Download as pdf or txt
Download as pdf or txt
You are on page 1of 31

NIB-3144/21-22

RAJASTHAN RAJYA VIDYUT UTPADAN NIGAM LIMITED


(A Govt. of Rajasthan undertaking)
Corporate identity Number (CIN) – U40102RJ2000SGC016484

BID DOCUMENTS
Against

NOTICE INVITING BID

NIB-3144/21-22
(Two Parts Open Competitive Bidding through e-Procurement)

“Procurement of Boiler Tubes for BHEL Make Boiler of 250


MW Unit”

Issued by
Superintending Engineer (Material Management)
Chhabra Thermal Power Project
202, First Floor, Administrative Building, Chowki Motipura,
Chhabra, Distt. Baran-325220, Rajasthan
E-Mail: se.mm.ctpp@rrvun.com Phone No. : 07452-225005
website:- www.energy.rajasthan.gov.in/rvunl

1
NIB-3144/21-22
RAJASTHAN RAJYA VIDYUT UTPADAN NIGAM LTD.
CHHABRA THERMAL POWER PROJECT
Office of the Superintending Engineer (MM)
202, First Floor Admn Building, Chowki Motipura, Chhabra – 325 220
Email: se.mm.ctpp@rrvun.com Phone No. 07452-225013 Web Site: www.energy.gov.co.in/ rvunl

NOTICE INVITING BID


The Chief Engineer, Chhabra Thermal Power Plant, Chhabra on behalf of Rajasthan Rajya
Vidyut Utpadan Nigam Ltd. invites online bid through e-procurement website https:// eproc.
rajasthan. gov.in for Procurement of Boiler Tubes for BHEL Make Boiler of 250 MW Unit. Details
of bid and qualifying requirement are available on departmental website www.energy.
rajasthan.gov.in/rvunl and https://sppp.rajasthan.gov.in. Bid document can be downloaded
from and submitted on e-procurement website https://eproc.rajasthan.gov.in.
Estimated Processing
Sr. NIB Item Earnest Money Bid Cost
Cost Fees
No. No. Description (Rs.) (Rs.)
(Rs.) (Rs.)

Declaration as per
format available at
PART-B APPENDIX-D
1180/-
of bid documents on
(1000
Non Judicial Stamp of
+18%GST)
Rajasthan of amount
50/- plus surcharge
Boiler Tubes @30%.
Or
NIB- for BHEL Or
1. 3144/ Make Boiler 58,49,500/- 58,495/-
{For 1000/-
20-21 of 250 MW Or
MSMEs of
Unit {For sick industries,
Rajasthan
whose cases are
state only :
pending before BIFR
590/-
29248/-}
(500 +
Or
18%GST)}
{For MSMEs of
Rajasthan state only
14624/-}

Total Amount
Total Amount with
without EMD
EMD Declaration
Declaration Rs.
Total Amount (EMD + Bid Cost + Bid Processing
60675/- 2180/-
Fees) to be deposited in single transaction
For sick industries, whose cases are pending before
BIFR:
Total Amount (EMD + Bid Cost + Bid Processing 31428/- 2180/-
Fees) to be deposited in single transaction as per
clause no. 4.00 of Part-A (1)
For MSME of Rajasthan State only:
Total Amount (EMD + Bid Cost + Bid Processing
16214/- 1590/-
Fees) to be deposited in single transaction as per
clause no. 4.00 of Part-A (1)

2
NIB-3144/21-22
BID EVENTS :
S.No. Bid Event Date & Time
1. Start date & time for downloading the bid document 07.05.2021 at 11:00 hrs

2. Last date & Time for downloading the bid document 25.05.2021 up to 11:00 hrs
Last date for intimation of UTR No. of payment
3. through e-mail along with Bid Application Form as
25.05.2021 up to 12:00 hrs
attached with bid document
4. Last Date & Time for online submission of bid 25.05.2021 up to 11:00 hrs

5. Online opening of Technical bid. 25.05.2021 up to 16:00 hrs


To be intimated later for
6. Online date & time for opening of Price Bid
qualifying bidders

NOTE:-
Total amount (Bid Cost + Bid Processing Fee+ EMD) must be deposited through digital mode
(NEFT/RTGS) in single transaction only in the account as detailed below:-
ASSISTANT ACCOUNTS OFFICER (CTPP), RVUNL,
1. Name of Account
CHHABRA
2. Name of Bank State Bank of India
3. Branch Name Motipura Chowki, CTPP, Chhabra, District-Baran (Raj.)
4. Account No. 61005208761
5. IFSC Code SBIN0031988
6. Branch code 31988
7. MICR No. 325002019
The payment advice/ unique transaction reference number (UTR No.) of above transaction along
with Bid Application Form (as attached in bid document) is required to be sent via e-mail on
se.mm.ctpp@rrvun.com and aoctpp@gmail.com before the date & time specified in the bid
documents.
Bid securing declaration on NJS of Rajasthan in original must be sent to this office for further
processing the bid.
Following officers may be contacted for any query regarding this NIB during office hours
(10:00 AM to 05:00 PM):
1. Shri Mahesh Kumar Yadav, Executive Engineer, Mobile:9413349623

Superintending Engineer (MM)


CTPP, RRVUNL, CHHABRA

3
NIB-3144/21-22
PART A (1)
RAJASTHAN RAJYA VIDYUT UTPADAN NIGAM LTD.
CHHABRA THERMAL POWER PROJECT
Office of the Superintending Engineer (MM)
202, First Floor Admn Building, Chowki Motipura, CHHABRA – 325 220
Email: se.mm.ctpp@rrvun.com Web Site: www.energy.gov.co.in/ rvunl Phone No. 07452-225013

INSTRUCTIONS TO BIDDERS
(Two Part Bid – e Tender)

1.0 GENERAL:-
1.01 The bidders who are interested in bidding can download bid documents from
http:/eproc.rajasthan.gov.in
1.02 Bidders who wish to participate in this bid need to register on
https://eproc.rajasthan.gov.in and participate as per the procedure detailed on the e-
procurement website using Digital Signature certificate (Type-II or Type-III) as per
information technology Act. 2000.
1.03 Bidders shall submit their offer online in electronic format on above mentioned website as
per time and date mentioned in the Notice Inviting Bids.
1.04 To avoid non-submission of their bid before the prescribed date & time due to technical
flaws or any reason whatsoever, bidders are requested to submit their bids well before last
date & time mentioned for submission. The date of submission of bids will not be
extended on such accounts.
1.05 Evaluation of bids shall be based on Least Cost Based Selection (LCBS) method. The
Evaluation of bids is based on lump sum selection.
2.0 PREPARATION & SUBMISSION OF BIDS: -
2.01 Before submission of the bid, the bidders are requested to make themselves fully
conversant with the technical specification, nature of work, the site conditions and general
conditions of contract etc. so that no ambiguity arises at a later date in this respect.
2.02 Before submitting the bid by the bidder it is required to study carefully the
conditions, specifications and provisions of the relevant IS, wherever necessary. The
technical particulars of the material offered must comply with the enclosed specifications
and the provision of the relevant IS, if any.
2.03 Bidders are requested to adhere to all clauses of the contract form and general conditions
to facilitate finalization of the contract. Any clarification with regard to the specification
should be sought for by the bidder before submission of the bid. No correspondence on
this account will be entertained once the technical bid had been opened.
2.04 Bidders are requested to quote the prices after precisely going through the techno-
commercial terms & conditions given in bid enquiry. If any deviations are quoted by
the bidder then the same shall be dealt by RVUN either through a committee or by
an expert. The decision of RVUN in this regard shall be final. Rejection of bids on
account of deviations (if any) quoted by the bidder, shall be sole responsibility of
bidder.
2.05 DEVIATIONS:-
a. Bidder wishing to deviate in any way from the general condition of contract and
technical specification should draw specification to such deviation in his Bid. Any
deviation from General Conditions of contract may not be accepted.
b. All such deviations should be clearly mentioned in the deviation sheet giving the
corresponding reference clause number terms such as “See Covering Letter” or tender’s
printed general terms and conditions” are not acceptable. Deviations mentioned
elsewhere in bid document shall not be accepted.
c. Unless such deviation are submitted with the tender, it will be understood and agreed
bidder proposal is based on strict in conformance to purchaser’s specification in all
respect.

