Download as pdf or txt
Download as pdf or txt
You are on page 1of 47

RAJASTHAN RAJYA VIDYUT UTPADAN NIGAM LIMITED

(A Govt. of Rajasthan undertaking)


Corporate identity Number (CIN) – U40102RJ2000SGC016484

BID DOCUMENTS
Against

NOTICE INVITING BID

TN-SC-02/2021-22(MM)
(Two Parts Open Competitive Bidding through e-Procurement)

“Supply of Inflatable Dome Seal (Size -300 NB,200 NB, 150 NB) for
Dense Phase dry fly Ash Handling System of Unit # 5&6 (2x660 MW),
CSCTPP,RVUNL,Chhabra”

Issued by
Superintending Engineer (Material Management)
Chhabra Super Critical Thermal Power Project

E-Mail: se.proc.scctpp@rrvun.com

1
RAJASTHAN RAJYA VIDYUT UTPADAN NIGAM LTD.
CHHABRA SUPERCRITICAL THERMAL POWER PROJECT
Office of the Superintending Engineer (MM)
37, Ground Floor Admn Building, Chowki Motipura, Chhabra – 325 220
Email: se.proc.scctpp@rrvun.com Web Site: www.energy.gov.co.in/ rvunl

NOTICE INVITING BID

The Chief Engineer, Chhabra Supercritical 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 Supply of Inflatable Dome Seal (Size -300
NB,200 NB, 150 NB) for Dense Phase dry fly Ash Handling System of Unit # 5&6 (2x660 MW),
CSCTPP,RVUNL,Chhabra. 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 Bid Securing Processing


Sr. NIB Bid Cost
Item Description Cost Declaration Fees
No. No. (Rs.)
(Rs.) against EMD (Rs.)

Declaration as
per
format 590/-
available at (500
PART-B +18%GST)
APPENDIX-C
of
Supply of Inflatable
bid
Dome Seal (Size -300
TN-SC- documents on
NB,200 NB, 150 NB) for
02/ Non
1. Dense Phase dry fly Ash 18,68,000/-
2021- Judicial {For 1000/-
Handling System of Unit
22 Stamp / E- MSMEs of
# 5&6 (2x660 MW),
Stamp of Rajasthan
CSCTPP,RVUNL,Chhabra
Rajasthan of state only
amount :
50/- plus 250 +
surcharge 18%GST
@30%. =295/-}

2
Total Amount (Bid Cost + Bid Processing Fees) to be deposited in single transaction 1,590/-

For MSME of Rajasthan State only:


Total Amount (Bid Cost + Bid Processing Fees) to be deposited in single transaction as 1,295/-
per clause no. 4.00 of Part-A (1)

BID EVENTS :
S.No. Bid Event Date & Time
1. Start date & time for downloading the bid document 05.04.2021 at 11:00 AM
2. Last date & Time for downloading the bid document 17.04.2021 at 1:00 PM
3. Last Date & Time for online submission of bid 17.04.2021 upto 1:00 PM
Last date and time for intimation of UTR No. of payment
4. through e-mail and Original Bid Security Declaration Form
17.04.2021 at 03:30 PM
against EMD
5. Online opening of Technical bid. 19.04.2021 at 03:00 PM
To be intimated later for
6. Online date & time for opening of Price Bid
qualifying bidders

NOTE:-

Total amount (Bid Cost + Bid Processing Fee) must be deposited through digital mode
(NEFT/RTGS) in single transaction only in the account as detailed below:-

1. Name of Account ACCOUNTS OFFICER (CSCTPP), RVUNL, CHHABRA

2. Name of Bank State Bank of India

3. Branch Name Motipura Chowki, CTPP, Chhabra, District-Baran (Raj.)

4. Account No. 61272600253

5. IFSC Code SBIN0031988

6. Branch code 31988

7. MICR No. 325002019

The proof (UTR No./Payment Advice) of Total Amount (Bid Cost + Bid Processing Fees)
deposited as per clause 2.06 (a) shall be submitted via E-Mail to se.proc.scctpp@rrvun.com
/ in person/by post to the office of SE (MM), CSCTPP, Chhabra. Original Bid Securing
Declaration against EMD shall be strictly submitted by hand / in person/by post to the office
of SE (MM), CSCTPP, Chhabra before scheduled date and time as specified in tender
document failing to which bid shall not be entertained.

3
Following officers may be contacted for any query regarding this NIB during office hours
(10:00 AM to 05:00 PM):

1. Shri Sanjay Wadhwa, Executive Engineer (MM-IV), Mobile: 9413349007

1. Ms.Bhupeshwari Khurkhuriya, Assistant Engineer (MM), Mobile: 9468647846

Superintending Engineer (MM)


CSCTPP, RRVUNL, CHHABRA

4
RAJASTHAN RAJYA VIDYUT UTPADAN NIGAM LTD.
CHHABRA SUPERCRITICAL THERMAL POWER PROJECT
Office of the Superintending Engineer (MM)
37, Ground Floor Admn Building, Chowki Motipura, CHHABRA – 325 220
Email: se.proc.scctpp@rrvun.com Web Site: www.energy.gov.co.in/ rvunl

PART A (1)

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 bid is
based on item wise 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 RVUNL either through a committee or by an
expert. The decision of RVUNL 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.

5
2.05 DEVIATIONS:-

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

Clause No. Title


1.00 PRICES &TAXES
4.00 SECURITY DEPOSIT
5.00 PERFORMANCE SECURITY
6.00 PAYMENT TERMS
8.00 DELAY IN DELIVERY
10.00 INSPECTION
11.00 GUARANTEE
13.00 DISTPUTE AND JURISDICTION
14.00 FORCE MAJEURE CONDITIONS
15.00 CONTRACT AGREEMENT
17.00 RIGHT TO VARY QUANTITY/PART ORDER
18.00 VALIDITY OF TENDER

Failure of the successful bidder to comply with the requirement of above clauses shall
constitute sufficient ground for the annulment of the award , in which event the Owner may
award the Contract to the next lowest evaluated Bidder or call for new Bids.

