You are on page 1of 31

RAJASTHAN RAJYA VIDYUT UTPADAN NIGAM LIMITED

(A GOVERNMENT OF RAJASTHAN UNDERTAKING)


Corporate Identity Number(CIN) – U40102RJ2000SGC016484
CHHABRA SUPER CRITICAL THERMAL POW ER PROJECT,
CHHABRA (R AJ A ST H AN )
Email:-ce.cons.ctpp@rrvun.com website :-www.rvunl.com

NOTICE INVITING E-TENDER

Email ID: ce.cons.ctpp@rrvunl.com Web Site : www.rvunl.com


Online e-tender are invited for TNC – 06 / 2021-22 (Civil), UBN No: RVU2122WSOB00442,
Construction of CC Platform in surrounding area of WT-1, WT-2, WT-3 and WT-4 in CHP at
CSCTPP, Chhabra. TNC – 07 / 2021-22 (Civil), UBN No: RVU2122SLOB00443,
Annual rate contract for providing day to day Office Assistance in maintaining & running of
various offices at Supercritical Power Station, Chhabra. TNC – 08 / 2021-22 (Civil),
UBN No: RVU2122WSOB00445, Construction of CC platform, Pit & Drainage for dewatering at
take up of BCN-10A/10B at JNT2. TNC – 09 / 2021-22 (Civil), UBN No: RVU2122WSOB00448,
R&M of grouting and water proofing in the various structure & buildings at CSCTPP, Chhabra.
TN- SC- 11/2021-22 (CA), UBN No: RVU2122WSOB00453, Contract for overhauling of Natural
Draft Cooling Tower of U# 5 & 6 of CSCTPP, RVUNL, Chhabra. TN– SC – 14 / 2021-22 (CA),
UBN No: RVU2122WSOB00454, Annual contract for routine, breakdown & Capital maintenance
work of ESP Unit # 5 & 6 (2 x 660 MW) of CSCTPP, RVUNL, Chhabra.
TN-SC-15/2021-22(Security), UBN No: RVU2122SSOB00438, Annual contract for providing
assistance to run PIS & CC cameras system round the clock at CSCTPP, Chhabra.
TN– SC - 31 / 2021-22 (Elect), UBN No: RVU2122WSOB00452, Annual Contract for
overhauling / servicing of L&T make LT air circuit breakers installed in main plant LT switchgear
of 2x660 MW CSCTPP, Chhabra. TN–SC - 37/2021-22 (C&I), UBN No: RVU2122WSOB00449,
Annual maintenance contract for Various PLCs of C&I, Unit#5, 6 CSCTPP, Chhabra, by the
“The Superintending Engineer (C&I), Room no. 301, Service Building, Chowki Motipura,
Chhabra, Distt. Baran-325220. TN– SC - 07 / 2021-22 (MM), UBN No: RVU2122GSOB00444,
Supply of mechanical spares for ELECTRO ZAVOD make CRD of stacker cum
Reclaimer/Reclaimer & Traveling tipper of coal handling plant, U#5&6, CSCTPP, Chhabra.
TN– SC - 20 / 2021-22 (MM), UBN No: RVU2122GLOB00446, Supply of Steel & Brass Bars at
2 x 660 MW, CSCTPP, Chhabra. TN–SC - 22 /2021-22 (MM), UBN No: RVU2122GLOB00441,
Supply of 400KV Current Transformers and 400KV Capacitor Voltage Transformers at 2 x 660
MW CSCTPP, Chhabra. TN – SC - 23 / 2021-22 (MM), UBN No: RVU2122GLOB00447,
Supply of 8 set of Toothed Ring Hammers for Ring Granulators(Coal Crushers) at CHP,
CSCTPP, Chhabra, RRVUNL. TN – SC - 24 / 2021-22 (MM), UBN No: RVU2122GLOB00450,
Supply, Design, Installation, Testing & Commissioning of 140MT pre cast RCC slab type
sub-base Pit less Electronic In-motion Weighbridge at CHP, CSCTPP, Chhabra.
TN– SC - 32/ 2021-22 (MM), UBN No: RVU2122GLOB00439, Supply of Various Fasteners for
Unit #5&6 (2x660 MW), CSCTPP, RVUNL, Chhabra. TN – SC - 34 / 2021-22 (MM),
UBN No: RVU2122GSOB00440, Supply and Retrofitting of LT VFD for TDBFP Turning Gear
Motors at 2x660 MW CSCTPP, Chhabra. TN – SC - 35 / 2021-22 (MM),
UBN No: RVU2122GSOB00436, Supply of Cable Insulation Kits for LT System of Main Plant at
2 x 660 MW CSCTPP, Chhabra.