4
NIB-3144/21-22
2.06 PAYMENT MODE:
a) Total amount (Bid Cost + Bid Processing Fee+ EMD) as mentioned in Notice
Inviting Bid must be deposited through digital mode only (NEFT/RTGS/IMPS) in
single transaction in the account as detailed below:-
ASSISTANT ACCOUNTS OFFICER (CTPP), RVUNL,
1. Name of Account
CHHABRA
2. Name of Bank State Bank of India
3. Branch Name Motipura Chowki, CTPP, Chhabra, District-Baran (Raj.)
4. Account No. 61005208761
5. IFSC Code SBIN0031988
6. Branch code 31988
7. MICR No. 325002019

b) Any bid not accompanied with scanned copy of payment advice/ unique transaction
reference number (UTR No.) of transaction against Bid Cost, Bid Processing Fees and
EMD shall be liable for rejection. Preferably payment in physical mode i.e. DD or BC
isn’t acceptable.
c) During online submission of bids, the process of filling payment detail is as follows:
i. Select offline payment (It is default)
ii. Select DD
iii. Enter Bank Name through which payment is made
iv. Enter the UTR No. and date of digital payment (as mentioned above) in the space
where DD No. and date is to be entered.
v. In the validity of DD section, enter current date and any future date.
2.07 The complete schedules shall be considered as part of the contract document in case of
successful bids. The bidder will confirm on duly filled, sealed and signed Bid-G.C.C.
Acceptance Letter (as attached in bid document) confirming that they have gone through
all the bid documents and agree with all clauses and will upload the same in Cover-I. In
case, if, there is some/ any deviation than it is to be mentioned by bidder in Appendix-B of
Part B and the same must be uploaded in Cover-I with seal and signed.
2.08 SUBMISSION OF BIDS: The bid will be submitted in two parts i.e. Cover-I and Cover-II
and shall be submitted together.
A. COVER-I : Techno Commercial Bid consisting of the following documents duly
filled, stamped, signed/digitally signed:
(a) Copy of Payment against Bid Cost, Bid Processing Fees and EMD
(b) All supporting documents required to meet Qualifying Requirement (QR).
(c) PART- A (2) i.e. GENERAL CONDITIONS OF CONTRACT (G. C. C.)
(d) Scope of Work if any
(e) Deviations In Technical Specifications
(f) APPENDIX-A, B & C of PART-B
(g) ANNEXURE- A, B, C & D of PART-C
(h) APPENDIX-1, 2, 3 & 4 of PART-D
Please do not upload irrelevant documents/papers other than those required for
evaluation of the techno-commercial bid, PO & its completion report or tax
invoice as per amount mentioned in qualifying requirement should be uploaded
only.
B. COVER- II : Price Bid / BOQ
This should contain the price bid in specified format only.
2.09 OPENING OF BIDS:
(a) Cover-I, i.e. the Techno-Commercial bid will be opened on the scheduled due date &
time of bid opening.
(b) After evaluation of the Cover-I bids, only the bidders who are been found techno-
commercially responsive and acceptable will be eligible for opening of Cover-II i.e. price
bid on a date which shall be informed later.
2.10 If the bidder deliberately gives wrong information in his bid, RVUNL reserves right to reject
such bid at any stage.

5
NIB-3144/21-22
2.11 Bidders are requested to furnish all supporting documents necessary for QR with
technical bid. No correspondence shall be done in this regard except in special
circumstances. In case of necessary supporting documents are found insufficient in
support of qualifying requirement then the price bid of that Bidder shall not be opened.
2.12 If due to any reason, the bid opening due date is declared as holiday, bids will be opened
on next working day.
2.13 RVUNL shall not be liable for expenses incurred by the bidder in the preparation of the bid
whether his bid is accepted or not.
2.14 The acceptance of the bids/offer(s) will rest with the competent authority i.e. purchaser
who does not bind itself to accept the lowest tender and reserves the right to reject any or
all the tender(s) received without assigning any reason.
3.0 EARNEST MONEY DEPOSIT (EMD):-
3.01 Bid Securing Declaration as per format available at PART-B APPENDIX-D of bid
documents on Non Judicial Stamp of Rajasthan of amount 50/- plus surcharge
@30% as per GOR circular no F.2(1) Finance/G&T-SPFC/2017 dated 23.12.2020.
Or
EMD as specified in the Notice Inviting Bids, shall be furnished by the bidder.
3.02 In case of un-successful bids, the Earnest Money will be refundable after finalization of
the contract. In case of successful bidder, the amount of earnest money deposited by them
will be converted into security deposit as per relevant clause of General Conditions of
Contract (GCC).
3.03 Request for adjustment/appropriation of earnest money or other deposits if any, already
lying with RVUNL in connection with some other bid/order/works shall not entertained.
3.04 No interest shall be payable on Earnest Money Deposits.
3.05 RVUNL reserves the right to forfeit earnest money deposit or a part there of in
circumstances which may indicate that the contractor is not interested in
accepting/executing the order placed under this specification.
4.00 BENEFITS FOR MSME/LOCAL ENTERPRISES OF RAJASTHAN STATE ONLY:-
(Refer RTPP Rules 2013 and Gazette Notification of GoR dated 19.11.2015 & Gazette
Notification of GoR dated 13.10.2020)
4.01 The following benefits are for Micro, Small and Medium Enterprises (MSME) /LOCAL
ENTERPRISES bidders of Rajasthan State only having Acknowledgement of
Entrepreneurs Memorandum-II/Udyog Aadhar Memorandum issued by the competent
authority only. MSME of other states shall not be given these benefits.
(a) Bid document fees shall be 50% of prescribed cost.
(b) Bid security (EMD) shall be @0.25% of the value of the bid and in case of sick
industries, other than small scale industries, whose cases are pending with Board of
Industrial and financial reconstruction, it shall be 0.5% of the value of Bid.
(c) Performance security shall be @ 0.5% of the amount of quantity offered for supply of
goods.
(d) Purchase preference in procurement of goods to local enterprises in comparison to bids
received from enterprises outside the State shall be give as per RTPP act S.O. 165.
The bidder has to upload the required documents, i.e. Acknowledgement of Entrepreneurs
Memorandum-II/Udyog Aadhar Memorandum issued by the competent authority (along
with Form-A & B available at APPENDIX-2 of PART-D) with technical bid to avail
exemption under MSME/LOCAL ENTERPRISES as per clause no 4 of S.O. 165. The copy
of these documents is also required to be sent along with Form-A & B attached herewith
before the date & time specified in the bid documents se.mm.ctpp@rrvun.com by email or
submitted to the procuring entity in person/by post for obtaining such rebate/exemption.
4.02 These MSME/LOCAL ENTERPRISES benefits are available only for bidders who
confirm that some or all items offered/quoted are manufactured by them (specifying
the name of items) in a separate letter, to be enclosed with other MSME/LOCAL
ENTERPRISES documents as mentioned at clause 4.01 above with documentary proof.