(b) Regarding deviations, introduced in the bid by bidder, which will be reviewed to conduct a
determination of substantial responsiveness of the bidder‘s bid, the deviations indicated
only in Appendix – E & F of Part B shall be taken into account. 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. Any Technical /
Commercial deviation stated elsewhere in the Bid document shall not be considered.
Terms such as ―See Covering Letter‖ or bidder‘s printed ―general terms and conditions‖
are not acceptable.

(c) RVUNL reserves the rights not to accept any deviations, such deviations are to be
withdrawn by the bidder, failing which his offer shall be liable to be ignored.

2.06 PAYMENT MODE:


a) Total amount (Bid Cost + Bid Processing Fee) 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:-

1. Name of Account ACCOUNTS OFFICER (CSCTPP), RVUNL, CHHABRA

2. Name of Bank State Bank of India

3. Branch Name Motipura Chowki, CTPP, Chhabra, District-Baran (Raj.)


6
4. Account No. 61272600253

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 shall be
liable for rejection. Payment in physical mode i.e. DD or BC isn‘t acceptable and shall be
liable for rejection.

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 The tenders will be submitted in two parts i.e. Cover-I and Cover-II and shall be submitted
together. The "COVER- I" Techno Commercial Bid" consisting of duly filled, stamped,
signed/digitally signed as follows:

A. Copy of Payment against Bid Cost and Bid Processing Fees


B. Copy of Bid Securing Declaration against EMD. (APPENDIX-C of Part B)
C. PART- A(2) consisting of Commercial Terms and Conditions, List of items with
Delivery Schedule & all supporting documents for confirmation to meet PQR.
D. Appendix-A, B & D to I of Part-B,
E. Appendix-1 & 2 (for availing MSME exemption) & APPENDIX-3 of Part D are to be
uploaded in cover-I. There is no need to upload unwarranted papers and
remaining appendices/ annexure of all parts of bid document other then as
specified above.
F. The COVER- II—"Price Bid / BOQ "should contain price bid 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.

7
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 BID SECURITY DECLARATION AGAINST EMD:-


3.01 Relaxations in bid security is applicable upto 31.12.2021 as notified by Government of
Rajasthan and in lieu of bid security, a bid securing declaration shall be furnished.
(Format enclosed as ― Form of Bid securing declaration‖). The same shall be furnished on
rajasthan NJS of Rs.50/- plus 30% surcharge on stamp duty as per GoR rules.(Hard copy i.e
original document shall be sent to the office of SE (MM), CSCTPP, Chhabra and scanned
copy shall be e-mailed to se.proc.scctpp@rrvun.com failing which bid shall not be entertained.

3.02 Request for adjustment/appropriation of other deposits if any, already lying with RVUNL in
connection with some other bid/order/works shall not entertained.

4.00 BENEFITS FOR MSME OF RAJASTHAN STATE ONLY:-


4.01 The following benefits are for Micro, Small and Medium Enterprises (MSME) bidders of
Rajasthan State only having Acknowledgement of Entrepreneurs Memorandum-II/Udyog
Aadhar Memorandum issued by the competent authority only. MSME of other sates shall not
be given these benefits.
(a) Bid document fees shall be 50% of prescribed cost.
(b) Performance security shall be @0.5% of the amount of quantity offered for supply of
goods for Micro, Small & Medium Enterprises situated in Rajasthan State Only, engaged
in manufacturing of tendered item and having Acknowledgement of Entrepreneurs
Memorandum-II/Udyog Aadhar Memorandum issued by competent authority and
submitted Form-B.

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 B available at APPENDIX-2 of PART-D) with technical bid to avail exemption under
MSME 4.00 (a), (b) &(c). The copy of these documents is also required to be sent along with
Form- B attached herewith before the date & time specified in the bid documents
se.proc.scctpp@rrvun.com by email or submitted to the procuring entity in person/by post for
obtaining such rebate/exemption.

4.02 These MSME 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 documents as mentioned at clause 4.01 above.

5.0 Bid Cost (Non-refundable): -

5.01 Bidder shall have to deposit Bid Cost, as specified in tender document preferably, in the
RVUNL account as detailed in Clause 2.06 of Part A1 of Bid and UTR No. /Journal No. & date
of the same shall be furnished along-with bid.

8
5.02 For Micro and Small Enterprises situated in Rajasthan having Acknowledgement of
Entrepreneurs Memorandum-II/ Udyog Aadhar Memorandum issued by competent authority,
50% (fifty percent) of prescribed tender cost, shall have to deposit in the Central Collection
Account of the RVUNL and UTR No. /Journal No. & date of the same shall be furnished
along-with bid.
5.03 Bidder who wants to avail benefit of 50% (fifty percent) of prescribed tender cost, shall have to
furnish self attested copy of Acknowledgement of Entrepreneurs Memorandum-II/Udyog
Aadhar Memorandum/Udhyam issued by competent authority along-with bid. The bidder must
be registered in MSME for the item under procurement.

6.0 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.

7.0 COMPLIANCE OF RAJASTHAN TRANSPARENCY IN PUBLIC PROCUREMENT (RTPP)


RULES 2013:
7.01 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.
7.02 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.
7.03 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 .

