You are on page 1of 36

RAJYA VIDYUT UTPADAN NIGAM LTD

KALISINDH THERMAL POWER PROJECT, JHALAWAR


OFFICE OF THE CHIEF ENGINEER (KaTPP, RVUNL, Jhalawar)
TENDER PAPERS FOR TN- RRVUNL/KaTPP/ TN- 274(MM)

SUPPLY OF METALLIC EXPANSION BELLOW FOR BOILER OF 2X600


MW AT KATPP, JHALAWAR

E-Tender documents
Important Details:Sr.
Particulars
No.
1 Start Date & time for download of
Tender Documents
2
3

Date

Time

02.01.2017.

From 11:00 AM

01.02.2017.

Up to 03:00 PM

01.02.2017.

Up to 03:00 PM

online

02.02.2017.

Up to 3:00 PM

Date of Online Opening of Technical


Bid of Tender

02.02.2017.

At 03:30 PM

Last Date & time for download of


Tender Documents
Last Date & time for physical
submission of Tender cost, tender
processing fee and EMD. (Detailed
in tender notice note-2)

Last

Date

&

time

for

submission of Tender.
5

SUPRINTENDING ENGINEER (MM)


KATPP, RRVUNL, JHALAWAR

C:\Users\AE\Desktop\TN-274(MM)\TN 274.Doc

INDEX

S. No.

Particulars

Page
No.

1
TENDER DOCUMNT DOWNLOAD DETAIL
2
NOTICE INVITING TENDER
Part-A(1)

03
04

3
GENERAL INSTRUCTIONS FOR THE TENDERER
Part-A(2)

05-07

4
QUALIFYING REQUIRMENT
5
COMMERCIAL TERMS & CONDITIONS
Part-B(1)

08
09-12

APPENDIX A

DECLARATION

13

APPENCIX B

INFORMATION TO BE GIVEN BY THE


TENDERER

14-15

APPENDIX C

TECHNICAL SPECIFICATIONS

16-22

APPENDIX D

23

10

APPENDIX E

FORMAT OF DETAIL OF POS SECURED &


EXECUTED
RTGS PAYMENT FORMAT(REQUIRED TO
FILLED UP BY SUPPLIER DEMANDING RTGS
PAYMENT)

24

Part-B(2)
11

APPENDIX F

FORMAT OF PERFOMANCE GUARANTEE & SDBG


BOND

25-28

12

APPENDIX G

AGREEMENT FORMAT

29

13

APPENDIX H

FORMAT OF VAT CERTIFICATE TO BE ISSUED BY


KATPP

30

14

APPENDIX I

RAJASTHAN TRANSPARANCY ACT

31-36

Part-C
15

ANNEXURE-I (BOQ)

C:\Users\AE\Desktop\TN-274(MM)\TN 274.Doc

PRICE/FINANCIAL BID

RAJASTHAN RAJYA VIDYUT UTPADAN NIGAM LTD


KALISINDH THERMAL POWER PROJECT, JHALAWAR
OFFICE OF THE SUPERINTENDING ENGINEER (MATERIAL MANAGEMENT)

TENDER DOCUMENT FOR TN RRVUNL/KATPP/TN- 274(MM)


SUPPLY OF METALLIC EXPANSION BELLOW FOR BOILER OF 2X600 MW AT KATPP,
JHALAWAR
1.

NIT No.

RRVUNL/KATPP/TN-274(MM)

2.

START DATE AND TIME FOR


DOWNLOAD OF TENDER
DOCUMENTS.

02.01.2017. (From 11:00 AM)

3.

LAST DATE AND TIME FOR


DOWNLOAD OF TENDER
DOCUMENTS.

01.02.2017 (Up to 3:00 PM)

4.

LAST DATE & TIME FOR PHYSICAL :


SUBMISSION OF TENDER COST,
TENDER PROCESSING FEE AND EMD.

01.02.2017 (Up to 03:00 PM)

5.

LAST DATE & TIME OF


ONLINE SUBMISSION.

02.02.2017 (Up to 3:00 PM)

6.

ONLINE OPENING DATE


& TIME FOR TECHNICAL BID.

02.02.2017 (At 03:30 PM)

7.

ONLINE OPENING DATE & TIME


FOR PRICE BID.

Will be intimated to qualified tenderers


after decision on qualifying bids.

8.

ESTIMATED COST

Rs. 39.00 Lakhs

9.

EARNEST MONEY.

Rs. 78000.00 /- DD In favors of Accounts


Officer (KATPP), RRVUNL, Jhalawar.
D.D. No.Dated..payable
at Jhalawar

10. COST OF TENDER FORM.

Rs. 500/- (Rs. Five Hundred Only) in


favour of Accounts Officer (KATPP),
RRVUNL, Jhalawar. D.D.No
Dated.. payable at Jhalawar

11.

Rs.500/- in favour of MD, RISL, Jaipur


D.D.No Dated. payable
at jaipur

1.
2.
3.

TENDER PROCESSING FEE.

IMPORTANT
PLEASE READ DOCUMENT VERY CAREFULLY.
PLEASE SAVE TIME & DO NOT QUOTE ANY CONDITION AT VARIANCE FROM
TENDER DOCUMENT.
PLEASE DO NOT ATTACH ANY OTHER DOCUMENT EXCEPT SPECIFICALLY
ASKED FOR.

C:\Users\AE\Desktop\TN-274(MM)\TN 274.Doc

RAJASTHAN RAJYA VIDYUT UTPADAN NIGAM LTD


KALISINDH THERMAL POWER PROJECT, JHALAWAR
OFFICE OF THE SUPERINTENDINGENGINEER (MAERIAL MANAGEMENT)

TENDER NOTICE FOR WEBSITE


TENDER No- RRVUNL/KATPP/TN-274(MM)
Chief Engineer (Kalisindh Thermal Power Project Jhalawar) on behalf of Rajasthan Rajya
Vidyut Utpadan Nigam Ltd. Invites tender online for e-procurement through website
http://eproc.rajasthan.gov.in. For SUPPLY OF METALLIC EXPANSION BELLOW FOR
BOILER OF 2X600 MW AT KATPP, JHALAWAR.
Details of tender and qualifying requirement are available on departmental
website www.rvunl.com and tender can be downloaded / submitted on e-procurement
website http://eproc.rajasthan.gov.in.
Sr. NIT No.
Item Description
Estimated Earnest Tender Processing
No.
Cost
Money
Cost
Fees
(Rs.)
(Rs.)
(Rs.)
(Rs.)
SUPPLY OF METALLIC
1.
274(MM)
39.00
78000/500/500/EXPANSION BELLOW FOR
lakhs
BOILER OF 2X600 MW AT
KATPP, JHALAWAR
TENDER EVENT
Sr. No.
a).
b).
c).
d).
e).