6
NIB-3144/21-22

5.0 VALIDITY OF BID:-


The validity of the bids shall be 180 days. The fact of submission of bid shall be deemed to
constitute an agreement between the bidder and RVUNL whereby such bid shall remain
valid for acceptance by RVUNL for a period of 180 days from the date and time on which
techno-commercial bids are opened. The bidder shall not withdraw his offer or amend /
impair or derogate within the said validity period of 180 days. Every bidder shall be
deemed to have agreed as aforesaid in consideration of the bid being considered by RVUNL
in term thereof provided the same has been duly submitted and found to be in order. If
the bidder is communicated, at the address/email address given in the bid, within the
validity period that his bid has been accepted, then he shall be bound by the terms and
conditions of bid document.
6.0 COMPLIANCE OF RAJASTHAN TRANSPARENCY IN PUBLIC PROCUREMENT (RTPP)
RULES 2013:
6.01 All the terms, conditions and various provisions as per RTPP Act 2012 & RTPP Rules 2013
and further gazette notifications issued in this regard shall be applicable. In case of any
conflict in provisions of bid document and RTPP Act/Rules, the provision of RTPP
Act/Rule shall be applicable.
6.02 The prospective bidder shall abide by the rules of this act. In case of any grievances the
bidder may appeal to the appellate authorities of RVUN. The circular for this act as issued
by Government of Rajasthan is available at Appendix-K for reference. Please fill and attach
FORM No.1 available at ANNEXURE-B of PART-C of this act along with your bid.
6.03 A bidder should not be in conflict of interest as stated in rule 81 of RTPP Rules and
mentioned in the bidding document. In case of any conflict of interest, the procuring entity
shall take appropriate actions against the bidder in accordance with section 11 and
Chapter IV of the Act. All bidders found to have a conflict of interest shall be disqualified
and their EMD shall be liable to be forfeited.
7.00 PURCHASE PREFERENCE:
7.01 Purchase preference in procurement shall be given to the category of bidders as notified by
the Government of Rajasthan state from time to time, subject to the bidder meeting the
conditions and submitting documents listed in the said notification of Government of
Rajasthan, At present please refer Notification no. F.1(8)/FD/GF&AR/2011 dated
19.11.2015(S.O.-165) and its amendments issued by Government of Rajasthan.
7.02 For availing purchase preference to MSME as per RTPP S.O. 165, bidder should submit
Certificate issued by concerned District Industries Centre, Govt. Of Rajasthan along with
copy of form-A and Affidavit (form-B) duly filled in along with bid documents.
8.00 ACCEPTANCE OF BID:
The acceptance of the bid will rest with the competent authority i.e. The Chief Engineer
(CTPP) RVUN, CTPP, Chhabra who is not bound to accept the highest bid and reserves the
right to reject any or all the bid(s) received without assigning any reason.

SUPERINTENDING ENGINEER (MM)


CTPP, RRVUNL, CHHABRA

7
NIB-3144/21-22

8
NIB-3144/21-22

PART A (2)

RAJASTHAN RAJYA VIDYUT UTPADAN NIGAM LTD.


Corporate Identity Number (CIN) – U40102RJ2000SGC016484

CHHABRA THERMAL POWER PROJECT


Office of the Superintending Engineer (MM)
202, First Floor Admn Building, Chowki Motipura, CHHABRA – 325 220
Email: se.mm.ctpp@rrvun.com Web Site: www.energy.gov.co.in/ rvunl Phone No. 07452-225013

GENERAL CONDITIONS OF CONTRACT

The bidder shall be deemed to have carefully examined & made himself fully conversant
with the general conditions, specifications, schedules, scope of work and site conditions etc.,
before submitting the bid. If there is any doubt as to the meaning of any portion of the general
and special conditions or tender specifications etc., the bidder shall seek necessary clarification
before submitting his offer/tender.
1.00 PRICES, TAXES & DUTIES :-
1.01 The rates quoted must be for delivery of supplies to CTPP, Chhabra on F.O.R. CTPP-
Stores basis with clear demarcation of the following:
i. Basic Rate including Packing & Forwarding
ii. GST,
iii. Freight charges including GST on freight charges,
iv. Insurance and GST on Insurance charges,
v. Any other charges/taxes/duties etc.
1.02 The prices quoted shall remain fixed and firm. If a bidder reduces his prices suo moto
after opening of tender or negotiated bid (if any) his offer shall stand cancelled
automatically, his earnest money shall be forfeited and action for debarring him from
further business with the Department shall be taken.
1.03 It is to clarify that if the tendering firm makes any reduction of rates suo moto against this
contract, other than on reasons for statutory variation or other valid reasons during the
currency of contract period, it is likely to be debarred for future business in the
department for specific period.
1.04 The bidder shall quote only single price/rate for the quantity offered by the bidder. The
offers with prices of the materials quoted in slab basis and/or with any conditional
discount on any account viz. payment, quantity etc liable to be rejected.
1.05 In case the bidders quote rate of any existing tax/duty higher than the maximum
prevailing statutory rate, his bids shall be evaluated at corrected rate of tax/duty i.e. the
maximum prevailing statutory rates and accordingly order shall be placed with correct
rate of tax/duty.
1.06 In case bidder quotes taxes/duties as "inclusive" or "not applicable" or "Zero" or "NIL" or
does not quote any value or indicates the rates lower than the maximum applicable
rate/concessional rate against any prevailing taxes/ duties, the bidder shall absorb the
taxes/duties up to maximum applicable rate.
1.07 In case bidder quotes any tax/duty inclusive in the ex-works price and does not indicate
the applicable rate of tax/duty then no variation in tax/duty shall be allowed and all the
statutory variation in tax/duty shall be to bidder's account.
1.08 In case bidder quotes any tax/duty lower than the applicable rate, the bidder shall absorb
the difference in taxes/duties up to maximum applicable rate.

2.00 VARIATIONS IN TAXES & DUTIES:


2.01 Within contractual completion period
Any upward or downward variation in the effective rates of existing taxes/duties or change
in financial liability due to introduction of new taxes/duties or abolition of existing
9
NIB-3144/21-22
taxes/duties within stipulated completion period shall be to CTPP, RVUNL, Chhabra
account and all taxes/duties shall be paid at actual, if quoted extra. However, supplier
shall have to furnish supporting document(s) in the form of Gazette Notification for
approval of the purchaser before claiming any upward variation.
2.02 After expiry of contractual completion period
Any additional financial liability due to increase in rates of existing taxes/duties and
introduction of new taxes and duties arising consequent upon failure of the supplier to
adhere to the stipulated delivery schedule shall have to be borne by the supplier. However,
any reduction in financial liability due to abolition of existing taxes/ duties or revision in
the effective rate of taxes/duties after expiry of stipulated completion period shall be
passed on to CTPP, RVUNL, Chhabra .

3.00 RIGHT TO VARY QUANTITY / PART ORDER:-


3.01 Purchaser reserves the right to vary the tendered quantity to any extent, as per the quoted
prices during the execution of contract. However, the total quantity / total order value
shall be within +50% of the total quantity/ total order value. Accordingly, the delivery
period/ completion period shall be proportionately increased/decreased.
3.02 Purchaser reserves the right to place part order at the time of placement of LOI / Purchase
Order based on actual requirement.

4.00 SECURITY DEPOSIT:


4.01 5% of the total value of the order shall be furnished by successful bidder towards security
deposit within 15 (fifteen) days of receipt of Purchase Order. For this the EMD amount
deposited by successful bidder will be converted into security deposit and balance
amount, if any, shall be furnished by the successful bidder by way of online
(NEFT/RTGS/IMPS) payment & UTR of the same shall be submitted to be purchaser OR
alternately deducted from invoice OR SD in the form of BG from any scheduled
commercial or nationalized bank in India on a Non-judicial stamp paper (Purchased in the
name of bank) issued of value as applicable by the Govt. of Rajasthan ( presently @ 0.25%
of SD value) and directly confirmed by the issuing Bank. Excess amount of EMD, if any,
shall be refunded after completion of supply.
4.02 If the supplier fails or neglects to observe or perform any of these obligations under the
contract, it will be lawful for the purchaser to forfeit the security deposit furnished by the
suppliers either in whole or in part, at RVUN’s absolute discretion.
4.03 The security deposit shall be refundable after three months of completion of entire
supplies against the purchase order to the satisfaction of the purchaser.
4.04 No interest shall be payable on such deposits.