8.00 ACCEPTANCE OF BID:


The acceptance of the bid will rest with the competent authority i.e. The Chief Engineer
(CSCTPP) RVUNL, CSCTPP, 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)


CSCTPP, RRVUNL, CHHABRA

9
QUALIFYING REQUIREMENT

Supply of Inflatable Dome Seal (Size -300 NB,200 NB, 150 NB) for Dense Phase dry fly Ash
Handling System of Unit # 5&6 (2x660 MW), CSCTPP,RVUNL,Chhabra having estimated
cost Rs. 18.68 Lacs.

A. All bidders participating in the tender must possess the following qualifying requirements
(Relevant documents should be up loaded with Part-A bid):-

1. The bidder must be manufacturer / Established supplier of item / Authorized dealer of


manufacturer / Authorized distributor of manufacturer.

2. The bidders should have Average financial turn over in the proceeding 3 (Three) completed
financial years shall not be less than the estimated cost For this purpose , the bidder shall
furnish the Audited annual account / Balance sheets with trading account / Duly certified
accounts by Registered Chartered Accountant.

3. The bidder should have experience of having successfully completed work for Supply of
Inflatable Dome Seal in any of the PSU / NTPC / BHEL / Reputed industrial Organization or
Any power plant during last 7 years prior to techno-commercial bid opening date with either of
the following executed value(s) of Purchase Order(s) :
(a) Three executed/ completed Purchase Orders, as above, costing not less than the amount
equal to 20% of the estimated cost each (i.e amounting Rs.3,73,600/-).
OR
(b) Two executed/ completed Purchase Orders, as above, costing not less than the
amount equal to 25% of the estimated cost each (i.e amounting Rs. 4,67,000/-).
OR
(c ) One executed/ completed Purchase Order, as above, costing not less than the amount equal
to 40% of the estimated cost each (i.e amounting Rs.7,47,200/-) .

In case of Dealer/ Distributor, purchase order copies in favour of manufacturer are also
accepted. In such case dealer/ Distributor shall provide the Dealership/ Authorization
certificate.

4. In respect of the relevant order(s) at S. No.-3 above, bidder must upload copy of acceptance
of material / completion report / performance report / SD refund documents/ Tax invoice along
with self attested declaration certificate of acceptance of material (Format enclosed) or
inspection report.

5. The bidder should have valid GSTIN.

(R.K.Sharma)
Superintending Engineer (MM)
CSCTPP,RVUNL,Chhabra

10
UNDERTAKING/ Self Declaration

I_____________________(Name of authorized signatory) , in capacity of


………………….. ………………….(Designation in the firm) hereby declares that, The
Firm M/s …………………
……………………………………………………………………………………………………
……..…. have completed all the supply successfully to M/s
……………………………………………… ……………….
……………………………………………………… ………………… ………………
……………….. . ………….against Purchase order no.
……………………………………………….
……………………………………………………………………………………………………
………………………………………………. (PO no. with date) and no pending supply
remains.

(NAME)…………………………….…
(Firm‘s Name) ………………………..
…………………………………………..
…………………………………………..

11
DETAILS OF QUALIFYING REQUIREMENT (QR) DOCUMENTS

(To be filled by the bidder)

QR as per Details of Furnished Documents Enclosed at Page


Sr. No.
NIB against QR no.

Seal and Signature of Bidder

12
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:

1.01 The quoted price will remain firm and fixed till complete execution of contract. The rate quoted
must be for delivery of supplies to the Executive Engineer (Stores), CSCTPP, Chhabra on
F.O.R- CSCTPP- Stores basis.
1.02 The rates should be indicated separately in the price bid as breakup of
i. Basic price (exclusive / inclusive of Packing & Forwarding, Freight & Insurance and any
other charges upto CSCTPP Stores, Chhabra)
ii. GST
iii. All other duties & taxes, if any. (levied by Central/State/Local Governments on final
product)
1.03 GST as applicable or quoted, whichever is lower will be reimbursed by Purchaser limiting to
the prevailing rate of Government of India
1.04 All other taxes and duties, if intended as extra over the quoted prices must be specifically
stated in the techno commercial bid. In the absence of any such stipulation in the techno
commercial bid, it will be presumed that prices quoted are firm and final and no claim on
account of such duty/tax will be entertained after the opening of tenders. The reimbursement
of such duty/tax to the bidder would be on actual, based on relevant documentary evidence.
Taxes and duties on input items will not be paid by the purchaser and they may not be
indicated separately in the bids. Bidders are required to include the same in the pricing of their
product. In case of difference in rate offered in technical bid to that quoted in price bid, the
lower of the two will be reimbursed by Purchaser limiting to the prevailing rate.

2.00 STATUARY VARIATIONS

2.01 The agreed price shall remain firm and fixed till the complete execution of contract.
Variations on account of changes in taxes and duties by the government will be considered on
production of documentary proof. In case of increase in taxes and duties by the Government
during contractual delivery period, incremental rate of taxes and duties shall be reimbursed /
paid by the Purchaser upon verification of the documentary evidence and its acceptance by
the purchaser. Similarly, if there is any decrease in taxes and duties, the same shall become
recoverable from the bidder. The details of such taxes and duties shall be declared by the
bidder. For extension in the contractual delivery period for the reasons attributable to the
purchaser and/or Force Majeure, increase in taxes and duties, if any, in the extended period
shall be reimbursed to the bidder subject to the submissions of necessary documentary
evidence. No increase in taxes and duties shall be payable during the delay period due to
reasons attributable to the bidder
.
3.00 GST:

3.01 GST as applicable as per HSN code of items shall be quoted extra in quoted prices as
mentioned in BOQ

13
3.02 In case of any discrepancy in tax structure then suitable credit note must be issued will is time
to set off the difference in ONLINE submission as per GST.

3.03 The supplier must comply in respect to online GST filing and it should be done as notified by
Govt. of India from time to time

3.04 GST as applicable or quoted, whichever is lower will be reimbursed by Purchaser limiting to
the prevailing rate of Government of India. If there is an upward revision in the rate of GST
due to change in classification (HSN) by the bidder, such upward revision shall not be
entertained and the payment towards GST will be restricted to the quoted rate of GST.

