You are on page 1of 11

RAICHUR POWER CORPORATION LIMITED

(A Joint Venture Company of KPCL, BHEL & IFCIL)

NOTICE INVITING BID & QR

DOMESTIC COMPETITIVE BIDDING

ABSTRACT TENDER NOTIFICATION

No: KPCL/2018-19/PS/WORK_INDENT8463 Date: 09.03.2019

Raichur Power Corporation Limited invites bids through GOK e-procurement platform
www.eproc.karnataka.gov.in from the qualified bidders for the following brief scope of
work:

“Design, engineering, manufacture, Quality Surveillance, inspection & testing at


supplier’s works, supply, packing, forwarding to site, transportation, F.O.R-
YTPS, unloading, storage, preservation, handling at site, all mechanical, C&I systems,
electrical equipment and systems, steel structures, civil works with new chimney,
insurance, erection, painting, start-up, trial operation, testing,
commissioning, performance guarantee testing and warranty for wet lime stone flue
gas desulphurization plant for 2 x 800MW, units-1 and 2 of Yeramarus Thermal Power
Station of RPCL, Yeramarus, Raichur District, Karnataka and handing over to the
Owner an operating plant and Operation & Maintenance of FGD systems including
supply of spares & consumables for ten years as per scope identified in the technical
specifications of the bid document of YTPS, 2 X 800MW project”.

Those who have not registered in e-procurement portal www.eproc.karanataka.gov.in


may do so in order to participate in the bid.

The brief bid notification containing the pre-qualifying criteria for the bidders,
EMD, Calendar of bid activities and other details can be accessed from e–
procurement portal.

Further details can be had from:

Chief Engineer (Thermal Designs),


Raichur Power Corporation Ltd.,
#22/23, Sudarshan Complex,
2nd Floor, Sheshadri Road,
BENGALURU - 560 009.
Tel: 080-22354346,
E-mail: cetd@karnatakapower.com
sem1cetd@karnatakapower.com
eem3cetd@karnatakapower.com
Web site: www.karnatakapower.com
RAICHUR POWER CORPORATION LIMITED
(A Joint Venture Company of KPCL, BHEL & IFCIL)

DOMESTIC COMPETITIVE BIDDING

BRIEF BID NOTIFICATION

No: KPCL/2018-19/PS/WORK_INDENT Date: 09.03.2019

RAICHUR POWER CORPORATION LIMITED invites bids through GOK e-procurement


platform www.eproc.karnataka.gov.in from the qualified bidders for “Design,
engineering, manufacture, Quality Surveillance, inspection & testing at supplier’s
works, supply, packing, forwarding to site, transportation, F.O.R-YTPS, unloading,
storage, preservation, handling at site, all mechanical, C&I systems, electrical
equipment and systems, steel structures, civil works with new chimney, insurance,
erection, painting, start-up, trial operation, testing, commissioning, performance
guarantee testing and warranty for wet lime stone flue gas desulphurization plant for 2
x 800MW, units-1 & 2 of Yeramarus Thermal Power Station of RPCL, Yeramarus,
Raichur District, Karnataka and handing over to the Owner an operating plant and
Operation & Maintenance of FGD systems including supply of spares & consumables
for ten years as per scope identified in the technical specifications of the bid document
of YTPS, 2 X 800MW project.

BRIEF SCOPE OF WORK FOR WET LIMESTONE FLUE GAS DESULPHURIZATION


PLANT FOR YTPS 2X800MW, Units 1&2 .