5.00 PERFORMANCE BANK GUARANTEE:


5.01 The supplier shall be required to furnish the PBG in the following manner:-
Performa of BG shall be provided with purchase order to the successful bidder. BG from
any scheduled commercial or nationalized bank in India for an amount equivalent to 2.5%
of order value( 0.5% of order value for MSME of Rajasthan state only & 1% for sick
industries, whose cases are pending before BIFR) towards performance guarantee on a
Non-judicial stamp paper (Purchased in the name of bank) issued of value as applicable
by the Govt. of Rajasthan ( presently @ 0.25% of PBG value) and directly confirmed by the
issuing Bank which should be valid for period of 18 months from the date of completion of
entire supplies or 12 months from the date of putting to use of the supplied material,
whichever is earlier. Bank Guarantee shall be extended if required.
5.02 In case the supplier fails to submit the performance bank guarantee, amount equal to
2.5% value of the total value of the purchase order shall be withheld for the performance
bank guarantee period from the first invoices presented for payment. This withheld
amount shall be refunded after completion of Performance Bank Guarantee period as
mentioned in clause 5.01. No interest shall be payable on such withheld amount.

6.00 PAYMENT TERMS:


6.01 The payment for the material/equipment on order shall be made as under only after
execution of contract documents and furnishing the security deposit as per relevant
clause.

10
NIB-3144/21-22
I. 90% (Ninety percent) payment of the cost of each consignment plus 100% taxes and
duties shall be made against receipted challan within 30 days against acceptance of
material by the consignee provided that all the contractual formalities and
acceptance of performance Bank Guarantee as per stipulation made in the PO.
II. The balance 10% payment shall released after 30 days from the date of receipt of
material by the consignee.
6.02 The GST invoice/bill in triplicate, with required documents, shall be sent to the consignee,
who after taking delivery of material shall verify the invoice/bill and send to Accounts
Officer, CTPP, RRVUN, Chhabra for arranging payment to the supplier as per terms of
payment.
6.03 In case of freight charges is exclusive, proof of freight shall be submitted along with
invoice failing which freight charges claimed shall not be paid.
6.03 All Bank Commission Charges shall be borne by the supplier.
6.04 Demurrage/Wharfage Charges, if any, due to any reason, shall be borne by the supplier.
6.05 No payment shall be made unless the supplier has furnished the documents required to
be submitted as per the relevant clauses of the purchase order.

7.00 DELIVERY:-
7.01 The bidder should be quote delivery period in line with tentative delivery schedule
mentioned in the bid specification. The date of receipt of material at CTPP Store shall be
treated as date of delivery.
7.02 The purchaser also reserve the right to defer the delivery period for the full / balance
quantity as indicated in the detailed purchase order during currency of the contract without
any compensation. The period for which the supplies have been so deferred shall not be
reckoned as delay in delivery.

8.00 DELAY IN DELIVERY:


8.01 The time and date of delivery specified in the purchase order shall be deemed to be the
essence of the contact and the supply shall have to be completed within the stipulated
delivery period. If the bidder fail to dispatch and deliver the material on order or any part
thereof within the specified delivery period, the purchaser shall be entitled at his option:
(i) To recover from the bidder a sum equivalent to 1/4% (quarter Percent) of the
accepted price of any material/equipment, which the bidder has failed to deliver in
time, for each week or part of the week during which the delivery of the
material/equipment be in arrears. The recovery of such amount will be limited to 3%
of the accepted prices of delayed/undelivered goods.
(ii) To purchase from elsewhere after giving due notice to the bidder, at his account and
risk, the material not delivered, of similar description without cancelling the contract
for material not yet due for delivery.
(iii) To cancel the contract or part thereof and if so desired, to purchase the material at
the risk and cost of the bidder.
8.02 The adjustment in regard to the amount recoverable, if any in terms of clause 8.01 sub
para (i), shall be made from the cash deposit or from the firm’s dues or by operating the
bank guarantee (s) as may be available with RVUNL and/or in any other manner as may
be deemed appropriate by the purchaser.
8.03 Any financial liability arising consequent upon the failure of the bidder to adhere to the
stipulated delivery schedule shall be to the bidder’s account.
8.04 No additional financial liability shall be borne by the purchaser beyond the stipulated
delivery schedule even in case of extension of delivery period on account of force majeure
conditions.

9.00 FREIGHT:
9.01 The material shall be dispatched to CTPP Stores on freight paid basis by road/rail
transport only. Material shall not be dispatched through cargo services until and unless
requested by the purchaser.
9.02 Proof of freight charges should be submitted along with the invoices.

10.00 INSURANCE:
10.01 The supplier shall arrange and dispatch all the material against the order duly insured
from General Insurance Corporation of India or any Tariff Insurance Co. for full value

11
NIB-3144/21-22
against all kind of risks such as lost, damage and pilferage in transit, from the place of
dispatch to the consignee, destination/site. Proof of insurance should be submitted along
with invoice in all cases, even if insurance is quoted/charged extra or not
10.02 In case of any loss/damage/pilferage etc. the supplier shall replace free of cost such
missing/damaged/lost material on receipt of the report thereof free to the consignee, such
reports shall be made to the supplier within a period of 30 days from the date of receipt.
Necessary certificates regarding losses, damages pilferage etc. will be obtained from the
carriage by the consignee.
10.03 In case of open insurance policy, copy of policy and intimation regarding invoice to the
insurance company should be submitted along with invoice.
10.04 Insurance through carrier’s risk is not acceptable.
10.05 Proof of insurance is to be provided
10.05 If no proof of insurance is provided by the supplier then a penalty equal to 1% of value of
goods plus applicable GST shall be deducted from the invoice value.

11.00 INSPECTION:
11.01 The supplier shall intimate at least 15 days in advance about the readiness of material to
commensurate with the delivery schedule for getting material inspected and to
test/examine and inspect the material at their works. No material shall be dispatched
unless clearance for dispatch is authorized.
11.02 Such inspection and acceptance for dispatch shall not however relieve the supplier from
entire responsibility for supplying the material conforming to the requirements of the
order nor shall if prejudice to any claim because of defective or unsatisfactory materials.
11.03 In case of third party inspection bidder will arrange third party pre dispatch joint
inspection from any of the reputed organization along with RRVUNL representative. The
cost of arrangement of third party inspection along with testing charge shall be borne by
the supplier.
11.04 The purchaser also reserve the right to get the material / equipment tested in any
recognized Govt. lab & claiming any compensation or rejecting the material / equipment,
if not found in accordance with the specification. All charges consequent to such rejection
and replacement / rectification shall be borne by the supplier.

12.00 GUARANTEE:
All supplies shall be guaranteed against defective raw materials, workmanship and its
performance during use for a period of 18 months from the date of receipt or 12 months
from the date of putting into use whichever is earlier. If any manufacturing or technical
defects is / are noticed during the course of use of these equipments / spares the supplier
shall replace / rectify the defective supplies without any extra charges. A guarantee
certificate to this effect shall be furnished.

13.00 INTERCHANGEABILITY CERTIFICATE:


The supplier have to furnish interchangeability certificate stating that the spares/
material supplied by them will fit in the main equipment without any problem.

14.00 TEST CERTIFICATE:


The supplier shall provide manufacturers test certificate.

15.00 DISTPUTE AND JURISDICTION:


The Contract shall be governed by the law of India in force and the court of competent
jurisdiction at Chhabra, Dist. Baran (Rajasthan), India. All dispute(s)/difference(s)/
question(s) what so which may arise between purchaser and supplier upon in relation or
in connection with the contract shall also be deemed to have arisen at Chhabra, Dist.
Baran, Rajasthan and no court other than court at Chhabra, Dist. Baran shall have the
jurisdiction to enter or try the same.