4.00 SECURITY DEPOSIT:


4.01 2% of the total value of the order shall be furnished by successful bidder towards security
deposit by way of online (NEFT/RTGS/IMPS) payment & UTR of the same shall be submitted
to be purchaser OR alternately deducted from invoice within 15 (fifteen) days of receipt of
Purchase Order.
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 SECURITY:


5.01 In order to secure/assure due fulfillment of contract, successful Bidder(s) upon receipt of LOI
/Detailed Order as the case may be shall furnish within a period of fifteen days, a performance
security in the amount as specified in Clause no. 5.03 valid till sixty days after warranty
obligations and maintenance and defect liability period of 18 months from the date of receipt
or 12 month from the date of put into use whichever is earlier.

5.02 The department's of the State Government and undertakings, corporations, autonomous
bodies, registered societies, co-operative societies which are owned or controlled or managed
by the State Government and undertakings of the Central Government are exempted from
Performance security. However, it is mandatory for them to submit a performance security
declaration in lieu of performance security

5.03 Following relaxations in performance security is applicable upto 31.12.2021 as notified by


Government of Rajasthan :-
a) 2.5%, or as may be specified in the bidding documents, of the amount of supply order in case
of procurement of goods and services and 5% of the amount of work order, in case of
procurement of works;
b) Performance security shall be @0.5% of the amount of quantity offered for supply of goods for
Micro, Small & Medium Enterprises situated in Rajasthan State Only, engaged in
manufacturing of tendered item and having Acknowledgement of Entrepreneurs
Memorandum-II/Udyog Aadhar Memorandum issued by competent authority and submitted
Form-B
c) 1% of the amount of supply order, in case of sick industries, other than Small Scale
Industries, whose cases are pending before the Board of Industrial and Financial
Reconstruction (BIFR); and

5.04 Performance security shall be furnished in any one of the following forms-
(a) Bank guarantee/s of a scheduled bank, on Non Judicial stamp paper worth Rs.

14
0.25% of PBG value maximum Rs 25000/-, duly authenticated by the 1st class
Magistrate or Notary public or directly confirmed by the issuing bank which should valid for a
period of sixty days beyond the date of completion of all contractual obligations of the bidder,
including warranty obligations and maintenance and defect liability period of 18 months from
the date of receipt or 12 month from the date of put into use whichever is earlier. (For Tenders
including ETC it should be 18 Months from date of successful ETC) Performance security
should be extended if required It shall be got verified from the issuing bank. Other conditions
regarding bank guarantee shall be same as mentioned in the rule No. 42 of RTPP Rules 2013
for bid security;
5.05 If the supplier fails or neglects to observe or perform any of this obligations under the contract,
it will be lawful for the purchaser to forfeit either in whole or in part in his absolute discretion,
the performance security furnished by the supplier.
5.06 The performance security will be discharged by the purchaser and returned to the supplier after
60 days beyond the date of completion of all contractual obligations of the bidder, including
warranty obligations and maintenance and defect liability period of 18 months from the date of
receipt or 12 month from the date of put into use whichever is earlier without levy of any
interest.
5.07 In case the supplier fails to submit the performance security, amount as specified in clause
no. 5.03 shall be withheld for the performance security period from the first invoices presented
for payment. This withheld amount shall be refunded after completion of Performance security
period as mentioned in clause. No. 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.
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 as per stipulation
made in the PO as per contract value furnish.
ii) The balance 10% payment shall be released after 30 days from the date of receipt of
material by the consignee subject to completion of all other contractual formalities and
acceptance of performance security equal to 2.5% of order value.
iii) 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, CSCTPP, RRVUN, Chhabra for arranging payment to the supplier as per terms of
payment.
iv) All Bank Commission Charges shall be borne by the supplier.
v) Demurrage/Wharfage Charges, if any, due to any reason, shall be borne by the supplier.
vi) 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.

15
8.00 DELAY IN DELIVERY:
8.01 The time of and period of delivery specified should be deemed to be the essence of the
contract and supplies shall be completed within stipulated delivery period. In case the supply
is delayed, the recovery shall be made on the basis of following percentages of value of
stores which the tenderer has failed to supply:-
(a) Delay upto one fourth period of the prescribed delivery period: 2.5%
(b) Delay exceeding one fourth but not exceeding half of the prescribed delivery period: 5%
(c) Delay exceeding half but not exceeding three fourth of the prescribed delivery period:
7.5%
(d) Delay exceeding three fourth of the prescribed delivery period: 10%
Note: Fraction of a day in reckoning period of delay in supplies shall be eliminated if it is less
than half a day. The maximum amount of liquidated damages shall be 10%.
8.02 The adjustment in regard to the amount recoverable if any in terms of sub para (i) shall be
made from deposits / dues of the firm and bank guarantee as may be available with the
RRVUNL and / or in any other manner as may be deemed appropriate by the purchaser.
8.03 Any financial liability arising consequent upon failure of the supplies to adhere to the stipulated
delivery schedule shall be to your 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.
8.05 GST on such recovery shall be to the Supplier‘s Account.
8.06 IN CASE OF ETC WORK, THE FIRM SOULD COMPLETE THE JOB IN STIPULATED TIME
OF ETC WORK, OTHERWISE LD SHALL BE IMPOSED ON WHOLE AMOUNT OF THE
CONTRACT.

