800.00 Sqm 1405.00 2,529,000.00 Lakh Twenty Nine
SOMANY/ KAJARIA/ NITCO/ JONSON/RAK MAKE, SHADE AND PATTERN FOR FLOORING IN REQUIRED POSITION
LAID ON A BED OF BONDING CHEMICAL FILLING JOINTS CURING AND CLEANING ETC COMPLETE. Thousand Only
PROVIDING AND LAYING VITRIFIED MIRRO/GLOSSY FINISH FLOORING TILES SOMANY/ KAJARIA/ NITCO/
JONSON/RAK MAKE HAVING SIZE 590 MM TO 605 MM X 590 MM TO 605 MM (THICKNESS TO BE SPECIFIED BY INR Two Thousand
1.72 THE MANUFACTURER) AND OF APPROVED MAKE, SHADE AND PATTERN FOR FLOORING IN REQUIRED POSITION 2.00 Sqm 1394.00 2,788.00 Seven Hundred &
LAID ON A BED OF 1:4 CEMENT MORTAR INCLUDING NEAT CEMENT FLOAT, FILLING JOINTS, CURING AND Eighty Eight Only
CLEARING ETC. COMPLETE. A) FLOORING
PROVIDING AND LAYING VITRIFIED MIRRO/GLOSSY FINISH FLOORING TILES OF SOMANI/RAK/ KAJARIA/ NITCO/
ASIAN/RAK MAKE HAVING SIZE 590 MM TO 605 MM X 590 MM TO 605 MM OF 8 .TO 10 MM THICKNESS AND
INR Four Lakh Sixty
1.73 APPROVED MAKE, SHADE AND PATTERN FOR SKIRTING 100 MM IN REQUIRED POSITION LAID ON A BED OF 1 :4 2500.00 RMT 184.00 460,000.00
CEMENT MORTAR INCLUDING NEAT CEMENT FLOAT, FILLING JOINTS, CURING AND CLEARING ETC COMPLETE.
Thousand Only

PROVIDING AND FIXING CHROMIUM PLATED TOWAL ROD 16 MM DIA AND 75 CM. IN LENGTH INCLUDING ALL INR Fifteen
1.74 ACCESSORIES COMPLETE. 90.00 Nos. 175.00 15,750.00 Thousand Seven
Hundred & Fifty Only
SUPPLY AND INSTALLATION OF 8 - WAY MCB DB INCLUDING 32 A, 30MA RCCB 1 NO, 5 A MCB 4NOS, 20 A MCB 2 INR Three Lakh Sixty
1.75 NOS. MAKE : LEGRAND,HCL, ANCHOR OR HAVELLS 90.00 Nos 4050.00 364,500.00 Four Thousand Five
Hundred Only
POINT WIRING FOR LIGHTING 5 A . MATERIAL DETAILS :2.5 MM2 CU WIRE (RED,BLACK, GREEN) FROM DB TO
INR One Lakh
MAIN BOARD & 1.5 MM2 CU WIRE (RED/BLACK/GREEN) FROM BOARD TO INDIVIDUAL POINT , MAKE :
1.76 350.00 Nos 500.00 175,000.00 Seventy Five
POLYCAB/ANCHOR, OPEN WIRING WITH PVC CASIN PATTI, WITH PVC BOARD-MAKE: PLASTO/EQUIVALENT,
LIGHTING ACCESSORIES LIKE SWITCH,SOCKET, CEILING ROSE, HOLDERS MAKE : ANCHOR, HAVELLS. Thousand Only
POINT WIRING FOR POWER POINT 15 A. MATERIAL DETAILS : 4 MM2 CU WIRE(RED/BLACK/GREEN), MAKE:
INR Two Lakh Forty
1.77 POLYCAB/ANCHOR, OPEN WIRING WITH PVC CASIN PATTI, WITH PVC BOARD-MAKE: PLASTO OR EQUIVALENT, 200.00 Nos 1200.00 240,000.00
LIGHTING ACCESSORIES LIKE SWITCH, SOCKET, MAKE : ANCHOR, HAVELLS.
Thousand Only
POINT WIRING FOR POWER POINT 5 A. MATERIAL DETAILS : 2.5 MM2 CU WIRE (RED/BLACK/GREEN) FROM DB TO
INR Two Lakh Fifty
1.78 BOARD , MAKE : POLYCAB/ANCHOR, -MAKE: PLASTO OR EQUIVALENT, LIGHTING ACCESSORIES LIKE 500.00 Nos 500.00 250,000.00
SWITCH,SOCKET, CEILING ROSE, HOLDERS MAKE : ANCHOR, HAVELLS.
Thousand Only
POINT WIRING FOR 1/2 POINT ON PVC BOARD. MATERIAL DETAILS : 2.5 MM2 CU WIRE (RED/BLACK/GREEN)
INR One Lakh Eighty
1.79 MAKE : POLYCAB / ANCHOR, OPEN WIRING WITH PVC CASIN PATTI, WITH PVC BOX WITH PLATE-MAKE: PLASTO 900.00 Nos 200.00 180,000.00
OR EQUIVALENT, LIGHTING ACCESSORIES LIKE SWITCH,SOCKET, MAKE : ANCHOR, HAVELLS.
Thousand Only
SUPPLY AND INSTALLATION OF DING DONG BELL MAKE - ANCHOR INR Eleven
1.80 90.00 Nos 125.00 11,250.00 Thousand Two
Hundred & Fifty Only
PROVIDING AND FIXING OF PIANO TYPE SWITCH / BELL SWITCH, IVORY OR WHITE COLOUR,ISI MARKED,RATING INR Six Thousand
1.81 5A, ONE WAY ANCHOR MAKE. 550.00 Nos. 12.00 6,600.00
Six Hundred Only