1.0 BRIEF SCOPE OF WORK FOR WET LIMESTONE FLUE GAS DESULPHURIZATION
PLANT FOR YERAMARUS THERMAL POWER STATION 2 X 800MW, UNIT-1 & 2.
The scope of this enquiry covers the following:
“Design, engineering, manufacture, Quality Surveillance, inspection & testing at
supplier’s works, supply, packing, forwarding to site, transportation, F.O.R-YTPS,
unloading, storage, preservation, handling at site, all mechanical, C&I systems,
electrical equipment and systems, steel structures, civil works with new chimney,
insurance, erection, painting, start-up, trial operation, testing, commissioning,
performance guarantee testing and warranty for wet lime stone flue gas
desulphurization plant for 2 x 800MW, units-1 & 2 of Yeramarus Thermal Power
Station of RPCL, Yeramarus, Raichur District, Karnataka and handing over to the
Owner an operating plant and Operation & Maintenance of FGD systems including
supply of spares & consumables for ten years as per scope identified in the
technical specifications of the bid document of YTPS, 2 X 800MW project”.

2.0 BRIEF SCOPE OF WORKS.

The brief scope of works consists of: “Design, engineering, manufacture, Quality
Surveillance, inspection & testing at supplier’s works, supply, packing, forwarding
to site, transportation, F.O.R-YTPS, unloading, storage, preservation, handling at
site, all mechanical, C&I systems, electrical equipment and systems, steel
structures, civil works with new chimney, insurance, erection, painting, start-up,
trial operation, testing, commissioning, performance guarantee testing and
warranty for wet lime stone flue gas desulphurization plant for 2 x 800MW, units-
1 & 2 of Yeramarus Thermal Power Station of RPCL, Yeramarus, Raichur District,
Karnataka and handing over to the Owner an operating plant and Operation &
Maintenance of FGD systems including supply of spares & consumables for ten
years as per scope identified in the technical specifications of the bid document of
YTPS, 2 X 800MW project”.

FGD shall be based on Wet Limestone Forced Oxidation process complete with
Limestone Storage and handling system, Limestone storage silos, Crushers, wet
ball mills, limestone slurry pumps, slurry tank for each mill, complete with all
accessories and agitator(s), recycle tank, Recycle pumps for each mill, hydro-
cyclone, Independent Limestone Forced Oxidation (LSFO) type absorber system for
each unit complete with re-circulating slurry spray header(s) and nozzles, multi
stage mist eliminators, wash water nozzles, oxidation tank integral to tower,
oxidation headers and nozzles, agitators and all internal systems integral of the
absorber, without GGH, Gypsum Bleed Pumps, dewatering equipments, vacuum
belt filters, receiver tanks, vacuum pumps, Primary hydro-cyclones, Secondary
hydro-cyclone feed tank, feed pumps, reclaim water tanks & pumps, waste water
tanks & pumps, Emergency Absorbent tanks, Process Water Storage tank, Process
Water Pumps, Gypsum Cake washing tank, cake wash water pumps, Booster fans,
Dampers, elevators, Equipment Cooling Water System (DMCW & ACW system)
including required Plate heat exchangers (PHEs), Air Conditioning and Ventilation
System, Hoists, Service and Potable water system distribution, pipe racks and
cable racks, which falls within the battery limits, associated civil and structural
works including supply of cement and steel, associated C&I system & associated
electrical system, illumination, cables and cabling covering the entire scope of
work of FGD, commissioning, performance testing of equipment, all maintenance
works up to completion of trial operation and handing over, first fill of
consumables including chemicals, oils & lubricants with topping requirements for
all plant and equipments, supply of tools and tackles, supply and erection of
lining in the flue gas duct downstream of absorber including duct after terminal
point till New chimney and Operation & Maintenance of FGD systems including
supply of spares & consumables for ten years as per scope identified in the
technical specifications of the bid document of YTPS, 2 X 800MW project.
.
3.0 OPERATION & MAINTENANCE SCOPE FOR FGD SYSTEM

The details covered below are the general aspects of scope and other requirements
to be carried out during operation and maintenance of FGD systems including
supply of spares & consumables for ten years as per scope identified in the
technical specifications of the bid document of YTPS, 2 X 800MW project.
Commencement of O&M period will start after Taking Over of the plant by Owner
after completion of trial operation for 72 hours (Definition of Trial as defined
elsewhere in specification).