Offline Tender :- TN – SC - 28 / 2021-22 (MM), UBN No: RVU2122GSOB00437, Supply of


15V/300A Cell Boost Charger at 2x660 MW CSCTPP, Chhabra.

Addl. Chief Engineer


CSCTPP, RVUNL, Chhabra
RAJASTHAN RAJYA VIDYUT UTPADAN NIGAM LIMITED
(A GOVERNMENT OF RAJASTHAN UNDERTAKING)
Corporate Identity Number(CIN) – U40102RJ2000SGC016484
CHHABRA SUPER CRITICAL THERMAL POW ER PROJECT, CHHABRA
(RAJASTHAN)
Email:-ce.cons.ctpp@rrvun.com website :-www.rvunl.com

bZ&fufonk vkea=.k lwpuk


vkWuykbu iz.kkyh ds rgr fufonk la[;k TNC– 06 /2021-22(Civil), UBN No: RVU2122WSOB00442,
lh,llhVhihih] vkjoh;w,u,y] NcM+k esa lh,pih ds MCy;wVh-1, MCy;wVh -2, MCy;wVh -3 vkSj
MCy;wVh -4 ds vkl&ikl ds {ks= + esa lhlh IysVQkeZ ds daLVªD’ku dk dk;ZA TNC– 07 / 2021-
22 (Civil), UBN No: RVU2122SLOB00443, lh,llhVhihih] vkjoh;w,u,y] NcM+k esa fofHkUu
dk;kZy;ksa ds j[kj[kko vkSj pykus esa fnu&çfrfnu dk;kZy; lgk;d çnku djus ds fy,
okf"kZd vuqca/k gsrqA TNC– 08 / 2021-22 (Civil), UBN No: RVU2122WSOB00445, lh,llhVhihih]
vkjoh;w,u,y] NcM+k esa JNT-2 ij BCN-10A/10B ds Vsd vi ls ikuh fudkyus ds fy,
lhlh IysVQkeZ fiV vkSj Mªus st ds fuekZ.k dk dk;ZA TNC– 09 / 2021-22 (Civil), UBN No:
RVU2122WSOB00448, lh,llhVhihih] vkjoh;w,u,y] NcM+k ds fofHkUu LVªDpj vkSj fcfYMaXl
esa xzkmfVax vkSj okVj izqfQax ds vkj ,aM ,e dk dk;ZA TN-SC- 11/2021-22 (CA), UBN No:
RVU2122WSOB00453, lh,llhVhihih] vkjoh;w,u,y] NcM+k esa ;wfuV 5 vkSj 6 ¼2X660
esxkokV½ ds uspqjy Mªk¶V dwfyax V‚oj dh vksojg‚fyax ds fy, vuqc/a kA TN–SC– 14/2021-22
(CA), UBN No: RVU2122WSOB00454, lh,llhVhihih] vkjoh;w,u,y] NcM+k esa ;wfuV 5 vkSj 6
¼2X660 esxkokV½ ds bZ,lih dk :Vhu] czsdMkmu vkSj dSfiVy eSUVsusUl dk;Z ds fy, okf"kZd
vuqca/k gsrqA TN-SC- 15/2021-22(Security), UBN No: RVU2122SSOB00438, lh,llhVhihih]
vkjoh;w,u,y] NcM+k esa PIS vkSj CC dSejk flLVe dks pkSchlksa ?kaVs pykus ds fy, lgk;d çnku
djus dk okf"kZd vuqca/k gsrqA TN– SC - 31 / 2021-22 (Elect), UBN No:
RVU2122WSOB00452, lh,llhVhihih] vkjoh;w,u,y] NcM+k esa ;wfuV 5 vkSj 6 ¼ 2X660