Tender Event
Start date & time for downloading the tender
document
Last date & Time for downloading the tender
document
Last date & Time for Submission of tender fees
processing fees, EMD amount

Date & Time


02.01.2017 (From 11:00 AM)

Last Date & Time for online submission of


tender
Online opening of Technical bid.

02.02.2017 (up to 03:00 PM)

01.02.2017 (up to 03:00 PM)


01.02.2017 (up to 03:00 PM)

02.02.2017 (At 03:30 PM)

Note:1.
All bidders are mandated to get enrolled on the e-procurement
portal http://eproc.rajasthan.gov.in to download the tender documents & other
particulars in the subsequent bidding process.
2.
The tender processing fees for Rs. 500/- is to be paid in form of bank DD, payable
in favour of MD, RISL Jaipur (payable at Jaipur) where as tender Cost & EMD has
to be paid in form of bank DD, payable in favour of A.O. (KATPP), RRVUNL,
Jhalawar and must be submitted in the office of SUPERINTENDING Engineer
(MM), Kalisindh Thermal Power Project, New Administrative Building, Jhalawar326023 and same should reach before the date & time specified in tender
document.
SUPRINTENDING ENGINEER (MM)
KaTPP, RRVUNL, JHALAWAR

C:\Users\AE\Desktop\TN-274(MM)\TN 274.Doc

E-tender

Part A (1)
GENERAL INSTRUCTIONS TO THE TENDERER:
The term corporation wherever appearing in this specification would mean Rajasthan Rajya
Vidyut Utpadan Nigam Ltd. (RVUNL) and shall include the person authorized to place an order under
this specification.
The bidders are requested to read the instructions thoroughly & follow them strictly given here under
while filling their quotation/tender.
1.
1.01

PREPARATION OF E-TENDER:
The tender should be prepared and submitted strictly in accordance with the procedure
mentioned. The bidders should go through pre-qualifying requirements before filling up the
tender documents to examine his suitability for participation.

1.02

The bidders who are interested in bidding can download tender documents from
http:/eproc.rajasthan.gov.in
(a)
Bidders who wish to participate in this tender will have to register on http://eproc.rajasthan.gov.in
(Bidder registered on eproc.rajasthan.gov.in. before 30.09.11 needs to be registered again) to
participate in online tenders, Bidders will have to procure Digital Signature certificate (Type II or
Type - III) as per information technology Act. 2000 using which they can sign their electronic bids.
Bidders can procure the same from any CCA approved certifying agency or they may contact eprocurement Cell, Department of IT & C, Government of Rajasthan on the following address for
further assistance. Contact No. 0141-4022688 (Help desk 10.00 am to 6.00 PM on all working
days.) E-mail:- eproc@rajasthan.gov.in Address: - e-procurement Cell, RISL, Yojana Bhawan,
Tilak Marg, C-Scheme, Jaipur. Bidders who already have a valid Digital Certificate need not
procure a new Digital certificate.
(b)
Bidders shall submit their offer online in electronic format on above mentioned Website as per
time and date mentioned herein above.
(c)
To avoid Non-submission of their bid up to prescribed date & time due to Non-available / hanging
of website at last moments or any reason whatsoever, the bidders are requested to submit their
bids well before the prescribed date & time of submission. The date & time of submission of bids
will not be extended on such accounts.
1.03 Bidder shall submit their offer only in online electronic format both for technical and financial
proposal and all documents should be digitally signed. However Tender fee, processing fee, EMD
in the form of DD should be submitted physically in the office of SUPERINTENDING Engineer
(MM), Kalisindh Super Thermal Power Station, Jhalawar well before scheduled date & time
specified in tender document & their scanned copy should be uploaded along with the technical
bid. Please note that it is mandatory to receive the tender cost, EMD, processing fees in
physical form within scheduled date & time otherwise in no case technical bid will not be
opened though they have uploaded the copies of the same on E-Tender Portal.
(a)
FIRST COVER (ENVELOPE) TECHNICAL:
In this part of bids tenderer will have to furnish Scanned Copies of Demand Draft of Rs.
500.00(Rs. Five Hundred only) towards tender cost & Demand Draft of Rs. 78000/-(Rupees
Seventy Eight Thousand only) towards EMD payable to Accounts Officer (KATPP) RRVUNL,
Jhalawar and Demand Draft of Rs. 500.00(Rs. Five Hundred only) to be paid in favour of MD
RISL, payable at Jaipur against the tender processing fee. All scanned copies of documents
related to qualifying requirement and technical specification and confirmation to commercial
terms and conditions along with details required in various Appendix EXCEPT THE PRICE
SCHEDULE (BOQ) i.e. Annexure-I & Appendix-F, G, H are to be furnished so that the purchaser
may be able to examine whether bid submitted is technically acceptable and also confirmed to
our commercial terms and conditions or not.
(b)
SECOND COVER FOR FINANCIAL / PRICE BID / BOQ ENVELOPE)
i. The second cover contains Schedule of Rates (BOQ) in form of Annexure-I. The price bid will
be opened only after being satisfied with technical and commercial bid as per qualifying
requirement stipulated in the specification and bid of qualified bidders will only be opened. The
date of opening of price bids will be intimated in due course of time to qualified bidders.
ii. The bidder shall ensure that his tender is furnished / submitted strictly in the manner detailed in
the specification.
iii. The tenderer should sign the tender documents digitally and stamped on each page.
C:\Users\AE\Desktop\TN-274(MM)\TN 274.Doc

iv The tenders / quotation if given in the format other than prescribed format will not be considered.
1.04

CHECK LIST for scheduled documents to be submitted online duly signed digitally by Authorized
signatory.
Particular
as
per Description of required documents
Details of documents to
specification
be uploaded along with
relevant page Nos. (To
be filled by bidder)
Cover I containing Details of fee for EMD, Tender
processing fee and cost of tender documents and Techno
commercial bids
Furnish the Proof of depositing EMD (DD
Details of EMD

Tender processing fee

Cost of tender documents

Qualifying Requirement

Commercial
condition

Declaration

Information to be given by
the tenderer
Technical specification

S.
No.

terms

&

Details
of
P.O.s
Secured & Executed

RTGS/NEFT
format

Details of Excise authority


with
Central
Excise
Registration & ECC No.
Authorization of Digital
Signature
Balance sheet

M
N
2
A

details)
Furnish the Proof of depositing DD towards etender processing fee
Furnish the Proof of depositing cost of tender
documents
Please attach copies of necessary documents
in support of meeting the Qualifying
Requirement by your firm/ company as per
part-A (2) available at page-8
Please refer part-A (2) at page 9- 12, Please
confirm to accept the Commercial terms &
condition.
Please refer part-B (1) Appendix - A at page 13. Fill & submit the same.
Please refer part-B(1) Appendix - B at page
14-15 & furnish the same
Please refer part-B(1) Appendix C, at page
16 to 17, provide confirmation to this technical
specification
Please refer part-B(1) Appendix - D at page
18 & provide copies of Purchase order.

payments For giving option through E-payment please

refer part-B(1) Appendix - E at page 19.