3.1 The scope includes Operation and Maintenance of complete FGD Plant which
are presently covered in bidder’s scope of supply and installation of FGD plant
from date of successful completion of trial run up to a period of 10 years.
During O&M period, Owner’s personnel shall have unrestricted entry to the
FGD plant and Control Room any time. Owner may suitably depute its
personnel to associate with O&M activities. Contractor shall assist them in
developing expertise through their day to day O&M activities. All records of
maintenance must be maintained by the Contractor which can be accessed by
RPCL on demand. These records are to be handed over to Owner after the
O&M period of the contract.
3.2 The bidder shall be responsible for supply of all spare parts & consumables
and repairs / replacement of any defective equipment(s) at his own cost as
required from time to time during the O&M period.

3.3 The Contractor shall be responsible for the complete Operation and
Maintenance of the entire FGD plant during the O&M period including storage
of limestone inside designated place inside plant to disposal of gypsum at
designated place inside plant i.e. all equipment supplied by Contractor which
is erected and commissioned as per the scope of contract.

3.4 Owner’s scope shall be limited to supply of Limestone only, provision of


process water & supply of electricity. Further, Lime stone will be supplied at
designated point and gypsum shall be taken out of plant from designated
point inside plant.

3.5 The spares required for maintenance during guarantee period shall be
provided by the bidder at no extra cost to the owner as the system will be
under guarantee period.

Mandatory Spares/Essential Spares:

The contractor shall provide a list of Mandatory spares/Essential spares along


with the bid indicating the list and quoted price breakup. The purchaser reserves
the right to buy any or all of the spares. Prices of Mandatory spares/Essential
spares will not be considered for evaluation.

4.0 INSTRUCTIONS REGARDING E-PROCURMENT.

i. The bid is to be submitted in the GOK e-procurement platform


www.eproc.karnataka.gov.in system only.

ii. Bidders, who have not registered in e-procurement portal, may do so by


registering through web site www.eproc.karnataka.gov.in

iii. The bidders can access bid documents on the web site, fill them and submit the
completed bid documents in to electronic tender on the website itself within the
stipulated date. The blank bid documents can be accessed through e-
procurement portal web site www.eproc.karnataka.gov.in

iv. Bidders shall attach scanned copies of all the certificates pertaining to the
qualification requirement as mentioned under “Minimum Qualification.
Requirements” clause. Whenever required, bidders shall furnish the original
certificates to the RPCL authorities, failing which, the bidder will be disqualified.

v. Conditional bids, incomplete bids, bids without EMD, bids not properly uploaded
and bids submitted late shall be rejected.

vi. Bidders shall refrain from altering/modifying/revising the price bids after the
date and time fixed for submission of bids in the calendar of events even though
if it is accepted by the portal. Date and time stamp of the portal shall be final in
deciding the time and date of submission of bid. Decision of the Corporation in
this regard is final and acceptable to all the bidders.
5.0 MINIMUM QUALIFYING REQUIREMENTS:

5.1 Technical Criteria


The Bidder should meet the qualifying requirements stipulated in any one of the
qualifying routes i.e.,

Route-1 (clause 5.1.1) or


Route-2 (clause 5.1.2) or
Route-3 (clause 5.1.3) or
Route-4 (clause 5.1.4) or
Route-5 (clause 5.1.5) or
Route-6 (clause 5.1.6)

Including requirements stipulated in sub clauses or respective Route. In addition,


the Bidder should also meet the requirements stipulated under clause 5.2.0
(Financial Criteria) below together with the requirements stipulated under section
Instruction to Bidder.

Definitions of Qualifying Requirements (QR) of the Bidders


a. “Qualified Wet Limestone based Flue Gas Desulphurization system
Manufacturer (QFGDM)” means a manufacturer meeting requirements
stipulated at clause 5.1.1.
b. Wherever the term 'coal fired' is appearing in Cl. 5.1.1 to 5.1.7, "coal" shall
be deemed to also include coal / lignite.