16.00 FORCE MAJEURE CONDITIONS:


If at any time during currency of the contract, the performance in whole or in part be
prevented or delayed by reason of any war hostility, act of public enemy, Civil commotion,
sabotage, fire, floods, explosion, epidemics, quarantine restrictions, strokes, lock out or
12
NIB-3144/21-22
act of God there after referred to as ‘Events’ provided the production, dispatch having
suffered on account of these events, and provided that further notice to the effect is given
within 21 days from the date of occurrence thereof, the provisions stipulated in clause for
delay in delivery shall not be invoked by the purchaser provided further the delivers under
the contract shall be resumed as soon as practicable after such event(s) has ceased to
exist. The decision of the RVUN as to whether the delivery has been so resumed or not
shall be final and conclusive. Provided further, that in case, the strike/lock out prolongs
beyond a period of thirty (30 days) days, the supplier shall immediately inform about it to
the purchaser in which case the purchaser reserve the right to procure the material on
order or part thereof from any other source at the risk and cost of supplier.

17.00 CONTRACT AGREEMENT:


17.01 Contract agreement shall be executed on non-judicial stamp paper (purchased in the
name of FIRM) of Rajasthan Government (from the state of Rajasthan) worth Rs.500/- or
as applicable as per Rajasthan Government Rules. The format of Contract Agreement shall
be provided with purchase order to the successful bidder. The cost of stamp paper shall be
borne by the supplier.
17.02 A procurement contract shall come into force from the date on which the letter of
acceptance or letter of intent is dispatched to the bidder.
17.03 The successful bidder shall sign the procurement contract within a period within thirty
days from the date on which purchase order is dispatched to the successful bidder.

18.00 E-WAY BILL


The material is to be transported with E-way bill as per GST Act., Govt. of India.
Consignee will only accept the material duly accompanied by E-way bill of required value
& time stipulations and in requisite copies.

SUPERINTENDING ENGINEER (MM)


CTPP, RRVUNL, CHHABRA

13
NIB-3144/21-22

TECHNICAL SPECIFICATIONS

Tittle:- Boiler Tubes for BHEL Make Boiler of 250 MW Unit.

S. No. Description Qty. Req. Unit

1 TUBE 73X9.53 (SA210 Gr.-C) 100 Mtr.


2 TUBE 63.5X5.6 (SA210 Gr.-C) 500 Mtr.
3 TUBE 44.5X4.5 (SA210 Gr.-C) 4000 Mtr.
4 TUBE 33X9 (SA210 Gr. C) 100 Mtr.
5 TUBE F.G.33.4X4.55 (SA106 Gr.-C) 50 Mtr.
6 TUBE 33.4X4.55 (SA335P22) 50 Mtr.
7 TUBE 21.3X3.73 (SA 106 Gr.-B) 100 Mtr.
8 TUBE 14X2.9 (SA213 TP347 H) 100 Mtr.
9 TUBE 47.63X5 (SA210 Gr.-C) 200 Mtr.
10 TUBE 47.63X9 (SA213 T-22) 50 Mtr.
11 TUBE 47.63X6.3 (SA213 T91) 40 Mtr.
12 TUBE 47.63X10 (SA213 T22) 50 Mtr.
13 TUBE 33.4X4.55 (SA213 TP 304 H) 20 Mtr.
14 TUBE 48.3X5.08 (SA-106 Gr-C) 50 Mtr.

14
NIB-3144/21-22
DEVIATIONS IN TECHNICAL SPECIFICATIONS
Offered HSN code
S.
Item Description Make/ with GST Deviation if any
No.
model Rates

1 TUBE 73X9.53 (SA210 Gr.-C)

2 TUBE 63.5X5.6 (SA210 Gr.-C)

3 TUBE 44.5X4.5 (SA210 Gr.-C)

4 TUBE 33X9 (SA210 Gr. C)


TUBE F.G.33.4X4.55 (SA106
5
Gr.-C)
6 TUBE 33.4X4.55 (SA335P22)
TUBE 21.3X3.73 (SA 106 Gr.-
7
B)
TUBE 14X2.9 (SA213 TP347
8
H)
9 TUBE 47.63X5 (SA210 Gr.-C)

10 TUBE 47.63X9 (SA213 T-22)

11 TUBE 47.63X6.3 (SA213 T91)

12 TUBE 47.63X10 (SA213 T22)


TUBE 33.4X4.55 (SA213 TP
13
304 H)
TUBE 48.3X5.08 (SA-106 Gr-
14
C)

15
NIB-3144/21-22

PART-B APPENDIX-A

INFORMATION TO BE FURNISHED BY THE BIDDER

1. Name of Firm:…………………………………………………………………………………………
Address: ..................................................................................................................
…………………………………………………………………………………………………………..
Telephone Nos.
a. Office : …………………………… b. Residence:………………………………………
c. Factory : ……………………… d. Fax :………………………………………
e. E-mail : …………………………………………..………
2. GST Details
Name & Address
GST ID
Application Reference Number (ARN)
List of Branch Address if any
(attach separate sheet)
List of product along with HSN
List of service along with SAC
3. Copy of bid document Part-‘A’ Enclosed at Page No…………………
Duly-seal & signed in duplicate to be enclosed. Not enclosed/Not applicable
4. Earnest Money Amount Deposited :……………..……………………………………..
Form of Deposit (mention No. & Date)

5. Mention location where material shall be inspected…………………………………………….


Address……………..………………………………………
………………………………………………………………..
6. State whether all tests shall be carried out at the factory. :……………………………...
If not, name the place or laboratory where such tests……………………………………...
shall be arranged by the bidder.
7. Please state the value of item under Consideration in : ………………………………….
bid supplied by you to Government departments during last Seven years as per Appendix-D.
8. If the bidder is in composition scheme, please provide :…………………………………….
copy of composition scheme Registration.
NOTE:- 1. If some charges are Not Applicable Please quote ‘0’ in the corresponding heading /
column in BOQ but mention clearly in this appendix-B that charge are not applicable. If
same charges are inclusive please quote ‘0’ in the corresponding heading / column in BOQ
but percentage should be clearly written in Appendix-B.
2. The bidder has to furnish all returns well in time to CTPP as per GST practices
online. Delay in any type of procedure will be to bidders account.

SEAL & SIGNATURE OF BIDDER

16
NIB-3144/21-22

PART-B ANNEXURE B
DECLARATION BY THE BIDDER REGARDING QUALIFICATIONS

In relation to my/our Bid submitted to _____________________ for procurement of


_____________________ in response to their Notice Inviting Bids No. __________Dated
______________I/we hereby declare under Section 7 of Rajasthan Transparency in Public
Procurement Act, 2012, that:

1. I/we possess the necessary professional, technical, financial and managerial resources and
competence required by the Bidding Document issued by the Procuring Entity;

2. I/we have fulfilled my/ our obligation to pay such of the taxes payable to the Union and the
State Government or any local authority as specified in the Bidding Document;

3. I/we are not insolvent, in receivership, bankrupt or being wound up, not have my/ our affairs
administered by a court or a judicial officer, not have my/our business activities suspended
and not the subject of legal proceedings for any of the foregoing reasons;

4. I/we do not have, and our directors and officers not, have, been convicted of any criminal
offence related to my/ our professional conduct or the making of false statements or
misrepresentations as to my/ our qualifications to enter into a procurement contract within a
period of here years preceding the commencement of this procurement process, or not have
been otherwise disqualified pursuant to debarment proceedings;

5. I/we do not have a conflict of interest as specified in the Act, Rules and the Bidding
Document, which materially affects fair competition;

Date: Signature of bidder

Place: Name:

Designation:

Address:

SEAL AND SIGNATURE OF BIDDER

17
NIB-3144/21-22

PART-B APPENDIX-C
DETAILS OF RTGS (REAL TIME GROSS SETTLEMENT) OR NEFT (NATIONAL ELECTRONIC
FUND TRANSFER)

Form : M/s ______________________________

__________________________________

__________________________________

The Accounts Officer,


CTPP, RRVUNL,
CHHABRA.