esxkokV ½ esa esu IykaV ds ,YkVh fLopfx;j esa LFkkfir ,y ,aM Vh esd ,YkVh ,;j lfdZV
czsdlZ dh vksojg‚fyax/ lfoZflax ds okf"kZd vuqc/a k gsrqA TN–SC - 37/2021-22 (C&I), UBN No:
RVU2122WSOB00449, lh,llhVhihih] vkjoh;w,u,y] NcM+k esa ;wfuV 5 vkSj 6 ¼ 2X660
esxkokV ½ esas lh ,UM vkbZ ds fofHkUu ih,ylht+ dh esaVsusal dk okf"kZd”vUkqca/k
[dk;kZy;&v/kh{k.k vfHk;ark ¼lh ,UM vkbZ½ :e u-a 301 lfoZl fcfYMax pkSdh eksrhiqjk] NCkM+k]
ftyk ckajk-325220] A TN– SC - 07 / 2021-22 (MM), UBN No: RVU2122GSOB00444,
lh,llhVhihih] vkjoh;w,u,y] NcM+k esa ;wfuV 5 vkSj 6 ¼2X660 esxkokV½ ds dksy gSMfyax
IykaV ds LVsdj de fjDysej@ fjDysej vkSj Vªsofyax Vhij esa bZysDVªks tsoksM+ esd lhvkjMh ds
esdsfudy Lis;lZ dh vkiwfrZ gsrqA TN–SC - 20 / 2021-22 (MM), UBN No:
RVU2122GLOB00446, lh,llhVhihih] vkjoh;w,u,y] NcM+k ¼2X660 esxkokV½ es LVhy vkSj
czkl ckj dh vkiwfrZ gsrqA TN–SC - 22 /2021-22 (MM), UBN No: RVU2122GLOB00441,
lh,llhVhihih] vkjoh;w,u,y] NcM+k ¼2X660 esxkokV½ esa 400 KV djaV VªkalQkeZj vkSj 400
KV dSisflVj okWYVst VªkalQkeZj dh vkiwfrZ gsrqA TN – SC - 23 / 2021-22 (MM), UBN No:
RVU2122GLOB00447, lh,llhVhihih] vkjoh;w,u,y] NcM+k ¼2X660 esxkokV½ ds lh,pih esa
fjax xszuqysVlZ ¼dksy d’klZ½ ds fy, nkarsnkj fjax gSelZ ds 8 lsV dh vkiwfrZ gsrqA TN–SC-
24/2021-22 (MM), UBN No: RVU2122GLOB00450, lh,llhVhihih] vkjoh;w,u,y] NcM+k
¼2X660 esxkokV½ lh,pih esa 140 ,eVh izh dkLV] vkjlhlh LySc tSlk lc&osl fiV ySl
bysDVªksfud bu&eks’ku osfczt dh vkiwfrZ] fMtkbZu] bZLVkys’ku] VsfLVxa vkSj dfe’kfuax gsrqA
TN–SC- 32/2021-22 (MM), UBN No: RVU2122GLOB00439, lh,llhVhihih] vkjoh;w,u,y]
NcM+k ¼2X660 esxkokV½ esa fofHkUu QkLVuj dh vkiwfrZ gsrqA TN – SC - 34 / 2021-22 (MM),
UBN No: RVU2122GSOB00440, lh,llhVhihih] vkjoh;w,u,y] NcM+k ¼2X660 esxkokV½ esa
VhMhch,Qih dh VfuZax fx;j eksVj ds fy, ,yVh oh,QMh dh vkiwfrZ vkSj jsVªksfQfVax gsrqA
TN – SC - 35 / 2021-22 (MM), UBN No: RVU2122GSOB00436, lh,llhVhihih] vkjoh;w,u,y]
NcM+k ¼2X660 esxkokV½ esa esu IyakV ds ,yVh flLVe ds fy, dscy bUlwys’ku fdV~l dh
vkiwfrZ gsrqA