9.00 INSURANCE:-

9.01 The supplier shall arrange and dispatch all the material / against this order duty insured from
General Insurance Corporation of India or any Tariff Insurance Corporation for full value
against all kind of risks such as loss, damage and pilferage in, transit form the place of
dispatch to the consignee destination / site.
9.02 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 made to the supplier within a period of 30 days from the date of receipt.
Necessary certificate regarding loses, damages, pilferages etc. will be obtained from the
carriage by the consignee.
9.03 The price quoted shall be inclusive of transit insurance charges and no payment shall be
made extra on this account. You shall furnish the proof of insurance with the dispatch
documents. Insurance by carriers risk is not acceptable.

10.00 INSPECTION:
10.01 The owner reserves the right to inspect the material at works. All acceptance tests shall
be performed in the presence of the Owner’s inspecting authority and the
manufacturer/ supplier shall have to give intimation of place date and time of each test
to the inspecting authority sufficiently at least 15 days in advance to enable the later to
be present at the test. All test results must be recorded in the presence of the
inspecting authority and no material shall be dispatched without having been passed
by the Owner’s representative. Routine/ Acceptance tests shall have to be arranged by
the Bidder in accordance with the relevant standards free of cost for each lot of supply
10.02 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.
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.

16
10.03 The inspection will be carried out in one lot unless specified in PO or requested by the
purchaser. If supplier fails to provide inspection call as per stipulations made in PO then re
inspection charges will be levied accordingly.

11.00 GUARANTEE :-

All supplies against this order 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.
OR
The supplier wants to provide WARRANTY it should specified clearly in technical bid itself,
otherwise. Normally it will be treated as guarantee clause.

12.00 INTERCHANGEABILITY CERTIFICATE / FITMENT CERTIFICATE: -

The supplier shall furnish interchangeability certificate/Fitment Certificate, stating that the
spares offered by them will fit in the main equipment without any problem.

13.00 DISTPUTE AND JURISDICTION:-

The Contract shall be governed by the law of India for the time being in force and be to the
court of competently jurisdiction at CSCTPP, Chhabra (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,
Rajasthan, and on court other that court at Chhabra shall have the jurisdiction to enter or try
the same.

14.00 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, strikes, lock outs or Act of God
therein after referred to as ‗Events‘ then provided the production/dispatch having suffered on
account of these events, and provided notice to the effect is given within 21 days from the
date of occurrence thereof, the provisions stipulated in Clause Delay in Delivery shall not be
invoked by the purchase provided further that the deliveries under the contract shall be
resumed, as soon as practicable after such event(s) has ceased to exist. The decision of the
purchaser 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.

15.00 CONTRACT AGREEMENT:

15.01 Contract agreement shall be executed on non-judicial stamp paper 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
15.02 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.
15.03 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

16.00 TEST CERTIFICATE:

The supplier shall submit the entire type/Routine test report of material at the time of
inspection as well as along with dispatch documents. The charges for such testing shall be
borne by the supplier only.

17.00 PART ORDER:

17.01 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.
17.02 Purchaser reserves the right to place part order at the time of placement of LOI / Purchase
Order based on actual requirement. The qty may vary from originally indented/nib published
qty on L-1 position there is no minimum qty to be ordered against a particular tender.

18.00 VALIDITY:-

The bid shall be valid for 180 days from date of opening of the Part-A i.e. technical bid.

19.00 SHORT CLOSING OF P.O.

The purchaser reserve the right to short close the PO for part quantity or cancel the whole P.O. at
any time, due to site conditions or due to receipt of lower rates in subsequent tender. However, in
case of receipt of lower rates in subsequent tender, the supplier shall be given opportunity to
supply pending quantity of material on lower rates as received in subsequent tender. In case, the
supplier do not agrees for the same, the P.O. shall be short closed for the supplies pending / due
from date of opening of subsequent PRICE BID OF TENDER.

20.00 E- WAY BILL:

The material is to be transported against this P.O. with E way bill norms as per Govt. notification in
place in time. XEN(stores), CSCTPP will only accept the material duly accompanied by E way bill
of required value & time stipulations and in requisite copies.

21.00 DRAWINGS:

The drawings attached with technical specifications are tentative and bidder may visit
plant site for clarifications, if any. The Successful bidder before manufacturing the
tendered item shall have to develop their drawings as per site requirement and submit
the same for approval from CSCTPP, RVUNL, Chhabra.

SUPERINTENDING ENGINEER (MM)


CSCTPP, RRVUNL, CHHABRA

18
LIST OF ITEMS WITH DELIVERY SCHEDULE OF MATERIAL SHOULD BE AS BELOW:-
SUBJECT:-

Subject: - Supply of Inflatable Dome Seal (Size -300 NB,200 NB, 150 NB) for Dense Phase
dry fly Ash Handling System of Unit # 5&6 (2x660 MW), CSCTPP,RVUNL,Chhabra.

Qty. Delivery
S.No. Description UOM
Required Period

Inflatable Seal for 150 NB Dome


1 Nos. 385
Valve Assembly
Within 60
Days from
Inflatable Seal for 200 NB Dome
2 Nos. 220 the date of
Valve Assembly
PO
Inflatable Seal for 300 NB Dome
3 Nos. 375
Valve Assembly

SUPERINTENDING ENGINEER (MM)


CSCTPP, RRVUNL, CHHABRA

19
PART-B

APPENDIX-A

INFORMATION TO BE FURNISHED BY THE TENDERER

1. i. Name of Firm : -----------------------------------------------


ii. Address :
…………………………………………..
--------------------------------------------------
iii. Telephone No. : …………………………………………..
a) Office. : …………..………………………………
b) Residence : ……………………………………………
c ) Factory : ……………………………………………
d) Fax : ……………………………………………
e) E-mail : …………………………………………….