SUB : RTGS / NEFT payment SRICTLY IN SINGLE TRANSCTION ONLY.

We refer to remittance of our payments using RTGS/NEFT. Our payments may be made
through the above system to our under noted account at our cost :-

Name of city

Bank Code No.

Branch Code No.

Bank’s Name

Branch Address.

Branch Telephone/Fax No.

Supplier’s Account No.

Type of Account

IFSC Code for NEFT

IFSC Code for RTGS

Supplier’s Name as per Account

Supplier’s E-Mail ID.

Confirmed by Banker

SEAL AND SIGNATURE OF BIDDER


ADDRESS:

18
NIB-3144/21-22

PART-B APPENDIX-D
(To be executed only on Rajasthan NJS paper of Rs. 50 + 30 % Surcharge).
Form of Bid-Securing Declaration.

Date:
Bid No.:
Alternative No.:
To,
……………………………………………
…………………………………………….

We the undersigned declare that:


We understand that, according to your conditions, bids must be supported by a bid securing declaration.
We accept that we are required to pay the bid security amount specified in the terms & conditions of bid in
the following cases, namely:-
a. When we withdraw or modify our bid after opening of bids.
b. When we do not execute the agreement, if any, after placement of supply / work order within the
specified period.
c. When we fail to commence the supply of the goods or service or execute work as per supply / work
order within the time specified.
d. When we do not deposit the performance security within specified period after the supply / work
order is placed, and
e. If we if we breach any provision of code of integrity prescribed for bidding specified in the Act and
Chapter VI of these rules.
In addition to above, the State Government shall debar us from participating in any procurement process
undertaken for a period not exceeding three years in case where the entire bid security or any part thereof
is required to be forfeited by procuring entity.
We understand this Bid Securing Declaration shall expire if:-
(i) we are not the successful Bidder;
(ii) The execution of agreement for procurement and performance security is furnished by us in case
we are successful bidder;
(iii) Thirty days after the expiration of our Bid.
(iv) The cancellation of the procurement process; or
(v) The withdrawal of bid prior to the deadline for presenting bids, unless the bidding documents
stipulate that no such withdrawal is permitted.

Signed.: -----------------------------------------
Name:-------------------------------------------
In the capacity of :-----------------------------
Duly authorized to sign the bid for and on behalf of:

Dated on day of Corporate Seal -----------------------------------------

[Note: In case of a Joint Venture, the Bid Securing Declaration must be signed in name of all partners of the
Joint Venture that is submitting the bid,]

19
NIB-3144/21-22

PART-C ANNEXURE-A

COMPLIANCE WITH THE CODE OF INTEGRITY AND NO CONFLICT OF INTEREST


Any person participating in a procurement process shall –

a. Not offer any bribe, reward or gift or any material benefit either directly or indirectly in
exchange for an unfair advantage in procurement process or to otherwise influence the
procurement process;
b. Not misrepresent or omit that misleads or attempts to mislead so as to obtain a financial or
other benefit or avoid an obligation;
c. Not indulge in any collusion, Bid rigging or anti-competitive behavior to impair the
transparency, fairness and progress of the procurement process;
d. Not misuse any information shared between the procuring Entity and the Bidders with
intent to gain unfair advantage in the procurement process;
e. Not indulge in any coercion including impairing or harming or threatening to do the same,
directly or indirectly, to any party or to its property to influence the procurement process;
f. Not obstruct any investigation or audit of a procurement process;
g. Disclose conflict of interest, if any; and
h. Disclose any previous transgressions with any Entity in India or any other country during
the last three years or any debarment by any other procuring entity.

Conflict of Interest:
The Bidder participating in a bidding process must not have a Conflict of Interest. A Conflict
of Interest is considered to be a situation in which a party has interests that could improperly
influence that party’sperformance of official duties or responsibilities, contractual obligations, or
compliance with applicable laws and regulations.

A bidder may be considered to be in Conflict of Interest with one or more parties in a bidding
process if, including but not limited to:

a. have controlling partners/ shareholders in common; or


b. receive or have received any direct or indirect subsidy from any of them; or
c. have the same legal representative for purposes of the Bid; or
d. have a relationship with each other, directly or through common third parties, that puts
them in a position to have access to information about or influence on the Bid of another
Bidder, or influence the decisions of the Procuring Entity regarding the bidding process; or
e. the Bidder participates in more than one Bid in a bidding process. Participation by a Bidder
in more than one Bid will result in the disqualification of all Bids in which the Bidder is
involved. However, this does not limit the inclusion of the same subcontractor, not otherwise
participating as a Bidder, in more than one Bid; or
f. the Bidder or any of its affiliates participated as a consultant in the preparation of the design
or technical specifications of the Goods, Works or Services that are the subject of the Bid; or
g. Bidder or any of its affiliates has been hired (or is proposed to be hired) by the Procuring.
Entity as Engineer-Incharge / Consultant for the contract.

20
NIB-3144/21-22

PART-C ANNEXURE B

GRIEVANCE REDRESSAL DURING PROCUREMENT PROCESS


DECLARATION
(TO BE FILLED UP BY THE BIDDER)

I/We have carefully read and understood the terms and conditions of the bid and agree to abide
by these. I/We have carefully noted that my/our offer, if contain any counter condition or additional
conditions in the tender document/price bid/forwarding letter or any other enclosure of bid
document will be liable for rejection by the department. I/we shall have no claim whatsoever against
this rejection of offer. It is certified that I have not given any condition in price bid. If any condition is
found the same may be treated as withdrawn. I/we also certify that present we are not
debarred/banned from business/suspended/removed from registration by any of the government
department viz. central and state government organization/undertaking etc.

I/We declare that

I/We are manufacturer.

Goods to be supplied under this contract shall be inspected at our


Works ……………………………………………………………
…………………………………………………………………….
…………………………………………………………………….
If this declaration is found to be incorrect, then without prejudice to any other action that may be
taken my/our security and/or earnest money may be forfeited in full and the bid, to the extend
accepted may be cancelled.

(Name in block letter)


COMPANY/FIRM
PRESENTED BY _____________ Authorized Signatory
VERIFIED BY _______________
(Name in Block letters)

SIGNATURE OF NOTARY PUBLIC

Name of the representative(s) with signature(s) who are authorized to represent the firm in all matters
related with this N.I.T.

1_________________________ ATTESTED SIGNATURES


(Name in Block letters with designation)

2.________________________
(Name in Block letters with designation) Verified by Notary Public.

21
NIB-3144/21-22

PART-C ANNEXURE C
GRIEVANCE REDRESSAL DURING PROCUREMENT PROCESS

The designation and address of the First Appellate Authority is:


The Purchase Committee-I CTPP Chhabra
Members consisting of the Purchase Committee-I CTPP Chhabra: -
1. The CE (CTPP) Chhabra
2. The CE (CSCTPP) Chhabra
3. The CCOA (KSTPS) Kota
The designation and address of the Second Appellate Authority is:
The Principal Secretary / Secretary
Energy Department, Goverment of Rajasthan, Jaipur.
(1) Filing an Appeal
If any Bidder or prospective bidder is aggrieved that any decision, action or omission of the
Procuring Entity is in contravention to the provisions of the Act or the Rules or the Guidelines
issued there under, he may file an appeal to First Appellate Authority, as specified in the
Bidding Document within a period of ten days from the date of such decision or action,
omission, as the case may be, clearly giving the specific ground or grounds on which he feels
aggrieved:
Provided that after the declaration of a Bidder as successful the appeal may be filed only by a
Bidder who has participated in procurement proceedings:
Provided further that in case a Procuring Entity evaluates the Technical Bids before the
opening of the Financial Bids, an appeal related to the matter of Financial Bids may be filed
only by a Bidder whose Technical Bid is found to be acceptable.
(2) The officer to whom an appeal is filed under para (1) shall deal with the appeal as
expeditiously as possible and shall endeavour to dispose it of within thirty days from the date
of the appeal.
(3) If the officer designated under para (1) fails to dispose of the appeal filed within the period
specified in para (2), or if the Bidder or prospective bidder or the Procuring Entity is aggrieved
by the order passed by the First Appellate Authority, the Bidder or prospective bidder or the
Procuring Entity, as the case may be, may file a second appeal to Second Appellate Authority
specified in the Bidding Document in this behalf within fifteen days from the expiry of the
period specified in para (2) or of the date of receipt of the order passed by the First Appellate
Authority, as the case may be.
(4) Appeal not to lie in certain cases:
No appeal shall lie against any decision of the Procuring Entity relating to the following
matters, namely:
(a) Determination of need of procurement;
(b) Provisions limiting participation of bidders in the bid process.
(c) The decision of whether or not to enter into negotiations;
(d) Cancellation of a procurement process;
(e) Applicability of the provisions of confidentiality.
(5) Form of Appeal
a) An appeal under para (1) or (3) above shall be in the annexed Form along with as many copies
as there are respondents in the appeal.
b) Every appeal shall be accompanied by an order appealed against, if any, affidavit verifying the
facts stated in the appeal and proof of payment of fee.
c) Every appeal may be presented to First Appellate Authority or Second Appellate Authority, as
the case may be, in person or through registered post or authorized representative.
(6) Fee for filing appeal
a) Fee for first appeal shall be rupees two thousand five hundred and for second appeal shall be
rupees ten thousand, which shall be non-refundable.
b) The fee shall be paid in the form of bank demand draft or banker’s cheque of a Scheduled
Bank in India payable in the name of Account Officer (CTPP), RRVUNL, payable at Chhabra.
(7) Procedure for disposal of appeal
a) The First Appellate Authority or Second Appellate Authority, as the case may be, upon filing of
appeal, shall issue notice accompanied by copy of appeal, affidavit and documents, if any, to
the respondents and fix date of hearing.
22
NIB-3144/21-22
b) On the date fixed for hearing, the First Appellate Authority or Second Appellate Authority, as
the case may be, shall:
I. hear all the parties to appeal present before him; and
II. peruse or inspect documents, relevant records or copies thereof relating to the matter.
c) After hearing the parties, perusal or inspection of documents and relevant records or copies
thereof relating to the matter, the Appellate Authority concerned shall pass an order in writing
and provide the copy of order to the parties to appeal free of cost.
d) The order passed under sub-clause (c) above shall also be placed on the State Public
Procurement Portal.
FORM No.1
[See rule 83]

Memorandum of Appeal under the Rajasthan Transparency in Public Procurement Act, 2012

Appeal No. …………………… of ………………

Before the ---------------------------------- [First / Second Appellate Authority]

1. Particulars of appellant:
(i) Name of the appellant: _________________________________________

(ii) Official address, if any: _________________________________________


__________________________________________
(iii) Residential address: ___________________________________________
_________________________________________

2. Name and address of the respondent(s):


(i) ____________________________________________

(ii) ____________________________________________

(iii) ____________________________________________

3. Number and date of the order appealed against and name anddesignation of the officer/authority
who passed the order (enclose copy), or a statement of a decision, action or omission of the
Procuring Entity in contravention to the provisions of the Act by which the appellant is aggrieved:

4. If the Appellant proposes to be represented by a


representative, the name and postal address of the
representative:

5. Number of affidavits and documents enclosed with the appeal:

6. Grounds of
appeal:__________________________________________________________________________________________________________
_________________________________________________________________(supported by an affidavit)

7. Prayer:
__________________________________________________________________________________________________________________

Place ________________
Date ________________ Appellant’s Signature

23
NIB-3144/21-22

PART-C ANNEXURE-D
ADDITIONAL CONDITIONS OF CONTRACT

1. Correction of arithmetical errors


Provided that a Financial Bid is substantially responsive, the Procuring Entity will correct
arithmetical errors during evaluation of Financial Bids on the following basis:
If there is a discrepancy between the unit price and the total price that is obtained by
multiplying the unit price and quantity, the unit price shall prevail and the total price shall be
corrected, unless in the opinion of the Procuring Entity there is an obvious misplacement of
the decimal point in the unit price, in which case the total price as quoted shall govern and
the unit price shall be corrected:
If there is an error in a total corresponding to the addition or subtraction of subtotals, the
subtotals shall prevail and the total shall be corrected; and
If there is a discrepancy between words and figures, the amount in words shall prevail, unless
the amount expressed in words is related to an arithmetic error, in which case the amount in
figures shall prevail subject to (i) and (ii) above.
If the Bidder that submitted the lowest evaluated Bid does not accept the correction of errors,
its Bid shall be disqualified and its Bid Security shall be forfeited or its Bid Securing
Declaration shall be executed.
2. Procuring Entity’s Right to Vary Quantities
(i) At the time of award of contract, the quantity of Goods, works or services originally specified
in the Bidding Document may be increased or decreased by a specified percentage, but such
increase or decrease shall not exceed twenty percent, of the quantity specified in the Bidding
Document. It shall be without any change in the unit price or other terms and conditions of
the Bid and the conditions of contract.
(ii) If the Procuring Entity does not procure any subject matter of procurement or procures
less than the quantity specified in the Bidding Document due to change in circumstances, the
Bidder shall not be entitled for any Claim or compensation except otherwise provided in the
conditions of Contract.
(iii) In case of procurement of Goods or services, additional quantity may be procured by
placing a repeat order on the rates and conditions of the original order. However, the
additional quantity shall not be more than 25% of the value of Goods of the original contract
and shall be within one month from the date of expiry of last supply. If the Supplier fails to do
so, the Procuring Entity shall be free to arrange for the balance supply by limited Bidding or
otherwise and the extra cost incurred shall be recovered from the Supplier.
3. Dividing quantities among more than one Bidder at the time of award
(In case of procurement of Goods)
As a general rule all the quantities of the subject matter of procurement shall be procured
from the procurement to be procured is very large and it may not be in the capacity of the
Bidder, whose Bid is Bidder, whose Bid is accepted. However, when it is considered that the
quantity of the subject matter of accepted, to deliver the entire quantity or when it is
considered that the subject matter of procurement to be procured is of critical and vital
nature, in such cases, the quantity may be divided between the Bidder, whose Bid is
accepted and the second lowest Bidder or even more Bidders in that order, in a fair,
transparent and equitable manner at the rates of the Bidder, whose Bid is accepted.

24
NIB-3144/21-22

PART-D APPENDIX-1

Bid Application Form


(To be sent via E-Mail (aoctpp@gmail.com,se.mm.ctpp@rrvun.com)/ In-Person/ by post before
scheduled time of Deposition of Bid Cost, Bid Processing Fee and EMD)

Tittle:- Boiler Tubes for BHEL Make Boiler of 250 MW Unit.

1 Firm’s Name
2 Firm’s Address
3 Contact Person
4 Mobile Number
5 E-Mail Id
6 GST No.
7 Bid Cost Deposited (in Rs.)
8 Processing Fees Deposited (in Rs.)
9 EMD Deposited (in Rs.)
10 Total Amount Deposited (in Rs.)
11 UTR No. and Date against Total Amount
Deposited

Note:

1. Please attach copy of GST registration certificate.


2. Please attach copy of Transaction slips.
3. For exemption in EMD amount and reduction in bid fees, please attach copy of either
registration certificate of enlistment in CTPP or MSME certificate along with Form-A &
B as per details in bid documents.
4. Please attach original Bid securing declaration on NJS of Rajasthan.

25
NIB-3144/21-22
PART-D
APPENDIX-2
Form A

(Apply in Duplicate)

Application by MSME/Local Enterprises for Purchase Preference in Procurement of Goods.

To,
The General Manager,
DIC, District ……………………………….