Please fill the same for arranging payment
through RTGS/NEFT
Name and complete address of excise
authority under whose jurisdiction their works /
office falls.
Details of Power of Attorney for authorized
signature to sign the tender documents digitally
Please furnish the Copy of latest balance sheet

Cover-II :- Financial / Price bid / BOQ (.xls)


Price bid / BOQ
Complete details of price quoted for the
material offered should be furnished in the
Annexure-I (xls)

1.05 The tenders of those firm(s) shall only be considered, who have electronically online submitted
their offer on website http://eproc.rajasthan.gov.in by depositing the prescribed tender cost, EMD
and tender processing fee. The tender cost and tender processing fee will not be refunded. The
documentary proof of depositing tender document cost, tender processing fee and EMD are to be
uploaded along with the technical bid and should be deposited physically in the office of the
SUPERINTENDING Engineer (MM), KATPP, Jhalawar up to the date and time specified in the
tender document.
C:\Users\AE\Desktop\TN-274(MM)\TN 274.Doc

1.06
a)
The technical/qualifying bid (First cover) shall be opened on the schedule date & time as specified
in the tender document in the office of the SUPERINTENDINGE engineer (MM), KATPP, Jhalawar.
If due to any reason the date of opening is declared a holiday, the tenders will be opened on next
working day.
b)

After decision on qualifying bids, successful tenderer (s) shall be informed about date and time for
opening of price bids. The price bids i.e. 2nd cover shall be opened in the office of
SUPERINTENDING Engineer (MM), KATPP, Jhalawar on specified date and time. If due to any
reason the specified date is declared a holiday, then the price bid shall be opened on next working
day.

1.07 Before electronically submitting the tenders, it should be ensured that all the tender papers,
documents submitted including tender conditions are digitally signed by the tenderer.
1.08 If any document is having script/language other than Hindi/English then transcribed version in
Hindi/English certified by Notary Public along with notarized copy of original document shall be
uploaded electronically and also submitted in physical form.
1.09 The tenderer(s) is/are required to study carefully the conditions, specifications and provisions of
the relevant IS code, wherever necessary before submitting their tender offer. The technical
particulars of the material offered must comply with the enclosed specifications and the provision of
the relevant IS code.
1.10 The tenderer should digitally sign complete tender documents in token of their acceptance of all
the terms and conditions of the tender. Appendix A duly filled and notarized should be appended
with tender offer. The offer should be submitted only in electronic format on website
http://eproc.rajasthan.gov.in . The offer received in any other manner is liable for rejection.
1.11 If a tenderer imposes conditions, which are in addition, at variance or in conflict with the terms and
conditions of the tender document, his tender offer shall be summarily rejected and no opportunity
will be given to the tenderer to withdraw such conditions or submit any clarification after opening of
tender. In this regard the final decision shall remain with the departmental competent authority i.e.
Chief Engineer (KATPP), Jhalawar.
1.12 Direct or indirect canvassing on the part of the tenderer or his representative will be a
disqualification. The suomoto post tender correspondence shall not be desirable on the part of
tenderers and may also be a cause of disqualification.
1.13 All the required information shall be furnished strictly in prescribed formats along with supporting
documents of PQR. The bid shall be evaluated on the basis of information furnished in the
prescribed formats.
1.14 DELIVERY SCHEDULE:
The entire material should be delivered to KaTPP (Store), Jhalawar within 4 to 6 months after
placing of detailed purchase order. The supply shall have to be arranged as per conditions
prescribed in purchase order.
1.15 ACCEPTANCE OF TENDER:
The acceptance of the tender offer(s) will rest with the competent authority i.e. Chief
Engineer(KATPP),Jhalawar 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.

C:\Users\AE\Desktop\TN-274(MM)\TN 274.Doc

PART A(2)

QUALIFYING REQUIREMENT

For participation in the bid process the bidder should fulfill the following criterion:
1.

The supplier should have valid TIN/CST No.

2.

The supplier should be manufacturer of Metallic Expansion Bellow or his authorized


dealer / distributor of offered make and shall have to furnish authorization certificate.

3.

The supplier should have supplied Metallic Expansion Bellow to any Govt./Semi Govt. or
any other reputed organization during last five years as on date of bid opening and as
documentary proof the supplier shall submit copy of purchase order as mentioned
hereunder:a). Three purchase order of Metallic Expansion Bellow each having value not less
than the amount equal to 40% of the estimated cost.
OR
b). Two purchase orders of Metallic Expansion Bellow each having value not less
than the amount equal to 50% of the estimated cost.
OR
c). One purchase order of Metallic Expansion Bellow having value not less than the
amount equal to 80% of the estimated cost.

4.

The supplier should have average annual turnover not less than Rs. 39.00 lakh during
previous three financial years ending on 31.03.2016. The supplier shall submit the
balance sheet, and profit & loss account statement as a documentary proof.

SUPRINTENDING ENGINEER (MM)


KaTPP, RRVUNL, JHALAWAR

SIGNATURE OF TENDERER
C:\Users\AE\Desktop\TN-274(MM)\TN 274.Doc

RASTHAN RAJYA VIDYUT UTPADAN NIGAM LTD


KALISINDH THERMAL POWER PROJECT, JHALAWAR
OFFICE OF THE SUPERINTENDINGENGINEER (MATERIAL MANAGEMENT)

COMMERCIAL TERMS & CONDTIONS

1.00
1.01

1.02

1.03
1.04
2.00

The bidders are requested to go through the commercial terms & conditions mentioned
here under before filling up the tender documents.
PRICES & TAXES:
The rates quoted must be for delivery of supplies to the Executive Engineer (Stores),KATPP,
Jhalawar on F.O.R- KATPP- Stores basis with clear demarcation of basic rate and tax structures
i.e. Excise Duty, CST, Packing, Forwarding, Loading, Transportation, Insurance, etc. in enclosed
format of Schedule of Rates(Annexture-I). Rate should be quoted strictly in the prescribed format
as per Annexure-I. Entry Tax if any payable at the time of supply shall be paid by Department. If
the bidder quote any tax structure/item is zero in Annexure-I (BOQ) then any type of statuary
variation will not be allowed against that tax structure/ item.
The prices quoted shall remain fixed and firm. If a tenderer reduces his prices suomoto after
opening of tender 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.
The lowest bidder shall be decided on individual item basis wherein he is lowest not on totality
basis of all items.
Taxes and duties etc. quoted in Appendix-B and Annexure-I (BOQ) should be same, If there are
any discrepancies in taxes and duties etc. quoted in Appendix-B and Annexure-I (BOQ) then offer
shall stand rejected.
SALES- TAX:

A) Central Sales-Tax shall be quoted extra in the quoted prices as mentioned in Annexure-1 against
issue of form -C Online delivery / issue of C-form by the purchaser as per amended rule 17 F of
RVAT rule 2006, only be arranged by A.O.(KATPP), KATPP, RVUNL, Jhalawar after submitting /
receipt of online request by the seller firm / agency
B) Rajasthan VAT and Local Taxes/Surcharge on VAT, if applicable will be payable extra on quoted
rates. Increase/decrease in VAT, Local Taxes, Surcharge on VAT will be payable extra as
applicable at the time of supplies.
C) The percentage rates of Rajasthan VAT/CST as applicable on material and as applicable to firm
shall be indicated in Appendix-B.
D) In case of concessional rate of Rajasthan VAT/CST or exemption from Rajasthan VAT/CST, the
firm shall submit notarized copy of documentary evidence in its support along with the tender or
before opening of price bids, otherwise their price bid will not be opened. Such documentary
evidence may have been issued by commercial taxation Department or any other Department
authorized by Central/concerned State Government.
E) The C-form/VAT concessional Certificate shall not be demanded with order.
3.00 EXCISE DUTY AND CESS:
The prices are to be quoted as per Annexure-I (BOQ) where excise duty and cess if applicable are
to be quoted after accounting all the benefits & CENVAT reimbursement or any other refund
admissible to the tenderer.
4.00 OCTROI:
The supplier shall prepare RR/GR in the name of consignee. Presently, there is no Octroi in
Rajasthan, however, if due to any reason, if it becomes payable then it shall be paid extra by the
Department. If the contractor fails to book the material and prepare RR/GR in the name of
consignee and the Octroi is to be paid on that reason, payment of Octroi shall be responsibility of
the firm.
5.00 VARIATIONS IN TAXES & DUTIES:
(A) 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 taxes/duties within
stipulated completion period shall be to KATPP,RVUNL,JHALAWARs
account and all
C:\Users\AE\Desktop\TN-274(MM)\TN 274.Doc

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.
(B) 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 KATPP,RVUNL, JHALAWAR.
6.00 EARNEST MONEY:
6.01 The tender must be accompanied by a demand draft as indicated in specification in favour of
Accounts Officer, KATPP, RVUNL, Jhalawar towards earnest money deposit. No interest shall be
payable on earnest money deposited.
6.02 In case of un-successful tender, the Earnest Money shall be refundable after finalization of the
contract. In case of successful tenderer, the amount of earnest money deposited by them will be
converted into security deposits.
7.00 SECURITY DEPOSIT/ SDBG:
7.01 2% of the total value of the order shall be furnished by successful tenderer(s) towards security
deposit within a week time in form of crossed Bank Draft/Bank Guarantee, after receipt of
Purchase Order.
7.02 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 RVUNs absolute discretion.
7.03 No interest shall be payable on such deposits.
7.04 The security deposit shall be refundable after three months from completion of entire supplies of
the purchase order to the satisfaction of the purchaser.
8.00 PERFORMANCE BANK GUARANTEE:All the equipment shall be of the best quality and capable of satisfactory operation under the
climatic conditions mentioned above. The workmanship shall be of the highest grade and the entire
manufacturing shall be in accordance and relevant technical standards with the modern
engineering practices.
8.01 In order to ensure compliance of the provisions contained in this clause, the contractor shall be
required to furnish a Bank Guarantee in Performa of Appendix-II from any Scheduled Bank in
India for an amount equivalent to 10 (Ten Percent) % of the Contract Value on Rajasthan
Govt. non judicial stamp paper of an amount equivalent to 0.25% (Quarter%) of the security
amount or maximum Rs. Twenty Five Thousand duly authenticated by First Class
Magistrate or Notary Public or directly confirmed by the issuing Bankers, valid for a period of 18
(eighteen) months from the date of delivery or 12 (twelve) months from the date of commissioning,
whichever is earlier.
8.02 If for rectification or replacement of any part of equipment due to defective materials, manufacturer
or design, services of the Contractor's Personnel are required within Guarantee Period, these
services shall be made available free of cost to the purchaser. In case Supplier fails in his
obligations, the purchaser shall have right to operate the above Bank Guarantee and Contractor's
Liability ceases in respect of the Material / Equipment supplied.
9.00 CONTRACT AGREEMENT:
Contract agreement shall be executed on non-judicial stamp paper of Rajasthan Government
worth Rs. 500/- as per Rajasthan Government Rules as per Appendix G. The cost of stamp paper
shall be born by the supplier.
10.00 PAYMENT TERMS:
10.01 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 of presentation of bills, invoices along with
receipted challan.
C:\Users\AE\Desktop\TN-274(MM)\TN 274.Doc

10

ii)

The balance 10% payment shall 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
Bank Guarantee equal to 10% of order value.
iii) The supplier shall furnish a photocopy of the receipted challan duly receipted by the consignee, in
advance to the Accounts officer (Thermal), KATPP to facilitate releasing of 90% payment within 30
days.
OR
100% (Hundred) payment of each consignment along with tax and duties, Freight etc. against
receipted challan after 30 days from receipt of material subject to completion of contractual
formalities & acceptance of PBG equal to 10% of order value
10.02 Bank Commission Charges if any shall be borne by the supplier.
10.03 The C-Form/VAT Concessional Certificate shall not be demanded with order.
11.00 DELIVERY:
11.01 The tenderer should quote delivery period in line with tentative delivery schedule mentioned in the
tender specification. The date of receipt of material in KATPP stores shall be treated as date of
delivery.
11.02 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.
12.00 DELAYS IN DELIVERY:
12.01 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. If the supplier fails to dispatch
and deliver the material or any part thereof within the specified delivery period. The Chief Engineer
shall be entitled at his Option:i) To recover from the supplier1/4 %( Quarter percent) of the accepted price of any equipment which
has not been delivered in time for each week or part of week during which delivery of such material
be in arrears. The recovery of such amount will limited to 3% of the accepted prices of
delayed/undelivered goods.
ii) To purchase from elsewhere without giving notice to you on your account and risk, the material not
delivered or other or similar description without cancelling the contract for the material not yet due
for delivery.
iii) To cancel the contract or part thereof, if so desired to purchase the material at the risk and cost of
the supplier.
12.02 The adjustment in regard to the amount recoverable if any in terms of sub para (i) shall be made
from each deposits/dues of the firm and bank guarantee as may be available with the Nigam
and/or in any other manner as may be deemed appropriate by the purchaser.
12.03 Any financial liability arising consequent upon failure of the supplies to adhere to the stipulated
delivery schedule shall be on suppliers account
12.04 No additional financial liability shall be borne by the purchaser beyond the stipulated delivery
schedule even is case of extension of delivery period on account of force majeure conditions.
13.00 INSURANCE:
13.01 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 against all kind of
risks such as lost, damage and pilferage in transit, from the place of dispatch to the consignee,
destination/site.
13.02 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.
13.03 Insurance through carriers risk is not acceptable.
14.00 INSPECTION:
14.01 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 along with the KATPP inspecting officer. No material shall be
dispatch unless clearance for dispatch is authorized.
14.02 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 it
prejudice to any claim because of defective or unsatisfactory materials.
C:\Users\AE\Desktop\TN-274(MM)\TN 274.Doc