2. a) In case of Private Limited Co. Enclosed at Page No……………….


i) Whether article of association not enclosed/Not applicable.
And Memorandum enclosed or
Not.
ii) List of present directors along- Enclosed at Page No……………….
With their current & permanent not enclosed/Not applicable.
Address enclosed or not.
b) In case of Partnership Firm Enclosed at Page No……………..
Whether copy of partnership deed not enclosed/Not applicable.
In case of partnership firm along
With their address enclosed or not.

3. i) Name of authorized power of attorney ………………………………..


Holder.
ii) Address ………………………………………….
………………………………………….
………………………………………….
iii) Telephone No./Mobile No. ……………………………………
Residence : ………………………………………….
Office : ………………………………………….

4. (a) In case of Limited Company


i) Whether power of attorney duly Enclosed at Page No………
Attested by Public Notary on non Not enclosed/Not applicable
Judicial stamp paper authorizing the
Signatory to submit the Bid and
Letters and to sign the contract and
Other document enclosed.

ii) Resolution of Board of Directors in Enclosed at Page No………


favour of power of attorney enc- Not enclosed/Not applicable
losed or not.

b) In case of partnership firm Enclosed at Page No………


20
(Whether power of attorney duly not enclosed/Not applicable
signed by all partners enclosed
or not).

5. 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

6. Copy of Bid document Part-‗A‘ Enclosed at Page No………


Duly-signed in duplicate to be enclosed. Not enclosed/Not applicable

7. Bid Security …………………………………


Amount Deposited
Form of Deposit (mention No. & Date) …………………………………
GSTIN No. . ………….……………

8 Mention location where material shall Address……………………….


be inspected. ………………………………..
…………………………………
9 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 tenderer.

10 Please state the value of item under


Consideration in Bid supplied by you
to Government departments during last
Seven years as per Appendix-G & H

11. If the bidder is in composition scheme please


provide copy of composition scheme Registration. ………………………………………..

NOTE:- 1. The bidder has to furnish all returns well in time to CSCTPP as per GST practices online.
Delay in any type of procedure will be to bidders A/c.

SIGNATURE OF TENDERER

21
APPENDIX-B

Declaration by the Bidder regarding Qualifications

Declaration by the Bidder

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:

SIGNATURE OF TENDERER

22
APPENDIX-C

(To be executed only on Rajasthan NJS paper of Rs. 50 + 30 % Surcharge).

Form of Bid-Securing Declaration.

Date:

Tender No. : TN-SC-02/2021-22(MM)

To,
The Chief Engineer
CSCTPP, RVUNL, Chhabra

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 Term and
Condition 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 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.

23
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

24
APPENDIX-D

Technical Specifications for Supply of Inflatable Dome Seal (Size -300 NB,200 NB, 150 NB) for
Dense Phase dry fly Ash Handling System of Unit # 5&6 (2x660 MW),
CSCTPP,RVUNL,Chhabra.

MAKE GST %
HSN Code
(To be (To be
(To be
S.No. Description UOM Qty. filled by filled by
filled by
the the
the bidder)
bidder) bidder)

Inflatable Seal for 150 NB


1 Nos. 385
Dome Valve Assembly

Inflatable Seal for 200 NB


2 Nos. 220
Dome Valve Assembly

Inflatable Seal for 300 NB


3 Nos. 375
Dome Valve Assembly

25
26
27
28
29
APPENDIX-E

DEVIATIONS from Technical Specifications

The bidder shall set out all deviations from the Technical Specification clause by clause in this
schedule. Unless specifically mentioned in this schedule, the Bid shall be deemed to confirm to the
purchaser‘s tender technical specifications.

S.
Technical Specification Deviation Justification
No.

10

11

The bidder hereby certifies that the above mentioned are the only deviation from the
purchaser's technical specification for this enquiry. The bidder further confirms that in the event any
other data and information presented in the bidder proposal and accompanying documents including
drawings, catalogues etc., are at variance with the specific requirements laid out in the purchaser's
technical specifications, then the latter shall govern and will be binding on the bidder for the quoted
price

(SEAL AND SIGNATURE OF BIDDER)

Date:…………….

30
APPENDIX-F

DEVIATIONS from Commercial Terms & Conditions

S. Clause
Commercial Terms & Conditions Agreed Not Agreed
No. No.
Delivery Clause as per GCC
1. 7.00
If not agreed, Please mention offered
Delivery Period
Interchange ability/Fitment Clause as per
2. 12.00 GCC
If not Agreed , give reasons

Test Certificate as per GCC


3. 16.00
If not Agreed , give reasons

(SEAL AND SIGNATURE OF BIDDER)

Date:…………….

31
APPENDIX-G

DETAILS OF P.O. SECURED & EXECUTED BY FIRM AT RRVUNL DURING LAST SEVEN
YEARS

Qty. of
material If
S. supplied material
Purchase
No. Purchase Description Value of Delivery full / supplie
order
order No. of material purchase period of partial & d Remark
placing
& Dtd. supplied order supplies date of partially
authority
completi than
on of reasons
order
1 2 3 4 5 6 7 8 9

SIGNATURE OF TENDERER

32
APPENDIX-H

DETAILS OF P.O. SECURED & EXECUTED BY FIRM AT OTHER PLANTS (EXCLUDING RVUNL)
DURING LAST SEVEN YEARS

Qty. of
If
S. material
Delivery material
No Purchas Purchas Descriptio supplied
Value of period supplie
. e order e order n of full / Remar
purchas of d
No. & placing material partial & k
e order supplie partially
Dtd. authority supplied date of
s than
completio
reasons
n of order
1 2 3 4 5 6 7 8 9

SIGNATURE OF TENDERER

33
APPENDIX-I

REAL TIME GROSS SETTLEMENT (RTGS)/NATIONAL ELECTRONIC FUND

TRANSFER (NEFT)

Form : M/s ______________________________

__________________________________

__________________________________

The Accounts Officer,


CSCTPP, RRVUNL,
CHHABRA.
SUB : RTGS/NEFT payments.