TH/CVL/TS/KR/TRAINEE/B-TYPE/2020 50
PROVIDING AND FIXING OF SWITCH SOCKET COMBINED 5AMP, 250 VOLTS, 5 PIN TERMINAL, MAKE ANCHOR. INR Thirty One
1.82 500.00 Nos. 63.00 31,500.00 Thousand Five
Hundred Only
PROVIDING AND FIXING OF SOCKET 5 AMPS,250VOLTS WITH FIVE PIN TERMINALS ANCHOR MAKE. INR Eleven
1.83 500.00 Nos. 23.00 11,500.00 Thousand Five
Hundred Only
PROVIDING AND FIXING OF 15AMP COMBINE SWITCH SOCKET, 250V AC, PIANO TYPE, ANCHOR/HAVELLS MAKE INR Twelve
1.84 WITH ISI MARK. 200.00 Nos. 63.00 12,600.00 Thousand Six
Hundred Only
PROVIDING AND FIXING OF ANGLE / BATTON HOLDER FOR 40/60/100 W LAMP TWO PIN,MATERIAL BACKELITE, INR Eleven
1.85 ANCHOR MAKE. 500.00 Nos. 23.00 11,500.00 Thousand Five
Hundred Only
PROVIDING AND FIXING OF PVC BLOCKS 4X4" SIZE MOUNTING ANGULAR HOLDER/LAMP HOLDER/ CELL ROSE INR Two Thousand
1.86 (WITH SCREWS), MAKE: PRESTOPLAST. 400.00 Nos. 7.00 2,800.00
Eight Hundred Only
PROVIDING AND FIXING OF PLUG TOP 3PIN, 15AMP, 250V ANCHOR MAKE. INR Nine Thousand
1.87 180.00 Nos. 50.00 9,000.00
Only
PROVIDING AND FIXING OF PLUG TOP 3PIN, 5AMP, 250VOLTS, ANCHOR MAKE. INR Three Thousand
1.88 100.00 Nos. 38.00 3,800.00
Eight Hundred Only
PROVIDING AND FIXING OF PVC SWITCH BOARD, IVORY OR WHITE COLOR, SIZE 10" X 12", MAKE: INR Ten Thousand
1.89 PRESTOLEPLAST. 100.00 Nos. 100.00 10,000.00
Only
PROVIDING AND FIXING OF PVC SWITCH BOARD, IVORY OR WHITE COLOR, SIZE 8" X 10", MAKE: PRESTOLEPLAST. INR Twenty Six
1.90 300.00 Nos. 88.00 26,400.00 Thousand Four
Hundred Only
PROVIDING AND FIXING OF PVC SWITCH BOARD, IVORY OR WHITE COLOR, SIZE 4" X 7", MAKE: PRESTOLEPLAST. INR Twelve
1.91 250.00 Nos. 48.00 12,000.00
Thousand Only
PROVIDING AND FIXING OF PVC SWITCH BOARD, IVORY OR WHITE COLOR, SIZE 4" X 4", MAKE:PRESTOLEPLAST. INR Fifteen
1.92 500.00 Nos. 31.00 15,500.00 Thousand Five
Hundred Only
INSTALLATION / REPLACEMENT LIGHT FITTING TUBE/LED. MATERIAL SUPPLIED BY RCF. INR One Lakh Eight
1.93 900.00 Nos. 120.00 108,000.00
Thousand Only
INSTALLATION CEILING FAN.1200/1400 MM SWEEP. MATERIAL SUPPLIED BY RCF. INR Twenty Seven
1.94 300.00 Nos. 90.00 27,000.00
Thousand Only
SUPPLY & INSTALLATION OF 1'' CASING PER METER INR Fifty Thousand
1.95 2000.00 METER 25.00 50,000.00
Only
SUPPLY & REPLACEMENT OF CEILING ROSE, BLOCK ETC. INR Ten Thousand
1.96 250.00 Nos. 40.00 10,000.00
Only
INSTALLATION OF INSTANT WATER GEYSER. MATERIAL SUPPLIED BY RCF.
INR Six Thousand
1.97 90.00 Nos. 70.00 6,300.00
Three Hundred Only
INSTALLATION WATER PURIFIER. ALL TYPE WATER PURIFIER. MATERIAL SUPPLIED BY RCF.
INR Six Thousand
1.98 90.00 Nos. 70.00 6,300.00
Three Hundred Only
INR One Crore Sixty
Three Lakh Thirteen
Total in Figures 16,313,548.00 Thousand Five
Hundred & Forty Eight
Only
Quoted Rate in Figures Select - Zero Only
Quoted Rate in Words INR Zero Only