11

15.00 GURANTEE:
All supplies against this order shall be guaranteed against defective raw material, workmanship
and its performance during use for a period of 18 months from the date of receipt or 12 months
from the date of commissioning/use whichever is earlier. If any manufacturing or technical defects
is/are noticed during the course of use of these equipment/spares/supplies, the supplier shall
replace/rectify the defective supplies without any extra charges. A guarantee certificate to this
effect shall be furnished.
16.00 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 Jhalawar (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 Jhalawar, Rajasthan.
17.00 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 Act. Of Good there in 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 the delivers 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.
18.00 TEST CERTIFICATE:
The supplier shall furnish material composition certificate from their Govt./Govt. approved
laboratory at the time of inspection as well as along with dispatch documents. The charges for
such testing shall be borne by the supplier.
19.00 FITMENT & INTERCHANGIBILITY:
The Supplier shall furnish fitment/ interchangeability certificate to the effect that item supplied shall
be compatible with the existing equipment supplied earlier.
20.00 DEMURRAGE:
Any demurrage/ wharfage charges leviable consequent upon suppliers failure to adhere to any of
the specified stipulation/procedure shall be to his account.
21.00 VALIDITY:
The rates quoted by the tenderer should remain valid for a period of 180 days from the date of
opening of technical bid.

SUPRINTENDING ENGINEER (MM)


KaTPP, RRVUNL, JHALAWAR

PART-B(1)
C:\Users\AE\Desktop\TN-274(MM)\TN 274.Doc

12

(TO BE FILLED UP BY THE TENDERER)


APPENDIX A

DECLARATION
I/We have carefully read and understood the terms and conditions of the tender 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 tender
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 at 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.
I/We are Dealer.
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 tender, to the extent
accepted may be cancelled.

SIGNATURE OF THE TENDER


(Name in block letter)
COMPOANY/FIRM
Authorized Signatory

PRESENTED BY _____________
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_________________________
(Name in Block letters with designation)

ATTESTED SIGNATURES

2.________________________
(Name in Block letters with designation)

C:\Users\AE\Desktop\TN-274(MM)\TN 274.Doc

Verified by Notary Public.

13

APPENDIX-B
INFORMATION TO BE FURNISHED BY THE TENDERER
1.

2.

i.

..
..
--------------------------------------------------..
..
.

iii.

Telephone No.
a) Office.
b) Residence
c ) Factory
d) Fax
e) E-mail

:
:
:
:
:
:

a)
i)

In case of Private Limited Co.


Whether article of association
And Memorandum enclosed or
Not.
List of present directors alongWith their current & permanent
Address enclosed or not.

Enclosed at Page No.


not enclosed/Not applicable.
Enclosed at Page No.
not enclosed/Not applicable.

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.

i)

Name of authorized power of attorney


Holder.

ii)

Address

iii)

(a)
i)

ii)

b)

5.

-----------------------------------------------

Address

b)

4.

ii.

ii)

3.

Name of Firm

Telephone No.
Residence
Office

.
.
.
.
.
.

:
:

In case of Limited Company


Whether power of attorney duly
Attested by Public Notary on non
Judicial stamp paper authorizing the
Signatory to submit the tender and
Letters and to sign the contract and
Other document enclosed.
Resolution of Board of Directors in
Favour of power of attorney enclosed or not.
In case of partnership firm
Whether power of attorney duly
Signed by all partners enclosed
Or not.

Enclosed at Page No..


not enclosed/Not applicable

Enclosed at Page No
Not enclosed/Not applicable
Enclosed at Page No
not enclosed/Not applicable

Earnest Money
Amount Deposited
Form of Deposit (mention No. & Date)
Please mention:

C:\Users\AE\Desktop\TN-274(MM)\TN 274.Doc

..

14

a)

b)

c)
d)

e)
f)

g)

h)

i)

j)
k)
J)

Your Sales Tax Registration Number


Copy enclosed at Page No
For location of manufacturing place.
Not enclosed.
Registration No.
Whether notarized copy of STCC
Copy enclosed at Page No
Valid at the time of opening of first
not enclosed.
Envelope enclosed.
Percentage rate of Rajasthan
Rajasthan VAT .. %
VAT applicable on commodity.
Percentage rate of CST as applicable
C.S.T. %
For the tenderer and included in FOR
KATPP Jhalawar rates.
Percentage rate of excise duty
. %
Percentage rate of excise duty as
. %
Applicable for the tenderer and
Included in FOR KATPP Jhalawar rates.
Percentage rate of Rajasthan VAT
Rajasthan VAT... %
as applicable for the tenderer and
to be paid extra.
Percentage rate of P & F charges as
. %
Applicable for the tenderer and
Included in FOR KATPP Jhalawar rates.
Percentage rate of insurance charges as
%
Applicable for the tenderer and
Included in FOR KATPP Jhalawar rates.
Delivery period
..Months.
Part Order
..........................Accepted / Not Accepted
Your PAN/ TAN Registration No.
Copy enclosed at Page No. .

7.

Mention location where material shall


be inspected.

8.

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.

9.

Please state the value of item under


consideration in tender supplied by you
to Government departments during last
Three years as per Appendix D

C:\Users\AE\Desktop\TN-274(MM)\TN 274.Doc

Address..
..

Rs..

15

Appendix-C
TECHNICAL SPECIFICATIONS FOR SUPPLY OF METALLIC
EXPANSION BELLOW FOR BOILER OF 2X600 MW AT KaTPP,
RVUNL, JHALAWAR
TECHNICAL SPECIFICATIONS AGAINST TN- 274(MM)

Intent of specification:- The specifications given below provide information regarding


application of these spares of DEC , China Boiler besides other aspects like raw material, QAP,
guarantee, etc.. KaTPP Jhalawar expects that prospective bidders shall go through all these
specifications; understand them well before furnishing their bids. The workmanship and
material of the required spares should be of high quality so as to fulfill durability and
performance during operation.
Material required Metallic expansion Bellow install in
Hot Sec. Air duct of size (6400x4000x6, 5600x4000x6, 5600x4000x6, 2000x5600x6mm),
Wind Box duct of size (2000x2000x6, 1600x1600x6mm),
Hot PA Duct of size (1900x2050x6, 2450x2450x6, 1600x1600x6mm)
and Coal Pipe (Dia 600mm)