1. Name of Applicant with Post:

2. Permanent Address:-

3. Contact Details:
a. Telephone No.:
b. Mobile No:
c. Fax No. :
d. Email Address:
4. Name of micro & small enterprise:

5. Office Address:

6. Name of micro & small enterprise:


7. No. & Date of Entrepreneurs memorandum-II/Udyog Aadhaar Memorandum:

8. Products for which Entrepreneurs Memorandum-II/Udyog Aadhaar memorandum.

9. Products for which are at present being produced by the enterprise:

10. Products for which purchase preference has been applied for:

11. Production capacity as per Capacity Assessment Certificate

(Enclose photocopy of Capacity Assessment Certificate)


Serial No. Product Production Capacity
Quantity Value
1
2
3
4

12. List of Plant & Machinery installed


Serial No. Name of Plant & Machinery Quantity Value
1
2
3
4

13. List of Testing Equipments installed


26
NIB-3144/21-22
Serial No. Name of Plant & Machinery Production Capacity
Quantity Value
1
2
3
4

14. Benefits availed as per preference certificate in last financial year and current financial year.
a. Benefits depositing Bid Security and Performance Security:
Last Financial Year Current Financial Year.
Department Bid Security Performance Bid Security Performance
Security Security

b. Details of Supply orders received:


Last Financial Year Current Financial Year
Department No. & Amount for Amount No. & Amount Amount of
Date of which of goods Date of for goods
purchase purchase supplied purchase which supplied.
order order order purchase
received order

I declare that the above all facts given in the application are correct and my enterprise is
producing the items mentioned in column No. 10.

Date Signature
(Name of the applicant along with seal of post)

Office of the District Industries Centre________________________________

CERTIFICATE
(See clause 10)
File No. _____________________________
Date________________________________

It is certified that M/s _________________________________ was inspected by enterprise are


correct as per the record shown by the applicant. The enterprise is eligible for Purchase
Preference under this notification. The certificate is valid for one year from the date of its
issue.

Office Seal Signature


(Full Name of the Officer)
General Manager
District Industries Centre
Rubber Seal / Stamp

Enclosure- (1) Application

(2)

(3)

27
NIB-3144/21-22
Format of Affidavit

Form B
(See clause 11)

I ...........................................S/o .................................. Aged ..... Yrs ........... residing

at ........................................................................ Proprietor/Partner/ Director of M/s

..........................................................do hereby solemnly affirm and declare that :

(a) My/Our above noted enterprise M/s ............. has been issued acknowledgement of

Entrepreneurial Memorandum Part - II by the District Industries Center .................

The acknowledgement No. is ................ dated ................. and has been issued for

manufacture of following items:

Name of Item Production Capacity (Yearly)

(i)

(ii)

(iii)

(iv)

(v)

My/Our above noted acknowledgement of Entrepreneurial Memorandum Part - II has not been

cancelled or withdrawn by the Industries Department and that the enterprise is regularly

manufacturing the above items.

My/Our enterprise is having all the requisite plant and machinery and is fully equipped to

manufacture the above noted items.

Place _________________

Signature of Proprietor/ Director Authorized


Signatory with Rubber Stamp and date

Note : If the cost of items to be procured/hired exceeds Rs. 100000/- (Rupees One lakh), the
Procuring Entity would be required to have the production unit inspected to satisfy itself of the
production capacity and that the quality control measures are installed.

28
NIB-3144/21-22
PART-D APPENDIX-3

BID-G.C.C. Acceptance Letter

To,
The Superintending Engineer(MM)
CTPP, RVUN, Chhabra (Raj.)

Sub:- Acceptance of BID-General Conditions of Contracts.


Tittle:- Boiler Tubes for BHEL Make Boiler of 250 MW Unit.

Dear Sir
I/we have downloaded/ obtained the bid document(s) for the above mentioned NIB from
the E-Proc website namely:- https://eproc.rajasthan.gov.in

I/we hereby certify that I/we have read entire terms and conditions of the bid documents
including PART : A (1) & A (2), PART-B : APPENDIX-A to C, PART-C : ANNEXURE - A to D, PART-
D : APPENDIX 1 to 4 which forms part of Contract Agreement later and I/we shall abide hereby
the terms/ conditions/ clauses contained therein.

The corrigendum (s) issued from time to time by your department/organization too have
also been taken into consideration, while submitting this acceptance letter.

I/we hereby unconditionally accept the bid conditions of above mentioned bid
document(s)/ corrigendum (s) in totality/ entirely. The deviations if any, in technical &
commercial condition have been mentioned in the Deviation Sheet (APPENDIX-4 of PART-D)
provided with the bid documents.

In case any provisions of this bid are found violated by us, RVUN reserve the right to reject
this bid/ bid, including the forfeiture of the full said earnest money deposit absolutely and we
shall not have any claim/ right against department in satisfaction of this condition.

Date:-

Yours Faithfully

(Signature of the Bidder, with Official Seal)

29
NIB-3144/21-22
PART-D APPENDIX-4
DEVIATION SHEET
Delivery Period
Desired Delivery Period from the date of receipt of our
1 120 Days
purchase order (in days).
Offered Delivery Period from the date of receipt of our
2
purchase order (in days).
No. of lots for pre dispatch inspection & supply of
3
entire material

Commercial Terms & Conditions


The following terms and conditions as detailed in General Conditions of Contract(GCC) Part A(2)
of the bid document are mandatory and no deviation in them are permissible:-

Clause No. Title


1.00 PRICES &TAXES
3.00 RIGHT TO VARY QUANTITY/PART ORDER
4.00 SECURITY DEPOSIT
5.00 PERFORMANCE SECURITY
6:00 PAYMENT TERMS
7.00 DELIVERY
8.00 DELAY IN DELIVERY
10.00 INSURANCE
11.00 INSPECTION
12.00 GUARANTEE
15.00 DISTPUTE AND JURISDICTION
16.00 FORCE MAJEURE CONDITIONS
17.00 CONTRACT AGREEMENT
18.00 E-WAY BILL

Deviations in Commercial Terms & Conditions

Clause If not,
S. Not
No. Commercial Terms & Conditions Agreed give
No. Agreed
reasons
1 1.00 Agreed that P & F charges are inclusive.
a. Agreed to dispatch material on freight
9.00 paid basis at cost mentioned in BOQ.
2
b. Agreed to provide proof of freight in
case freight is quoted in BOQ.
3 13.00 Agreed for interchangeability certificate.
14.00 Agreed to furnish manufacturer test
4
certificate.
*NOTE: - 1. If any charges/taxes are extra then please mention it in any other duties of
Price Schedule/BOQ otherwise it will treated on part of Supplier.

Seal & Signature of Bidder

30
NIB-3144/21-22

PART-D APPENDIX-5

Specific Note for filling BOQ


Please See Before Filling BOQ
In BOQ, Please fill in Rs & Percentage as per instruction given below, otherwise the
balance amount of taxes will be payable by the supplier as per BOQ

1. For Column no. 5 (Basic Rate Entry):-Please enter Basic Rate in Rupees.

2. For Column no. 7 (GST Rate Entry):- Please enter GST Rate in percentage (%) only.

3. For Column no. 9 (Freight Charges up to CTPP Store):- Please enter Freight
Charges up to CTPP Store applicable on entire quantity in Rupees.

4. For Column no. 10 (GST Component on Freight):- Please enter GST Component on
Freight in percentage (%) only.

5. For Column no. 12 (Insurance Charges):- Please enter Insurance Charges


applicable on entire quantity in Rupees.

6. For Column no. 13 (GST component on Insurance):- Please enter GST component
on Insurance in percentage (%) only.

7. For Column no. 15 (Other Duties and Levies entry):- Please enter Other Duties
and Levies entry applicable on entire quantity in Rupees, if any.

GSTIN NUMBER OF RVUNL


08AABCR7436B1ZK
PAN NUMBER OF RVUNL
AABCR7436B

31

You might also like