TH/CVL/TS/KR/TRAINEE/B-TYPE/2020 51
ANNEXURE – XVI

LAWS PERTAINING TO LABOUR :

NIT REF NO.:- TH/CVL/TS/KR/TRAINEE/B-TYPE/2020


NAME OF WORK : REPAIR, INTERNAL PAINTING AND ALLIED WORK OF TYPE B QUARTERS AT RCF
KURUL TOWNSHIP

1.1 This contract shall be governed by the various labour laws for the time being in force. The contractor
shall comply with all Central, State and Municipal laws and Rules and legislation in force from time to
time and shall be solely responsible to comply with all obligations and payments there under.

No compensation will be entertained for the liabilities arising out of any provisions of any Act, Laws, Rules
and legislation, in force from time to time. In case RCF has to pay any charges for non-compliance of
any Act, Enactments, laws, Rules and Legislation in force from time to time, by the contractor, the same
shall recovered from the contractor, from any amount that may be due from RCF to him.

1.2 Contractor shall submit all the relevant documents showing compliance of all the relevant Acts, Laws,
Rules and legislations as when called by RCF.

1.3 If the work entails employing more than 19 (nineteen) contract workers, the contractor should obtain a
licence from competent authority as per provisions of contract labour (Regulations and Abolition) Act
1970.

1.4 The contractor shall be liable for payment of all claims of damages, compensation or expenses
payable as a result of any accident or injury or death sustained by workmen employed or used by him
in the execution of this contract, which he is liable to pay by rule, law or order of Government. The
expenses, if any incurred by RCF on the above will be realized from the contractor from any amount that
may be due from RCF to the contractor. If any accident or injury or death is sustained by any worker, the
contractor should immediately inform RCF of the same in writing giving full particulars about the injured
person for preparing the accident report and giving the necessary first aid.

1.5 The Contractor shall give the address, phone no and the name of the contact person of its local office in
order to give the job order. The contractor shall attend the job immediately on giving the message at the
said address.

1.6 The Contractor shall ensure that at all times the persons appointed by him to serve in the company's
premises are physically fit and are free from any disease, injury or illness, contagious or otherwise, in
order to ensure that a healthy, hygienic and clean services are maintained.

1.7 Contractor has to pay the minimum wages fixed by the appropriate government from time to time.

1.8 The contractor shall ensure that the person or persons appointed or to be appointed by them for service
in the Company's premises do not suffer from any legal disqualification for service by reason of his
age or any law or statute in force. Contractor shall submit copies of Police verification, Aadhaar Card and
date of Birth proof of all workers deputed by him in RCF Premises.

1.9 The contractor’s workmen shall be in neat and clean uniforms and with proper safety appliances while on
duty at all times.
1.10 The employees of the contractor shall be liable to search by the Company's Security Force and shall have
to strictly observe the Company’s directions relating to cleanliness, wearing of identification badges etc.

TH/CVL/TS/KR/TRAINEE/B-TYPE/2020 52
1.11 No employees of the contractor shall be allowed to stay on the premises of the Company beyond the
authorized working hours.