v‚Qykbu fufonk,a % TN – SC - 28 / 2021-22 (MM), UBN No: RVU2122GSOB00437,


lh,llhVhihih] vkjoh;w,u,y] NcM+k ¼2X660 esxkokV½ esa 15V/300A lsy cwLV pktZj dh
vkiwfrZ gsrqA

vfrfjDr eq[; vfHk;ark


lh-,l-lh-Vh-ih-ih- NcMk
(For website)

RAJASTHAN RAJYA VIDYUT UTPADAN NIGAM LTD.


OFFICE OF THE ADDL. CHIEF ENGINEER (E&M)
CHHABRA SUPERCRITICAL THERMAL POWER PROJECT,CHHABRA

E-TENDER NOTICE

Chief Engineer (Chhabra Supercritical Thermal Power Project, Chhabra) on behalf of Rajasthan
Rajya Vidyut Utpadan Nigam Ltd. invites online tender for e-procurement through website
http://eproc.rajasthan.gov.in from bidders of following supply/works. Details of tender and
qualifying requirement are available on departmental website www.rvunl.com& SPPP Rajasthan
portal (i.e.sppp.rajasthan.gov.in) and tender can be downloaded/submitted on e-procurement
website http://eproc.rajasthan.gov.in.

Tender
Sr. Estimated Earnest Money Tender Cost
NIT No. Item Processing
No. Cost (Rs.) (Rs.) (Rs.)
Fees(Rs.)

Construction of CC Platform in Bid securing


TNC-06/
surrounding area of WT-1, WT-2, 2315100/- declaration 590/- 1000/-
1. 2021-22
(Civil) WT-3 and WT-4 in CHP at against 2% EMD
CSCTPP, Chhabra.
Annual rate contract for providing
day to day Office Assistance in Bid securing
TNC-07/
2. 2021-22 maintaining & running of various 2344992/- declaration 590/- 1000/-
(Civil) against 2% EMD
offices at Supercritical Power
Station, Chhabra.

Construction of CC platform, Pit & Bid securing


TNC-08/
3. 2021-22 Drainage for dewatering at take up 8,33,572/- declaration 590/- 1000/-
(Civil) against 2% EMD
of BCN-10A/10B at JNT2.

R&M of grouting and water proofing Bid securing


TNC-09/
4. 2021-22 in the various structure & buildings 3500765/- declaration 1180/- 1000/-
(Civil) against 2% EMD
at CSCTPP, Chhabra.

Contract for overhauling of Natural Bid securing


TN-SC-11/
5. 2021-22 Draft Cooling Tower of U# 5 & 6 of 3002375/- declaration 1180/- 1000/-
(CA) against 2% EMD
CSCTPP, RVUNL, Chhabra.

Annual contract for routine, Bid securing


TN-SC-14/
breakdown & Capital maintenance 5629695/- declaration 1180/- 1000/-
6. 2021-22
(CA) work of ESP Unit#5&6 (2x660 MW) against 2% EMD
of CSCTPP, RVUNL, Chhabra.

Annual contract for providing Bid securing


TN-SC-15/ declaration
assistance to run PIS & CC cameras 919435/- 590/- 1000/-
7. 2021-22 against 2% EMD
(Security) system round the clock at CSCTPP, amount
Chhabra.
Annual Contract for overhauling /
Bid securing
TN-SC-31/ servicing of L&T make LT air circuit
8. 2021-22 breakers installed in main plant LT 539000/- declaration 590/- 1000/-
(Elect.) against 2% EMD
switchgear of 2x660 MW CSCTPP,
Chhabra