5.1.1 Route 1: Qualified Wet Limestone based Flue Gas Desulphurization system
Manufacturer (QFGDM)
The Bidder should have Designed, Engineered, Manufactured / Supplied,
Erected / Supervised Erection, Commissioned / Supervised commissioning of at
least one (1) number of Wet Limestone based Flue Gas Desulphurization
System, having flue gas treatment capacity of not less than 20,00,000 Nm3/hr,
with desulphurization efficiency of at least 90% operating in a pulverized coal
fired power plant. The above wet limestone based Flue Gas Desulphurization
system should have been in successful operation for a period of not less than
one (1) year as on the original scheduled date of bid opening.

(OR)

5.1.2 Route 2: Qualified Wet Limestone based Flue Gas Desulphurization system
Manufacturer (QFGDM)

The Bidder should have Designed, Engineered, Manufactured / Supplied,


Erected / Supervised Erection, Commissioned / Supervised commissioning of at
least one (1) number of Wet Limestone based Flue Gas Desulphurization
System, having flue gas treatment capacity of not less than 6,00,000 Nm3/hr,
with desulphurization efficiency of at least 85% operating in a pulverized coal/
lignite fired power plant. The above wet limestone based Flue Gas
Desulphurization system should have been in successful operation for a period
of not less than one year as on the original scheduled date of bid opening.

(OR)
5.1.3 Route 3: Steam Generator / Electrostatic Precipitator Manufacturer

The Bidder should have Designed, Engineered, Manufactured / Supplied,


Erected / Supervised Erection, Commissioned / supervised commissioning of
Steam Generator / Electrostatic Precipitator for at least one (1) number of coal /
lignite fired steam generator of capacity 200 MW or above / Steam Generator
with steaming capacity of minimum 600 TPH, which should have been in
successful operation for a period of not less than one (1) year as on the original
scheduled date of bid opening.
(OR)

5.1.4 Route 4: Bidder who executed Power plant or Steam Generator or Steam
Turbine Generator or BOP or FGD on EPC basis.

The Bidder should be an Engineering, Procurement and Construction (EPC)


organization and should have executed Power plant package or Steam
Generator Package or Steam Turbine Generator Package or BOP Package or Wet
FGD system package for minimum one (1) number of coal / lignite fired power
plants of 200 MW unit capacity or above on EPC basis. The project shall be in
successful operation for a period of not less than one (1) year as on the original
scheduled date of bid opening.
(OR)

5.1.5 Route 5: Bidder who is an Indian JV company of Steam Generator


manufacturer or QFGDM

The Bidder shall be a Joint Venture (JV) Company incorporated in India under
the Companies Act of India, as on the original scheduled date of bid opening,
promoted by (i) an Indian Company registered in India under the Companies Act
of India and (ii) a Steam Generator Manufacturer meeting requirements of
clause 5.1.3 or a QFGDM meeting requirements of clause 5.1.1, created for the
purpose of manufacturing/supplying in India, Steam generator sets/Flue Gas
Desulphurization System. The Steam Generator Manufacturer/QFGDM shall
maintain a minimum equity participation of 26% in the JV Company and one of
the promoters shall be a majority stakeholder who shall maintain a minimum
equity participation of 51% in the JV Company and the JV status shall be
maintained till the completion of all the contractual obligations.

(OR)

5.1.6 Route 6: Bidder who is an Indian Subsidiary company of Steam Generator


manufacturer or QFGDM with Collaboration and Technology Transfer
Agreement with QFGDM.