1.12 All staff employed by the contractor shall be the Contractor’s employees for all intents and purposes. RCF
shall not take any responsibility regarding employment of contractor's employees.

1.13 The employees of the contractor shall be liable to be searched by the Company's Security Force and shall
have to strictly observe the Company’s directions relating to cleanliness, wearing of identification badges
etc.

1.14 The contractor shall have valid Provident Fund number. He shall deposit the monthly P.F.contributions
with the P.F.Commissioner. The bills submitted will be certified and passed for payment only after the
contractor produces the documents of P.F. contributions of workers duly certified/received by the P.F.
Commissioner.

1.15 The Contractor shall cover their employees under the Group Personal Accident Insurance Scheme.

1.16 Contractor shall comply with provisions of Interstate Migrant Labour Act.

1.17 EMPLOYEES STATE INSURANCE CODE NO. & COMPLIANCE OF PROVISIONS OF E.S.I.ACT: The
Contractor must have his/her independent E.S.I. Registration No., under Employees State Insurance
Act’1948. The contractor shall cover their labours under the said Act drawing wages upto Rs.21, 000/-
p.m., under his/her Code No., and shall regularly deposit ESI Contributions as applicable. Receipt copies
of the challans should be submitted to HR Dept. For those contract workers not covered under ESI
Scheme, the provisions of The Employees Compensation Act, 1923 will be made applicable to them. RCF
has drawn an Insurance policy under the Employees Compensation Act, 1923, hence the contractor need
not take a separate policy & no reimbursement will be paid to the contractor for the same.

SIGNATURE & SEAL OF THE


CONTRACTOR
Chief Manager (Civil)

TH/CVL/TS/KR/TRAINEE/B-TYPE/2020 53
ANNEXURE - XVII
CONDITIONS RELATED TO INTEGRITY

RCF is committed to ensure that it carries its business with integrity and transparency. The Company
has framed rules to avoid all forms of corruption by following a system that is fair, transparent and free
from any influence/prejudiced dealings prior to, during and subsequent to the currency of the contract to
be entered into with a view to :-

Enabling RCF to procure/ undertake the Project/Work(Delete what is not applicable) at a competitive
price in conformity with the defined specifications by avoiding the high costs and the distortionary impact
of corruption on public procurement, and

Enabling BIDDER to abstain from bribing or indulging in any corrupt practices in order to secure the
contract by providing assurance to them that their competitors will also abstain from bribing and other
corrupt practices and RCF will commit to prevent corruption, in any form, by its officials.

RCF has therefore laid down the following transparent procedures (wherever required is referred to as
the ’Integrity Pact’) which is expected to be adhered by the Company as well as the BIDDER:

1. Commitments of RCF:

1.1 RCF undertakes that no official of RCF, connected directly or indirectly with the Project/Work, will
demand, take a promise for or accept, directly or through intermediaries, any bribe, consideration, gift,
reward, favour or any material or immaterial benefit or any other advantage from the BIDDER, either for
themselves or for any other person, organization or third party related to the contract in exchange for an
advantage in the bidding process, bid evaluation, contracting or implementation process related to the
contract.

1.2 RCF will, during the pre-contract stage, treat all BIDDERs alike, and will provide to all BIDDERs the
same information and will not provide any such information to any particular BIDDER which could afford
an advantage to that particular Bidder in comparison to other BIDDERs.

1.3 In case any preceding misconduct on the part of any official(s) is reported by the BIDDER to RCF
with full and verifiable facts, necessary disciplinary proceedings, or any other action as deemed fit,
including criminal proceedings may be initiated by RCF and such a person shall be debarred from
further dealings related to contract process. In such a case while an enquiry is being conducted by RCF
the proceedings under the contract would not be stalled.

2. Commitments of BIDDER:

2.1 The BIDDER commits itself to take all measures necessary to prevent corrupt practices, unfair
means and illegal activities during any stage of its bid or during any pre-contract or post-contract stage
in order to secure the contract or in furtherance to secure it and in particular commit itself to the
following:

2.2 The BIDDER will not offer, directly or through intermediaries, any bribe, gift, consideration, reward,
favour, any material or immaterial benefit or other advantage, commission, fees, brokerage or
inducement to any official of the RCF, connected directly or indirectly with the bidding process, or to any
person, organization or third party related to the contract in exchange for any advantage in the bidding,
evaluation, contracting and implementation of the contract.