Annual maintenance contract for


Various PLCs of C&I, Unit#5, 6
Bid securing
TN-SC-37/ CSCTPP, Chhabra, by the “The
9. 2021-22 Superintending Engineer (C&I), 1500000/- declaration 590/- 1000/-
(C&I) against 2% EMD
Room no. 301, Service Building,
Chowki Motipura, Chhabra, Distt.
Baran-325220
Submit Bid
securing
declaration as per 590/-
Appendix –C of (500+18%
part B of Bid GST)
Supply of mechanical spares for Document. Pay
ELECTRO ZAVOD make CRD of stamp Duty of Rs. (For
TN-SC-07/ 50/- with surcharge
stacker cum Reclaimer/Reclaimer & 824500/- MSMEs of 1000/-
10. 2021-22 extra on Bid
Traveling tipper of coal handling securing Rajasthan
(MM)
plant ,U#5&6, CSCTPP, Chhabra. Declaration as per state only
instruction to : 250 +
Bidders condition. 18% GST
(Clause no. 3.01 of = 295/-)
part A1 of Bid
Document)

Submit Bid
securing
declaration as per 590/-
Appendix –C of (500+18%
part B of Bid GST)
Document. Pay
stamp Duty of Rs. (For
TN-SC-20/ 50/- with surcharge
Supply of Steel & Brass Bars at 2 x 1395005/- MSMEs of 1000/-
11. 2021-22 extra on Bid
660 MW, CSCTPP, Chhabra securing
Rajasthan
(MM)
Declaration as per state only
instruction to : 250 +
Bidders condition. 18% GST
(Clause no. 3.01 of =295/-)
part A1 of Bid
Document)

Submit Bid
securing
declaration as per 590/-
Appendix –C of (500+18%
part B of Bid GST)
Document. Pay
Supply of 400KV Current stamp Duty of Rs. (For
TN-SC-22/ 50/- with surcharge
Transformers and 400KV Capacitor 2124000/- MSMEs of 1000/-
12. 2021-22 extra on Bid
Voltage Transformers at 2 x 660 securing
Rajasthan
(MM)
MW CSCTPP, Chhabra. Declaration as per state only
instruction to : 250 +
Bidders condition. 18% GST
(Clause no. 3.01 of = 295/-)
part A1 of Bid
Document
590/-
(500+18%
Submit Bid securing GST)
declaration as per
Appendix –C of part (For
B of Bid Document. MSMEs of
Pay stamp Duty of Rajasthan
Supply of 8 set of Toothed Ring Rs. 50/- with
state only
TN-SC 23/ surcharge extra on
Hammers for Ring Granulators 1562400/- : 250 + 1000/-
13. 2021-22 Bid securing
(MM) (Coal Crushers) at CHP, CSCTPP, Declaration as per 18% GST
Chhabra, RRVUNL instruction to = 295/-)
Bidders condition.
(Clause no. 3.01 of
part A1 of Bid
Document

Submit Bid
590/-
securing (500+18%
declaration as per GST)
Appendix –C of
part B of Bid (For
Supply, Design, Installation, Testing
Document. Pay MSMEs of
& Commissioning of 140MT pre stamp Duty of Rs. Rajasthan
TN-SC 24/
cast RCC slab type sub-base Pit 1861200/- 50/- with surcharge state only 1000/-
14. 2021-22
less Electronic In-motion extra on Bid : 250 +
(MM) securing
Weighbridge at CHP, CSCTPP, Declaration as per
18% GST
Chhabra instruction to
= 295/-)
Bidders condition.
(Clause no. 3.01 of
part A1 of Bid

Submit Bid 1180/-


securing (1000+18
declaration as per %GST)
Appendix –C of
part B of Bid (For
Document. Pay
MSMEs of
stamp Duty of Rs.
TN-SC 32/ Supply of Various Fasteners for 50/- with surcharge Rajasthan
15. 2021-22 Unit #5&6 (2x660 MW), CSCTPP, 8200000/- extra on Bid state only 1000/-
(MM) securing : 500 +
RVUNL, Chhabra 18% GST
Declaration as per
instruction to = 590/-)
Bidders condition.
(Clause no. 3.01 of
part A1 of Bid
Document