Scope of supply:- All Metallic expansion Bellow are install in boiler duct area of 2X600 MW
DEC CHINA Units of KaTPP Jhalawar
Hot Sec. Air duct (6400x4000x6,5600x4000x6,5600x4000x6,2000x5600x6mm)
Design pressure of duct 10.9 kpa
Design temperature 350 degree C.
WinBoxduct(2000x2000x6,1600x1600x6mm)
Design pressure of duct 10.9 kpa
Design temperature 350 degree C.
Hot PA Duct (1900x2050x6,2450x2450x6,1600x1600x6mm)
Design pressure of duct 19.08 kpa
Design temperature 350 degree C.
Coal Pipe (Dia 600mm)
Design pressure of duct 10 kpa
Design temperature 350 degree C.
TECHNICAL SPECIFICATION
A) Hot Sec. Air duct (6400x4000x6,5600x4000x6,5600x4000x6,2000x5600x6mm)
1. Metallic expansion Bellow material should be SS 304 expansion bellow.
C:\Users\AE\Desktop\TN-274(MM)\TN 274.Doc

16

2. Metallic expansion Bellow must have RECTANGULAR SINGLE AXIAL BELLOW.


3. Detail of material construction:- (Ref. DRG No. 3429)
Bellow:- 1.5 thk x1 ply (SA240 TP 304)
Weld End :- 6 thk (IS 2062)
Internal sleeve:- 5 thk (IS 2062)
Lug :- 16 thk (IS 2062)
Tie Rod/ Nut:-Dia 25 mm(MS)
B)WinBoxduct(2000x2000x6,1600x1600x6mm)
1. Metallic expansion Bellow material should be SS 304 expansion bellow.
2. Metallic expansion Bellow must have RECTANGULAR DOUBLE UNIVERSAL BELLOW.
3. Detail of material construction :-( Ref. DRG No. 3430)
Bellow:- 1.5 thk x1 ply (SA240 TP 304)
Spool piece:- 6 thk (IS 2062)
Weld End :- 6 thk (IS 2062)
Internal sleeve:- 5 thk (IS 2062)
Lug :- 16 thk (IS 2062)
Tie Rod/ Nut:-Dia 25 mm(MS)
C )Hot PA Duct(1900x2050x6,2450x2450x6,1600x1600x6mm)
1. Metallic expansion Bellow material should be SS 304 expansion bellow.
2. Metallic expansion Bellow must have RECTANGULAR SINGLE AXIAL BELLOW.
3. Detail of material construction :-(Ref. DRG No. 3429)
Bellow:- 1.5 thk x1 ply (SA240 TP 304)
Weld End :- 6 thk (IS 2062)
Internal sleeve:- 5 thk (IS 2062)
Lug :- 16 thk (IS 2062)
Tie Rod/ Nut:-Dia 25 mm(MS)
D) Coal Pipe (Dia 600mm)
1. Metallic expansion Bellow material should be SS 304 expansion bellow.
2. Metallic expansion Bellow must have CIRCULAR DOUBLE UNIVERSAL BELLOW.
3. Detail of material construction :-( Ref. DRG No. 3431)
Bellow:- 1.5 thk x1 ply (SA240 TP 304)
Spool piece:- 6 thk (IS 2062)
Weld End :- 6 thk (IS 2062)
Internal sleeve:- 5 thk (IS 2062)
Lug :- 16 thk (IS 2062)
Tie Rod/ Nut:-Dia 25 mm(MS)
Collar:-1.5 (SA240 TP 304)
QUALITIY ASSURANCE PLAN :
The successful lowest bidder shall submit detailed quality assurance plan (QAP) and set of
drawings of Material which shall be approved by KaTPP RVUNL Jhalawar for checking and
testing quality of the finished spare. Changes/corrections, if any, incorporated in QAP by RVUNL
shall be binding upon the bidder at no extra cost. QAP shall be the basis for all inspections &
acceptance of the spare ordered. The QAP shall invariably include the following checks as a
minimuma. Chemical composition test certificate of the material from Govt. / NABL approved lab
during inspection.
C:\Users\AE\Desktop\TN-274(MM)\TN 274.Doc

17

b. Hardness and other physical properties test certificate of finished products from
approved lab.
c. Dimensional Checks and visual examination.
INSPECTION :The pre-dispatch inspection of the spares shall be carried out at the works of the manufacturer
by the authorized representatives of KaTPP RVUNL. The supplier shall arrange for testing and
checking of material for chemical composition and physical properties from NABL approved lab
at their cost only. All the charges towards inspection and checking at NABL lab shall also be
borne by the supplier only.
GUARANTEE:The successful bidder shall submit the guarantee as per P.O.
Note: - Bidder may visit the site before quoting the rates & prior to start the fabrication of
spares

Superintending Engineer (MM)


KaTPP, RVUNL, Jhalawar

C:\Users\AE\Desktop\TN-274(MM)\TN 274.Doc

18

LIST OF MATERIAL

S.
No.

Description

Duct size in MM

Reqd.
Qty.

HOT SEC. AIR DUCT Temp. 350C and pressure 10.9 Kpa
1

METALIC EXPANSION BELLOW L-252

1- RIB

6400 X 4000X6

METALIC EXPANSION BELLOW L-524

3- RIB

5600 X 4000 X6

METALIC EXPANSION BELLOW L-328

2- RIB

5600 X 4000 X6

METALIC EXPANSION BELLOW L-328

2- RIB

2000 X 5600 X6

5
6

WIND BOX Temp. 350C and pressure 10.9 Kpa


RECTANGULAR DUCT WITH EXPANSION BELLOW ,L- 3700
RECTANGULAR DUCT WITH EXPANSION BELLOW ,L -3700

2000 X 2000 X6
1600 X 1600 X6

2
1

HOT PRIMARY AIR DUCT Temp. 350350C and pressure 19.08


Kpa
7

METALIC EXPANSION BELLOW L-378 Bi BELLOW

1900 X 2050 X6

METALIC EXPANSION BELLOW L-378 Bi BELLOW

2450 X 2450 X6

METALIC EXPANSION BELLOW L-564 Tri BELLOW

2450 x 2450 X6

10

METALIC EXPANSION BELLOW L-378 Tri BELLOW

2450 X 2450 X6

11

METALIC EXPANSION BELLOW L-328

1600 X 1600 X6

16

2- RIB

COAL PIPE Temp. 350C and pressure 10 Kpa


12

Circular Expansion Bellow for coal pipe (Axial =+/- 310 mm and
Radial =+/- 85 mm), L -2000mm

Dia 600mm
X12mm,

13

Circular Expansion Bellow for coal pipe ( Axial =+/- 280 mm and
Radial =+/- 85 mm), L -2000mm

Dia 600mm
X12mm,

14

Circular Expansion Bellow for coal pipe Axial =+/- 260 mm and
Radial =+/- 85 mm), L -2000mm

Dia 600mm
X12mm,

15

Circular Expansion Bellow for coal pipe Axial =+/- 100mm and
Radial =+/- 240 mm), L -2000mm

Dia 600mm
X12mm,

Superintending Engineer (MM)


KaTPP, RVUNL, Jhalawar

C:\Users\AE\Desktop\TN-274(MM)\TN 274.Doc

19

C:\Users\AE\Desktop\TN-274(MM)\TN 274.Doc

20

C:\Users\AE\Desktop\TN-274(MM)\TN 274.Doc

21

C:\Users\AE\Desktop\TN-274(MM)\TN 274.Doc

22

APPENDIX -D

Details of Purchase orders secured & executed during last 5 years.