TH/CVL/TS/KR/TRAINEE/B-TYPE/2020 54
2.3 The BIDDER further undertakes that it has not given, offered or promised to give, directly or
indirectly any bribe, gift, consideration, reward, favour, any material or immaterial benefit or other
advantage, commission, fees, brokerage or inducement to any official of RCF or otherwise in procuring
the Contract or forbearing to do or having done any act in relation to the obtaining or execution of the
contract or any other contract with RCF for showing or forbearing to show favour or disfavour to any
person in relation to the contract or any other contract with RCF.

2.4 BIDDER shall disclose the name(s) and address(es) of foreign principals, associates, agents and
distributors, advisors, representatives and sub-contractors.

2.5 BIDDER shall disclose the payments to be made by them to agents/ brokers or any other
intermediary, in connection with this bid/ contract.

2.6 The BIDDER further confirms and declares to RCF that he has not engaged any individual or firm or
company, whether Indian or foreign, to intercede, facilitate or in any way to recommend to RCF or any or
its functionaries, whether officially or unofficially to the award of the contract to the BIDDER, nor has any
amount been paid, promised or intended to be paid to any such individual, firm or Company in respect of
any such intercession, facilitation or recommendation.

2.7 The BIDDER, either while presenting the bid or during pre-contract negotiations or before signing the
contract, shall disclose complete details of any payments made, is committed to or intends to make to
any officials of RCF or their family members, agents, brokers or any other intermediaries in connection
with the contract and the details of services agreed upon for such payments.

2.8 The BIDDER will not collude with other parties, interested in the contract, to impair the transparency,
fairness and progress of the bidding process, bid evaluation, contracting and implementation of the
contract.

2.9 The BIDDER will not accept any advantage in exchange for any corrupt practice, unfair means and
illegal activities.

2.10 The BIDDER shall not use improperly, for purposes of completion or personal gain, or pass on to
others, any information provided by RCF as part of the business relationship, such as plans, technical
proposals and business details including information contained in any electronic data carrier. The
BIDDER also undertakes to exercise due and adequate care to ensure that no information is divulged to
others.

2.11 The BIDDER commits to refrain from giving any complaint in connection with the Project, directly or
through any other manner, without supporting it with full and verifiable facts.

2.12 The BIDDER shall not instigate or cause to instigate any third party to commit any of the actions
aforestated.

2.13 If the BIDDER or any employee of the BIDDER or any person acting on behalf of the BIDDER,
either directly or indirectly, is a relative of any of the employees of RCF, or, if any relative of an
employee of RCF has financial interest/stake in the BIDDER, the same shall be disclosed by the
BIDDER at the time of filing the tender.

The term `relative’ for this purpose would be as defined in Companies Act, 1956 or any modifications
thereof.

TH/CVL/TS/KR/TRAINEE/B-TYPE/2020 55
2.14 The BIDDER shall not lend to or borrow any money from or enter into any monetary dealings or
transactions, directly or indirectly, with any employee of RCF.

3. Previous Transgression

i. The BIDDER declares that no previous transgression occurred in the last three years, in respect of any
corrupt practices envisaged hereunder, and/or with any Public Sector Enterprises/ Government
department that could justify BIDDERs exclusion from the tender process.

ii. The BIDDER agrees that if it makes any incorrect statement in the bid, BIDDER can be disqualified
from the tender process of the contract, and if already awarded, the Contract can be terminated for such
reason.

4. Earnest Money / Security Deposit

4.1 The value and the validity of the Earnest Money / Security Deposit required to be given by bidder
shall be as mentioned in NIT.

4.2 In case the successful BIDDER violates any of the terms of NIT, RCF shall be entitled to forfeit the
EMD/SD without assigning any reason.

5 Sanctions for violations

5.1 Any breach of the aforesaid provisions by the BIDDER or any one employed by it or acting on its
behalf (whether with or without the knowledge of the BIDDER or any one employed by it or acting on its
behalf (whether with or without the knowledge of the BIDDER) shall entitle RCF to take all or any one of
the following actions, wherever required:-

i) To immediately call off the pre contract negotiations without assigning any reason or giving any
compensation to the BIDDER. However, the proceedings with the other BIDDER(s) would continue.

ii) The Earnest Money Deposit (in pre-contract stage) and /or Security Deposit/Performance Bond (after
the contract is signed) shall stand forfeited either fully or partially, as decided by RCF, without assigning
any reason therefor.

iii) To immediately cancel the contract, if already signed, without giving any compensation to the
BIDDER.