Submit Bid 590/-


securing (500+18%
declaration as per GST)
Appendix –C of
part B of Bid (For
Document. Pay MSMEs of
stamp Duty of Rs. Rajasthan
TN-SC 34/ Supply and Retrofitting of LT VFD 50/- with surcharge
480000/- state only 1000/-
16. 2021-22 for TDBFP Turning Gear Motors at extra on Bid
: 250 +
(MM) 2x660 MW CSCTPP, Chhabra. securing
Declaration as per 18% GST
instruction to = 295/-)
Bidders condition.
(Clause no. 3.01 of
part A1 of Bid
Document
Submit Bid
securing
declaration as per 590/-
Appendix –C of (500+18%
part B of Bid GST)
Document. Pay
stamp Duty of Rs. (For
TN-SC-35/ Supply of Cable Insulation Kits for 50/- with surcharge
837450/- MSMEs of 1000/-
17. 2021-22 LT System of Main Plant at 2 x 660 extra on Bid
Rajasthan
(MM) MW CSCTPP, Chhabra. securing
Declaration as per state only
instruction to : 250 +
Bidders condition. 18% GST
(Clause no. 3.01 of = 295/-)
part A1 of Bid
Document

OFF-LINE TENDER:

Sr. Estimated Earnest Money Tender Cost


NIT No. & Date Item
No. Cost (Rs.) (Rs.) (Rs.)
Submit Bid
securing
declaration as per
Appendix –C of
part B of Bid
590/-
Document. Pay (500+18%G
stamp Duty of Rs. ST)
Supply of 15V/300A Cell Boost 50/- with (For
TN-SC-28/ surcharge extra MSMEs of
1. Charger at 2x660 MW 3,20,000/-
2021-22 (MM) on Bid securing Rajasthan
CSCTPP, Chhabra. Declaration as per state only :
instruction to 250 + 18%
Bidders condition. GST =
(Clause no. 3.01 295/-)
of part A1 of Bid
Document
For Online Tender
Tender No. TNC – 06 / 2021-22 (Civil), TNC – 07 / 2021-22 (Civil), TNC – 08 / 2021-22 (Civil),
TNC – 09 / 2021-22 (Civil), TN - SC - 11 / 2021-22 (CA), TN - SC - 14 / 2021-22 (CA),
TN - SC - 15 / 2021-22 (Security), TN - SC - 31 / 2021-22 (Elect.), TN - SC - 37 / 2021-22 (C&I),
TN - SC - 07 / 2021-22 (MM), TN - SC - 20 / 2021-22 (MM), TN - SC - 22 / 2021-22 (MM),
TN - SC - 23 / 2021-22 (MM), TN - SC - 24 / 2021-22 (MM), TN - SC - 32 / 2021-22 (MM),
TN - SC - 34 / 2021-22 (MM), TN - SC - 35 / 2021-22 (MM).
Sr.
SCHEDULE OF DATE & TIME Date TIME
No.
A Start date & time for downloading the tender
11:00 AM
documents. 03.07.2021
B Start date & time for online submission of tender
01:00 PM
03.07.2021
C Last date & Time for downloading of tender
01:00 PM
documents. 14.07.2021
D Last Date & Time for online submission of tender. 14.07.2021 01:00 PM
E Last date & Time for submission of Tender
Document cost, Tender Processing fee & Bid 14.07.2021 03:30 PM
securing declaration form in original.
F Date & Time for Online opening of Technical bid. 16.07.2021 03:00 PM

For Offline Tender:-


Tender No. TN – SC – 28 / 2021-22 (MM)
Sr.
SCHEDULE OF DATE & TIME Date TIME
No.
A Start date & time for downloading the tender
03.07.2021 11:00 AM
documents.
B Start date & time for submission of tender 03.07.2021 01:00 PM
C Last date & Time for downloading of tender
14.07.2021 01:00 PM
documents.
D Last Date & Time for submission of tender. 14.07.2021 01:00 PM
E Last date & Time for submission of Tender
Document cost & Bid securing declaration form in 14.07.2021 03:30 PM
original.
F Date & Time for opening of Technical bid. 16.07.2021 03:00 PM