We refer to remittance of our payments using RGI‘s 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

SIGNATURE OF TENDERER & ADDRESS

34
Appendix-J

To be executed on Minimum Rs. 100/- or worth INR @ 0.25% of the PBG amount secured
whichever is more upto maximum Rs. 25000/-) on Rajasthan Govt. NJS paper or as per
applicable stamp duty.

Performance Security (Performance Bank Guarantee)

To,
The Chief Engineer (CSCTPP),
Rajasthan Rajya Vidyut Utpadan Nigam Ltd.
Chhabra.

THIS DEED OF GUARANTEE is made this day.........M/O.............Year 2021 between the Chief
Engineer (CSCTPP), RVUNL, Chhabra (hereinafter called the owner which expression shall unless
excluded by or repugnant to the context includes his successors and assigns) of the one part and
the (BG Executing Bank Name)..............having its registered office.........(Fill Address) & Branch
Office......(Fill Address) (herein after called the Bank) (which expression shall unless excluded by or
repugnant to the context includes its successors and assigns) of the other part.

WHEREAS MESSRS Name with Complete Address (hereinafter called the Supplier) agreed to
supply material to the Chief Engineer/Executive Engineer (Stores) of respective power projects of
RVUNL against Purchase Order No.......................dated......... (hereinafter referred to as the
Contract.)
AND WHEREAS as per the terms of the contract, it was provided that the Supplier should furnish a
Bank Guarantee.............. % of the total contract value by way of security for supplying free of cost
any material that may be required due to defects arising from faulty materials, design and
workmanship, so as to make it meet the guarantee and requirements of the contract.
AND WHEREAS at the request of the Supplier, the Bank has agreed to execute these presents.

NOW THIS INDENTURE WITNESS AND IT IS HEREBY AGREED AND DECLARED BY the and
between the parties herein to as follows-
1. The Bank hereby guarantees to the Chief Engineer (CSCTPP), RVUNL, Chhabra the
fulfilment by the Supplier of the various obligations imposed on them under the aforesaid
contract including the obligation of the Supplier to timely supply materials of the good quality
and workmanship and the Bank further guarantees to the RVUN that the Supplier shall
substitute and supply free of cost any materials that may be required due to defects arising
from faulty material design and workmanship and the Bank undertakes to indemnify and
keep the Chief Engineer (CSCTPP), RVUNL, Chhabra indemnified to the extent of Rs.
................................... (in words Rupees ........................................) against anyloss or
damage that may be caused to or suffered by the RVUNL by reason of any failure by the
Supplier to timely supply materials of good quality, design and workmanship as aforesaid and
under take to pay to the Chief Engineer (CSCTPP), RVUNL, Chhabra on demand a sum not
exceeding Rs............................ (Rupees ...................................................) in the event of
the Supplier failing or neglecting to perform and discharge the aforesaid duties and
obligations on their part to be observed and performed under the said contract. The decision
of the Chief Engineer (CSCTPP), RVUNL, Chhabra as to whether the Supplier have failed or
neglected to perform or discharge their duties and obligations as aforesaid and as to the
amount payable to the Chief Engineer (CSCTPP), RVUNL, Chhabra by the Bank herein shall
be final and binding on the Bank.

35
2. The guarantee herein contained shall remain in full force and effect during the period that
would be taken for the performance of the said contract and it shall continue to be
enforceable till the obligation to the RVUNL under or by force of the contract have been fully
and properly discharged by the said Supplier, subject however, to the condition that the
RVUNL will have no right under this guarantee after 12 months from the date of
commissioning of equipment or later than 18 months after receipt of the material at site
whichever is earlier, provided further that if any, claim arises by virtue of this guarantee
before the aforesaid, date, the same shall be enforceable against this Bank notwithstanding
the fact the same is enforced after the aforesaid date.
3. The guarantee herein contained shall not be affected by any change in the constitution of the
Supplier or Bank.
4. The Chief Engineer (CSCTPP), RVUNL, Chhabra shall have the fullest liberty without
affecting the guarantee to postpone for any time and from time to time any of the power
exercisable by the Nigam against Suppliers and either to enforce or forebear from enforcing
any of the terms and conditions of the said contract and the Bank shall not be released from
its liability under this guarantee and exercise of the. RVUNL of the liberty with reference to
the matter aforesaid or by the reasons time being given to the Supplier or by any other
forbearance, act or omission of the part of the RVUNL to the Supplier or by other matter or
thing whatsoever which under the law relating to the sureties shall but for this provision have
the effect of so releasing the Bank from such liability.
5. The Bank agrees to extend this guarantee for a specified period as desired by owner in
response to the owner written request, provided that such request is presented to the bank
before the expiry of guarantee.
6. Chief Engineer includes Additional Chief Engineer and any other officer exercising the
powers of Chief Engineer, RVUNL Ltd.
7. The Bank further undertakes not to revoke this guarantee during its currency except with the
previous consent of the Chief Engineer (CSCTPP), RVUNL, Chhabra in writing.
8. All disputes arising under the said guarantee between the Bank and the Nigam or between
the Supplier and the Nigam pertaining to the guarantee shall be subject to the jurisdiction of
Courts in Chhabra alone.
9. Notwithstanding anything, contained herein before, the Bank's liability under this guarantee is
restricted to Rs............................... Rupees........................................................... and the
guarantee shall remain in force up to .................................. unless demand or claim in writing
is presented on the Bank within six months from that date i.e. ....... (Grace Period), the bank
shall be released and discharged from all liabilities there under. However, the validity of the
BG shall be extended by bank as & when required by RVUNL.
10. We further undertake to pay this amount to the Chief Engineer (CSCTPP), RVUNL, Chhabra
without demur forthwith merely on demand from the Owner. Any such demand on Bank shall
be conclusive.
11. IN WITNESS WHERE OF THE BANK HAS executed these presents the day and year written
above.