iv) To recover all sums already paid by RCF, together with interest thereon at 2% higher than the
prevailing Lending Rate of State Bank of India or at 2% higher than LIBOR as may be applicable based
on whether the bidder is an Indian party or a foreign party. If any outstanding payment is due to the
BIDDER from RCF in connection with any other contract for any other Project/Work/ Supply, such
outstanding payment could also be utilized to recover the aforesaid sum and interest.

v) To encash the advance bank guarantee and performance bond/ warranty bond, if furnished by the
BIDDER, in order to recover the payments, already made by RCF, along with interest.

vi) To terminate all or any other Contracts with the BIDDER. The BIDDER shall be liable to pay
compensation for any loss or damage to RCF resulting from such termination and RCF shall be entitled
to deduct the amount so payable from the money(s) due to the BIDDER.

TH/CVL/TS/KR/TRAINEE/B-TYPE/2020 56
vii) To debar/blacklist the BIDDER from participating in future bidding processes of RCF for a minimum
period of five years, which may be further extended at the discretion of RCF.

viii) To recover all sums paid, in violation of this Pact by BIDDER to any middleman or agent or broker,
with a view to securing the contract.

ix) In case where irrevocable Letters of Credit have been opened in respect of any contract signed by
RCF with the BIDDER, the same shall not be operated.

x) Forfeiture of Performance Bond in case of a decision by RCF to forfeit the same without assigning
any reason for imposing sanction for violation of this Pact.

5.2 RCF will be entitled to take all or any of the actions mentioned at para 5.1 (i) to (x) also on the
Commission by the BIDDER or any one employed by it or acting on its behalf (Whether with or without
the knowledge of the BIDDER) of an offence as defined in Chapter IX of the Indian Penal code, 1860 or
Prevention of Corruption Act, 1988 or any other statute enacted for prevention of corruption.

5.3 The decision of RCF to the effect that a breach of the provisions of the conditions has been
committed by the BIDDER shall be final and conclusive on the BIDDER. However, the Bidder can
approach the Independent Monitor appointed for the purposes of this Pact.

6. Facilitation of Investigation

In case of any allegation of violation of any provisions of these terms or payment of commission, RCF
shall be entitled to examine all the project documents of the BIDDER and the BIDDER shall provide
necessary information and documents in English and shall extend all possible help for the purpose of
such examination.

7. Law and Place of Jurisdiction

Indian Law shall be applicable to the NIT and Courts in Mumbai shall have Jurisdiction.

8. Other Legal Actions

The Actions stipulated in this Integrity Pact are without prejudice to any other legal action that may follow
in accordance with the provisions of the extant law in force relating to any civil or criminal proceedings.

9. Validity

9.1 The validity of this Integrity Pact shall be from date of the NIT is issued and extend upto two years
from the date of last payment under the contract. In case BIDDER is not awarded Contract/Purchase
Order, this Integrity Pact shall expire after twelve months from the date of issue of the NIT.

9.2 Should one or several provisions of this Pact turn out to be invalid, the remainder of this Pact shall
remain valid. In this case, the parties will strive to come to an agreement to their original intentions.

TH/CVL/TS/KR/TRAINEE/B-TYPE/2020 57
ANNEXURE - XVIII
SPECIAL CONDITIONS

1.1 If L-2, L-3, L-4 bidders matches L-1 bidder’s rate, the work divided among four parties in the ratio
30:27:23:20 at same rates, terms & conditions. If L-2 bidder does not match their rates with L-1
bidder then L-1 rates will be offered to L-3, L-4,…… bidder/s those who matches L-1 bidder rates
for finalize second party. Similar procedure shall be adopted for finalize third & fourth party.
Distribution of the job shall be as mentioned in the following table. If L-2, L-3, L-4….. bidders do
not match L-1 bidder’s rates then only 55% job shall be awarded to L-1 bidder and separate contract
shall be lined up for balance 45% job.

Sr. Nos. of Proportion Time period from the date of


Conditions
no. Parties ratio handing over of site for each party.
1 If Three parties Four 30:27:23:20 2.5 months
matches L-1 rates parties
2 If Two parties Three 40:34:26 3.0 months
matches L-1 rates parties
3 If one party Two 55:45. 3.5 months
matches L-1 rates parties
4 If no one matches Single 55% 3.5 months
L-1 rates Party

Signature Not Verified


Digitally signed by SANJAY BABANRAO
TH/CVL/TS/KR/TRAINEE/B-TYPE/2020 SAHANE 58
Date: 2020.08.08 16:40:59 IST
Location: eProcure-EPROC

You might also like