The Bidder shall be an Indian Subsidiary Company of a Steam Generator


Manufacturer meeting requirements of clause 5.1.3 or an Indian Subsidiary
Company of a QFGDM meeting requirements of clause 5.1.1, registered in India
under the Companies Act of India, as on the original scheduled date of bid
opening, for manufacturing/supply of Steam Generator sets/Flue Gas
Desulphurization System. The subsidiary Company shall remain a subsidiary
company of the Steam Generator Manufacturer/QFGDM till completion of all
the contractual obligations.
5.1.7 The Bidder who fulfills the requirements as per clause 5.1.2 or 5.1.3 or 5.1.4 or
5.1.5 or 5.1.6 above should have an existing valid collaboration agreement /
technology licensing agreement with QFGDM who meets the requirements of
clause 5.1.1 above on its own as on the original scheduled date of bid opening.
In such a case Bidder can manufacture/get manufactured the wet limestone
based Flue Gas Desulphurization System as per the design and manufacturing
drawings of such QFGDM. The Bidder should along with the bid furnish a Deed
of Joint undertaking jointly executed by the bidder and the QFGDM for the
successful performance of the contract, as per Annexure-10 enclosed with the
bidding documents in which the QFGDM and the Bidder are jointly and
severally liable to the Purchaser to perform all the contractual obligations
including the technical guarantees for the complete Flue gas Desulphurization
package.

In case of award, the QFGDM will be required to furnish an on demand bank


guarantee for an amount of 5% of the total contract price of the Flue Gas
Desulphurization Package in addition to the contract performance guarantee to
be furnished by the Bidder.

5.2.0 Financial Criteria:

5.2.1 The annual turnover of the Bidder, in at least Two (2) of the preceding five (5)
financial years as on the original scheduled date of Techno-Commercial bid
opening, shall not be less than Rs.600.00 Cr. (Rupees Six Hundred Crores).

5.2.1(a) In case a Bidder does not satisfy the annual turnover criteria, stipulated above
on its own, its Holding Company would be required to meet stipulated turnover
requirements as above, provided that the Net worth of such Holding Company
as on the last day of the preceding financial year is at-least equal to or more
than the paid-up share capital of the Holding Company. In such an event, the
Bidder would be required to furnish along with its Techno-commercial bid, a
Letter of Undertaking from the Holding Company, supported by the Holding
Company’s Board Resolution, as per the format enclosed vide Annexure-16 in
the bid documents, pledging unconditional and irrevocable financial support for
the execution of the Contract by the Bidder in case of award.

5.2.2 The Bidder, his associate / Collaborator / technology license provider or their
holding company shall have positive Net Worth as per the latest audited
financial statements individually.

5.2.3 The bidder shall be financially sound and capable of executing high value
contracts. As a proof of their financial capacity they should produce a firm and
unconditional letter of commitment for an amount of Rs.92 (Ninety two) Crores
from any nationalized bank / scheduled bank/ branches of foreign banks in
India valid for a minimum period of one year to meet the fund requirement of
the contract as per format enclosed vide Annexure-15.

6.0 Notwithstanding anything stated above, RPCL reserves the right to assess the
capability and capacity of the bidder and or Joint venture partners/technology
provider to perform the contract, should the circumstances warrant such
assessment in the overall interest of the RPCL. If such an assessment calls for
rejection of any or all bids, RPCL reserves right to reject any or all bids.

7.0 Any agency whose performance in the ongoing projects of RPCL is observed to be
not satisfactory such agency shall be liable for rejection.
8.0 Documentary Evidences to be submitted along with the Bid:

a) Documentary evidences to satisfy the qualifying requirements mentioned in


the Clauses 5.1 to 5.2 as applicable shall be furnished with details as in
Annexure 18-23.
b) The bidder, collaborator, QFGDM, technology provider, holding company,
steam generator/ ESP manufacturer etc. shall furnish his/their audited profit
and loss account and balance sheet for the preceding three consecutive
financial years.
c) The qualifying requirement as claimed by the Bidder(s) shall be filled up in the
format enclosed in Section A5, Part-I, Volume-I of General Conditions of the
Contract.
d) The bidder shall upload scanned copies of following documents:-
i. Income tax – PAN No.
ii. Independent PF code
iii. GST Registration certificate
iv. Labour certificate
e) Upload duly filled and signed copies of all the Annexures as per the format
enclosed.
f) Non submission of any of said formats, will make the bid liable for rejection.