Yours faithfully,

(EXECUTANT)

Signed by the above named bank in the presence of (Name and address) :-
1. ……………………………………………………..

2. ……………………………………………………..

(Attested by Notary Public, First Class Magistrate or directly confirmed by the Executing Bank)

36
APPENDIX-K

RAJASTHAN RAJYA VIDYUT UTPADAN NIGAM LTD.


(Rupees Five hundred Rajasthan government non-judicial stamp.)

AGREEMENT

FORMAT

To be executed on Rs. 500/- Rajasthan Govt. NJS paper as per applicable stamp duty.

INDENTURE FOR AGREEMENT

This indenture made at CSCTPP, Chhabra this _________ day of the month of
_______________________ the year_____________________ between Chairman & Managing
Director, Rajasthan Rajya Vidyut Utpadan Nigam Limited herein after referred to as the
purchaser with expression unless the context does not include successors and assignee of one part
and
(1) To be used in case of Limited Companies M/s……………………………………..…./ Public
Limited Company incorporated……………..…………… under the as Companies Act. And having
its Registered office at ………….…… (Hereinafter referred to as Contractors / Suppliers which
expression unless the Context does not permit includes their successors and permitted
assignees.)
(2) To be used in case of partnership concerns.
Messers ……………………………………………a partnership firm Consisting of the following
partners namely :-

(S. No.) (Name) (Age) (Residence) (Occupation)

1.

2.

Hereinafter referred to as contractors / Suppliers which expression unless the context does not
permit includes their respective heirs, executors. administrators, legal representatives, permitted
assignees )_ of the second part witnesses as follow :-

1. The supplier do by these presents agree to supply and the purchaser does agree to purchase
from the supplier the material specified in purchase order
No._________________________________________________ and Amendment/Corrigendum
vide No.________________ dated ____________ appended and on the terms and conditions
contained/referred in the said order. The general terms of the contract appended here to are
considered a part of this agreement.

2. The supply of material under this agreement shall be as per terms and conditions and
specification as set forth in the schedule to above.

37
3. In case of dispute as to whether any materials supplied are on are not in accordance with
specifications set forth in the schedule, the decision of the Chief Engineer, CSCTPP, RRVUNL
Shall be final and binding on both the parties.

4. If the Suppliers fail wholly or in part to fulfill this agreement , the purchaser shall be entitled at the
discretion to retain the whole any part of the deposit made by the suppliers under (2) and if the
loss suffered by the purchaser exceeds the amount of said deposit they will be entitled to recover
the said loss from the suppliers.
5. If any sum remains due or becomes recoverable from the suppliers on accounts of the non
fulfillment of this agreement or on account of any other reason, the suppliers shall pay the same
from the suppliers as arrears of land revenue.

In witness of due execution of this agreement, the parties have hereunder set their hands the day
and the year first above, signed and delivered by:-

For and on behalf of Supplier

For limited / partnership:


Sh…………………… Signature
(Companies & Firms Designation)
For and on behalf of
M/s………………………………………………

For Individuals:
Sh…………………… Signature
(Designation)

In Presence of Witness
Witness Name with Address Signature
(Supplier Side) Father‘s Name

Witness :1)

Witness :2)

For and on behalf of


CMD RVUNL

38
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‘s performance 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.

39
ANNEXURE B: GRIEVANCE REDRESSAL DURING PROCUREMENT PROCESS

The designation and address of the First Appellate Authority is: The Purchase Committee-I,
CSCTPP, Chhabra consisting of The CE(CTPP), CE(CSCTPP), and The CCOA(HQ), Kota
The designation and address of the Second Appellate Authority is: Principal Secretary, Energy,
Govt. of Rajasthan

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.
40
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.

41
Annexure C:
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 50% 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.

42
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 and designation 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

43
PART-D

APPENDIX-1

Bid Application Form (To be sent via E-Mail on se.proc.scctpp@rrvun.com /In-Person/ by


post in the office of SE (MM) before the scheduled Date and time as specified in Bid
document)

Bid No.:- TN-SC-02 / 2021-22(MM)

Sub:- Supply of Inflatable Dome Seal (Size -300 NB,200 NB, 150 NB) for Dense Phase dry fly
Ash Handling System of Unit # 5&6 (2x660 MW), CSCTPP,RVUNL,Chhabra

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 Total Amount Deposited (in Rs.)

10 UTR No./Journal 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 reduction in Bid fees, please attach copy of MSME certificate along with Form-B as per
details in Bid documents.

44
APPENDIX-2
Form B

Format of Affidavit

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)

(b) 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.
(c) 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

45
PART-D
APPENDIX-3

BID - G.C.C. Acceptance Letter

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

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

Tittle:- Supply of Inflatable Dome Seal (Size -300 NB,200 NB, 150 NB) for Dense Phase dry fly
Ash Handling System of Unit # 5&6 (2x660 MW), CSCTPP,RVUNL,Chhabra

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 K, PART-C : ANNEXURE - A to C, PART-D
: APPENDIX 1 to 3 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-E & F ) 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)

46
Specific Note for filling BOQ

Please See Before Filling BOQ

In BOQ, Don’t fill in percentage, Please fill in


Rs/Unit otherwise the balance amount of taxes
will be payable by the supplier as per BOQ.

GSTIN NO. OF RVUNL : 08AABCR7436B1ZK

PAN NO. OF RVUNL : AABCR7436B

Signature Not Verified


Digitally signed by SANJAY WADHWA
Date: 2021.04.03 11:46:06 IST
Location: Rajasthan-RJ

47

You might also like