S.
No.

Purchase
order No &
Date

Purchase
order placing
Authority
(Designation)

Name of
material
supplied

Value of
purchase
order

Delivery
period
of
supplies

Qty. of material
supplied Full/partial
& date of
completion of order

If material
supplied
partially
than
reasons

Remarks

SIGNATURE OF TENDERER

C:\Users\AE\Desktop\TN-274(MM)\TN 274.Doc

23

APPENDIX-E
REAL TIME GROSS SETTLEMENT (RTGS)/NATIONAL ELECTRONIC FUND
TRANSFER (NEFT)

Form :

M/s ______________________________
__________________________________
__________________________________

The Accounts Officer (Thermal),


KATPP, RRVUNL,
JHALAWAR.

SUB : RTGS/NEFT payments.


We refer to remittance of our payments using RGIs 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.
Banks Name
Branch Adress.
Branch Telephone/Fax No.
Suppliers Account No.
Type of Account
IFSC Code for NEFT
IFSC Code for RTGS
Suppliers Name as per Account
Suppliers E-Mail ID.

Confirmed by Banker

C:\Users\AE\Desktop\TN-274(MM)\TN 274.Doc

24

Appendix-F

Part B(2)

To be executed on Rajasthan Govt. Non judicial stamp paper or as per application stamp duty and
additional pages on Rajasthan petition papers and stamp paper to be purchased in the name of
Bank.
Performance Bank Guarantee
To,
The Chief Engineer
Jhalawar Thermal Power Station
Rajasthan Rajya Vidyut Utpadan Nigam Ltd.,
Jhalawar.
Dear Sir,
THIS DEED OF GUARANTEE is made this day ..of .20.
Between the Chief Engineer, (KATPP) Rajasthan Rajya Vidyut Utpadan Nigam Ltd.,Jhalawar (
herein after Called the ) owner (which expression shall unless excluded by or repugnant to the
context includes his successors and assigness) of the one part and the
(Full address) herein after called. The Bank having Regd. Office at ...
which expression shall unless excluded by ofr repugnant to context includes its successors and
assignees) of the other part.
WHEREAS
MESSERS(Full
address)
(herein after called Contractor ) agreed to supply material/equipment to the Chief Engineer,
(KATPP)
Rajasthan
Rajya
Vidyut
Utpadan
Nigam
Ltd.,Jhalawar
against
P.O.
Nodate.herein after refered to as the contract.
AND WHEREAS as per the terms of the contract it was provided that the contractors
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 contractors the Bank has agreed to execute these
presents.
NOW THE INDENTURE WITNESS AND IT IS HEREBY AGREED AND DECLARED BY
THE and between the parties here to as follows :The bank hereby guarantees to the Chief Engineer,Jhalawar Super Thermal Power
Station, Rajasthan Rajya Vidyut Utpadan Nigam Ltd, Jhalawar the fulfillment by the contractors of
the various obligations imposed on them under the aforesaid contract including the obligation of
the contractors to timely supply materials of the good quality and workmanship and the bank
further guarantees to the KATPP,RRVUNL, that the contractor shall substitute and supply free of
cost any material 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 (KATPP)
RRVUNL, Jhalawar indemnified to the extent of Rs. in words Rupees
) against any loss or damage that may be caused to or suffered by the RRVUNL,
by reason of any failure by the contractors to timely supply materials of good quality design and
workmanship as aforesaid and further undertake to pay to the Chief Engineer (KATPP) RRVUNL,
Jhalawar on demand a sum not exceeding Rs. (Rupees..) in the
event of the contractor failing or neglecting to perform and discharge the aforesaid duties and
obligations on their part to be observed and performed under the said contract.
1.

The decision of the Chief Engineer, (KATPP) Rajasthan Rajya Vidyut Utpadan Nigam Ltd.,
Jhalawar as to whether the contractor have failed or neglected to perform or discharge their
duties and obligation as aforesaid and as to the amount payable to the Chief Engineer,
RRVUNL by the Bank herein shall be final and binding on the Bank.

C:\Users\AE\Desktop\TN-274(MM)\TN 274.Doc

25

2.

3.
4.

5.
6.

7.

8.

9.
10.

The guarantee herein contained shall remain in full force and effect during period that would
be taken for the performance of the said contract and it shall continue to enforce able till the
obligations to the Rajasthan Rajya Vidyut Utpadan Nigam Ltd., under or by force of the
contract have been fully and properly discharged by the said contractors, subject however, to
the conditions that the RRVUNL will have no right under this guarantee after 12 month from
the date of commissioning of the equipment or later than 18 month after receipt of the
material at site whichever is earlier, provided further that if any, claim arises by virtue of the
guarantee before the aforesaid date, the same shall be enforceable against this Bank
notwithstanding the fact the same is enforced after the aforesaid date.
The guarantee herein contained shall not be affected by any change in the constitution of the
contractors of Bank.
The Chief Engineer, (KATPP) Rajasthan Rajya Vidyut Utpadan Nigam Ltd.,shall have the
fullest liberty without affecting the guarantee to postpone for/any time and from time to time
any of the powers exercisable by the Board against contractors 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 RRVUNL of
the liberty with reference to the matter aforesaid or by the reasons time being given to the
contractors or by any other forbearance act or omission of the part of the Rajasthan Rajya
Vidyut Utpadan Nigam Ltd. to the contractors or by any 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.
Chief Engineer includes Additional Chief Engineer and any other officer exercising the
powers of Chief Engineer Rajasthan Rajya Vidyut Utpadan Nigam Ltd.
The Bank further undertake not to revoke this guarantee during its currency except with the
previous consent of the Chief Engineer (KATPP) Rajasthan Rajya Vidyut Utpadan Nigam
Ltd.Jhalawar in writing.
All disputes arising under the said guarantee between the Bank and the Board or between
the supplier and the Board pertaining to the guarantee, shall be subject to the jurisdiction of
Courts in Rajasthan alone.
Notwithstanding anything contained herein before, the Banks liability under this guarantee is
restricted to Rs. (Rupees)and the
guarantee shall remain in force upto.unless demand or claim in writing is
presented on the Bank within six months from that date the Bank shall be released and
discharged from all liabilities there under.
We further undertake to pay this amount to the Chief Engineer, (KATPP) without any clear
forthwith surely on demand from the owner. Any such demand on that shall be contract.
IN WITNESS WHERE OF THE BANK has executed these presents the days 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)