9.0 The intending bidder shall quote in Indian Rupees only.

10.0 Bids received from Bidders whose EMD has been Forfeited or contracts have been
terminated or foreclosed on account of their Default in RPCL or elsewhere during
the past 3 (Three) years will not be considered. The bidder shall give declaration
that EMD has not been forfeited and none of his contracts have been terminated
/ foreclosed on account of their default in RPCL or elsewhere during the past 3
(Three) years.

11.0 Bids duly filled in shall be submitted through e-procurement portal only. The bids
shall be submitted in two cover format.

i. Cover-I shall contain EMD, Technical and Commercial bid documents to


establish qualifying requirements, Schedule of Guaranteed parameters and
will be opened first, document furnished will be scrutinized to determine the
bidders meeting qualifying criteria. Bidder shall not enclose price schedule
with Cover – I and shall be submitted along with Cover – II only.

ii. Cover-II shall contain only Price Bid. The date of opening of the cover-II would
be intimated in advance to those bidders who are qualified.

12.0 The EMD furnished by the bidders will be forfeited in case the bidder withdraws
the offer during the validity or violates any clause stipulated in the bid.

The EMD will be returned to the unsuccessful bidders after the contract is
awarded to the successful bidder.

13.0 The intending Bidders shall upload all the documents along with the application.

14.0 Tenders (Cover - 1 & Cover - 2) must be electronically submitted (online through
internet) within the date and time published in e-procurement portal. Cover -1 of
Tender will be opened at prescribed time and date in the e-procurement
portal and Opening of Cover -2 will be intimated later.
15.0 The following are the Calendar of bid events for two cover tender system.

Date of Publishing of ABN and BBN in


1. i)www.karnatakapower.com 09.03.2019
ii)www.eproc.karnataka.gov.in
Last date for receipt of queries if any 16.04.2019 at 17.00 Hrs
2. through e-procurement cell only.
Date of pre-bid meeting, if required for 23.04.2019 at 11.00 Hrs
3. technical clarification at KPCL, O/o CETD,
Bangalore
4. Uploading replies to queries 10.05.2019 at 17.00 Hrs
Last date and time for submission of
technical bid cover-I along with EMD and
5. Price bid cover-II through e-procurement 10.06.2019 at 17.00 Hrs
cell.
6. Opening of Technical bids (cover-I) 13.06.2019 at 11.00 Hrs

7. Opening of Price bids (cover –II) Will be intimated later

16.0 BID VALIDITY: The validity of the bid shall be 240 days from the date of opening of
the Technical bid (Cover-I) or extended period.

17.0 EARNEST MONEY DEPOSIT:

i. EMD: Rs.8,00,00,000/-(Rupees Eight Crores only). The e-payment shall be made


for Rs.1.00 lakh (Rupees One Lakh only) (direct debit, credit card & National
Electronic Fund Transfer (NEFT) or Over The Counter (OTC) only through ICICI
Bank and remaining Rs.7,99,00,000/-(Rupees Seven Crores & ninety nine lakh
only) either in the form of crossed demand draft in favor of RAICHUR POWER
CORPORATION LIMITED, payable at Bangalore or Bank Guarantee from a
Scheduled Bank on Rs 200/- stamp paper as per the RPCL Proforma. The Bank
Guarantee submitted towards EMD shall be valid for a period of 270 days from the
schedule date of opening of the technical bid (Cover-I). In case, the validity of the
Bid is required to be extended, the validity of the BG furnished towards EMD shall
be extended up to 30 days beyond such extended bid validity period. The Bank
guarantee shall be furnished in the prescribed format. Only on receipt of full EMD
BG of Rs.7,99,00,000/- along with technical bid, Price bid will be opened and
considered for evaluation.

ii. Confirmation of BG through Structured Financial Messaging system (SFMS)


shall be done as follows:

The bank guarantee issued by the issuing Bank on behalf of Bidder in favour of
“Name of the Company” shall be in paper form as well as issued under the
“Structured Financial Messaging System”. The details of beneficiary for issue of BG
under SFMS platform is furnished below:
Name of Beneficiary Raichur Power Corporation Limited
Unit/Area/Division Chief Engineer (Thermal Design)
Beneficiary Bank, Branch & Address Syndicate Bank,
Gandhi Nagar Branch,
Syndicate Building, IInd Cross,
Bangalore – 560 009
IFSC Code SYNB0000400
While issuing the Physical BG, the bidders Bank shall also send electronic message
to Employers Beneficiary Bank whose details are provided above through secure
SFMS.

iii. Part and incomplete bid / bids not accompanied with EMD / belated bids will not
be accepted.

18.0 CONTRACT PERFORMANCE SECURITY: The successful bidder has to furnish a


Bank Guarantee from a Scheduled Bank towards Contract Performance, equivalent
to 10%(TEN) of the contract value with an appropriate validity period (including
guarantee period of one year in addition to the completion period of the work
envisaged), at the time of entering into contract agreement. The BG shall be
furnished in the prescribed format only.

The technology collaborator (QFGDM), if any, of successful bidder shall also furnish
a for faithful compliance to DJU equivalent to 5% (Five percent) of the contract
amount in the form of BG from any scheduled or nationalized bank acceptable to
the Corporation in the prescribed format before entering into agreement.

19.0 COMPLETION PERIOD: The completion period including monsoon period for entire
FGD system from the date of issue of Letter of Award for all the units are as follows:
Supply, Erection, Commissioning and trial running of all equipment’s ready
for interconnection with the main plant.

Unit # 1, FGD package : 30 months from the date of LOA


Unit # 2, FGD package : 31 months from the date of LOA

Completion of interconnection with main plant, Commissioning of FGD


system, Performance Guarantee Test and Handing over:

Unit # 1, FGD package : 32 months from the date of LOA


Unit # 2, FGD package : 33 months from the date of LOA

20.0 Corporation reserves the right to award whole or part of the work should be the
situation so warrant.

21.0 RPCL reserves the right to verify the information / document furnished by the
bidder, should the circumstances so warrant in the overall interest of the
corporation. In case the information or the documents furnished are found to be
incorrect or invalid, then the EMD furnished by such bidders will be forfeited.

22.0 Corporation reserves the right to accept or reject any/ or all bids. However reasons
for rejection will be recorded as per KTPP act.

23.0 Part and incomplete bids/Telegraphic bids/bids not accompanied by EMD/belated


bids will not be accepted.

24.0 The prospective bidder should not coerce any other bidders to derail the healthy
and competitive bidding process. Such acts entail the disqualification for
participating in the tender process. The prospective bidder shall not resort to anti-
competitive practices like price rigging, cartelization, ring formation or adopt unfair
practices both civil and criminal aimed at preventing other bidders from quoting for
the bid, any act inhibits competition or any act that will be detrimental to the
interest of the RAICHUR POWER CORPORATION LIMITED. If the bidder is found to
have resorted to such practices as specified above, he and others who act in concert
with him shall be debarred from quoting for this bid and for future bids for a period
of three years.
25.0 Corrigendum/Modification/Corrections, if any will be published in the website only.
For any clarification on e-procurement, request for e-procurement training, Bidders
can contact HELP DESK at 080-25501216 / 25501227.

26.0 Any other information required may be obtained from the office of the undersigned
during office hours.

Chief Engineer (Thermal Designs),


RAICHUR POWER CORPORATION LTD.,
22/23, 2nd FLOOR, SUDARSHAN COMPLEX,
SHESHADRI ROAD, BENGALURU – 560009
KARNATAKA – INDIA.

Tel:080-22354346;
Email:
eem3cetd@karnatakapower.com
sem1cetd@karnatakapower.com
cetd@karnatakapower.com

Website:http://www.Karnatakapower.com

You might also like