C:\Users\AE\Desktop\TN-274(MM)\TN 274.Doc

26

SDBG
Bank guarantee in lieu of Security Deposit on non-judicial stamp paper of Rajasthan Govt. worth
Rs. 100/- or as per applicable stamp duty with extra pages on Rajasthan Govt. petition papers
stamp paper to be purchased in the name of Bank.
The Chief Engineer
Jhalawar Thermal Power Station
Rajasthan Rajya Vidhyut Utpadan Nigam Ltd.,
Jhalawar
In consideration of the Chief Engineer (KATPP) Rajasthan Rajya Vidhyut Utpadan Nigam Ltd,
Jhalawar (hereinafter called the purchaser) or his assigns having agreed that in respect of order
No. RRVUNL/KATPP/..dated(herein-after referred to
as contract) placed with M/s
(full address), the contractor need not furnish the security deposit in cash and / or Bank draft. We
the (full address) having its registered
office at .(full address) (hereinafter called the Bank)
undertake to pay the purchaser on demand the sum or sums of money payable as security deposit
by the contractor in respect of order No. RRVUNL/KATPP/..Dated.. placed by
the Board with the contractor subject to the following terms and conditions.
1.
Payment pursuant in this undertaking will be demanded by purchaser from the Bank and
will be met by the Bank without demure and question in the case in which the contractor, on receipt
of the order and or after the acceptance of his tender has been communicated to him by the
purchaser, make default in entering into an agreement or having entered into such Agreement or
otherwise, the contractor makes default in carring out the contract thereof as to whether the
occasion or ground is arisen for such demand, the decision of the Chief Engineer including
Additional Chief Engineer and any other officer exercising the powers of Chief Engineer, Rajasthan
Rajya Vidhyut Utpadan Nigam Ltd, shall be final.
2.
The liability of the Bank shall not at any time exceed Rs. . (in word
Rs)
3.
The undertaking will be determined on .. but will notwithstanding such
determination, continue to be in force till the expiry of 3 months from the date of completion of all
supplies against the aforesaid order.
4.
No variation in the terms of tender, acceptance or agreement as between the contractor
and the purchaser made without the (Banks) consent shall discharge the undertaking.
5.
No indulgence or grant of time by the purchaser to the contractor without the
acknowledgement of the Bank will discharge the liabilities of the Bank under this guarantee.
6.
The guarantee herein contained shall not be affected by any change in the constitution of
the contractor.
7.
Notwithstanding anything contained herein before the Banks liability under this guarantee
is restricted to Rs.. (in word Rupees.. )
and the guarantee shall remain inforce upto Unless demand or claim in writting is
presented on the Bank within 3 months from that date, the bank shall be released and discharged
from all liabilities thereunder.

C:\Users\AE\Desktop\TN-274(MM)\TN 274.Doc

27

8.

The Bank further undertakes not to revoke this guarantee during its currency with the
previous consent of the Chief Engineer (KATPP), Rajasthan Rajya Vidhyut Utpadan Nigam
Ltd, Jhalawar.

9.

We undertake to pay this amount to the purchaser without any demure forthwith merely on
demand from the owner. Any such demand made on Bank shall be conclusive.

10.

All disputes in relation to this guarantee between the Bank and Board shall be subject to
jurisdiction of Courts at Jhalawar in Rajasthan alone.

This deed of Guarantee is made this dayof ..201 .

Yours Faithfully.
Bankers
(EXECUTANT)

Signed by the above named bank in the presence of withnesses with address :-

1.

..

2.

Station..

Date

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

C:\Users\AE\Desktop\TN-274(MM)\TN 274.Doc

28

Appendix-G

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

INDENTURE FOR AGREEMENT


This indenture made at ____________________ this _________ day of
the month of _______________________ the year_____________________
between Chairmen & 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 M/s________________________________________________
_______________________________________________________________
herein after referred to us supplier, which expression, unless the context does
not permit includes their successors and permitted assign of the second part,
witness as follows: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
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.
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 in the presence of the witness:-

For and on behalf of


Supplier
Witness
(Supplier Side)
Witness :1)
Witness :2)

Name

Address

Signature

For and on behalf of


CMD RVUNL
C:\Users\AE\Desktop\TN-274(MM)\TN 274.Doc

29

APPENDIX-H
(Certificate Regarding VAT)
CERTIFICATE

I,________________________(Name)_____________________(designation)__________
________________(name of Company) do certify that the goods purchased from Shri/M/s
_______________________
amounting

to

Rs.

having

Registration

No.(TIN)____________________

____________________

(in

words

also)

_______________________________ vide VAT Invoice No.____________________ Dated


__________________

have

been

purchased

by

M/s

__________________________________(name of purchasing company) for the purpose of


exclusive use of it in the generation, of electric power.

(Seal of the duly authorized officer of the company)

Place :

Date

Signature ____________________________

Designation of the authorized officer of the Company

C:\Users\AE\Desktop\TN-274(MM)\TN 274.Doc

30

APPENDIX-I
In compliance to Rajasthan transparency in public procurement Act.2012 and Rajasthan transparency in public
procurement rules 2013 the following annexure have been added in GCC. These will be part of GCC of
contract. The bidders should go through these.
Annexure A: Compliance with the code of integrity and No conflict of interest.
Annexure B: Declaration by Bidder regarding Qualifications.
Annexure C: Grievance Redressed during procurement process.
Annexure D: Additional conditions of contract.
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 an 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 o 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) h a ve 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.
C:\Users\AE\Desktop\TN-274(MM)\TN 274.Doc

31

Annexure 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.

2.

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

C:\Users\AE\Desktop\TN-274(MM)\TN 274.Doc

32

Annexure C: Grievance Redressal during Procurement Process


The First Appellate Authority is: .
The Second Appellate Authority is:..
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 endeavor 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
(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 AO, KaTPP, payable at Jhalawar.
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.
C:\Users\AE\Desktop\TN-274(MM)\TN 274.Doc

33

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.

C:\Users\AE\Desktop\TN-274(MM)\TN 274.Doc

34

FORM No.1
[See rule 83]
Memorandum of Appeal under the Rajasthan Transparency in Public Procurement Act, 2012
Appeal Noof
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

C:\Users\AE\Desktop\TN-274(MM)\TN 274.Doc

35

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:
1) 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:
2) 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
3) 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 Bidder,
whose Bid is accepted. However, when it is considered that the quantity of the subject matter of procurement
to be procured is very large and it may not be in the capacity of the Bidder, whose Bid is 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.
Note: If any conflict/discrepancies arise between our GCC (Schedule-II) and Annexure A to
D under transparency act, then the conditions of our GCC (Schedule-II) shall prevail.

C:\Users\AE\Desktop\TN-274(MM)\TN 274.Doc

36

You might also like