TENDER EVENT :
Note-
1. All bidders are mandated to get enrolled on the e-procurement
portal http://eproc.rajasthan.gov.in in order to download the tender documents &
other particulars in the subsequent bidding process.
2. Total amount (Tender Cost + Tender Processing Fees) is preferably be deposited
through digital mode (NEFT/RTGS) in single transaction in the bank account payable
at Chhabra in favour of Accounts Officer, CSCTPP, RVUN, Chhabra and after
making above payment through digital/online mode the payment advice of
transactions must be send in the office of concerned Circle in-charges E-mail ID.
Further Bid Securing Declaration Form in original as per clause no. 2.01 of Section-A of
bid documents shall be submitted in Office of concerned circle, CSCTPP as per the above
schedule.
3. Any Corrigendum/ amendment, if any will be issued on RVUNL website i.e.
www.rvunl.com

Addl. Chief Engineer(E&M)


CSCTPP, RVUNL, Chhabra
jktLFkku jkT; fo|qr mRiknu fuxe fyfeVsM
dkjiksjsV vkbMsfUMVh uEcj ¼lh-vkbZ-,u-½ & ;w40102vkj ts2000,l th lh 016484
jftLVMZ vkWfQl o ,p-vks- % fo|qr Hkou] tuiFk] T;ksfruxj] t;iqj& 302005
dk;kZy; vfrfjä eq[; vfHk;Urk ¼bZ ,aM ,e½
NcMk LkqijfØfVdy rkih; fo/kqr ifj;kstuk]
Email:-ce.cons.ctpp@rrvun.com
fufonk lwpuk
jktLFkku jkT; fo|qr mRiknu fuxe fyfeVsM dh NcMk LkqijfØfVdy rkih; fo/kqr ifj;kstuk] NcMk gsrq izfrf’Br ,oa
vuqHkoh QeksaZ ls fuEufyf[kr lsok gsrq Mcy fcM flLVe ds vuqlkj eksgj cUn fufonk,a vkefU=r dh tkrh gS % &

fufonk VsaMj
VsUMj vuqekfur vfxze /ku
Øekad dk;Z dk fooj.k ykxr çkslfs lax
Øekad ykxr ¼#A½ ¼#A½
¼#A½ Qhl

lh,llhVhihih] vkjoh;w,u,y] NcM+k esa Bid securing


TNC-06/ lh,pih ds MCy;wVh-1, MCy;wVh -2, declaration
1. 2021-22 MCy;wVh -3 vkSj MCy;wVh -4 ds vkl&ikl 2315100/-
against 2%
590/- 1000/-
(Civil) ds {ks+= esa lhlh IysVQkeZ ds daLVªD’ku dk EMD
dk;ZA

lh,llhVhihih] vkjoh;w,u,y] NcM+k esa Bid securing


TNC-07/ fofHkUu dk;kZy;ksa ds j[kj[kko vkSj pykus esa declaration
2. 2021-22
2344992/-
against 2%
590/- 1000/-
(Civil)
fnu&çfrfnu dk;kZy; lgk;d çnku djus
EMD
ds fy, okf"kZd vuqca/k gsrqA

lh,llhVhihih] vkjoh;w,u,y] NcM+k esa Bid securing


TNC-08/ JNT-2 ij BCN-10A/10B ds Vsd vi ls ikuh declaration
3. 2021-22
8,33,572/-
against 2%
590/- 1000/-
(Civil)
fudkyus ds fy, lhlh IysVQkeZ] fiV vkSj
EMD
Mªus st ds fuekZ.k dk dk;ZA

Bid securing
TNC-09/ lh,llhVhihih] vkjoh;w,u,y] NcM+k ds declaration
4. 2021-22 fofHkUu LVªDpj vkSj fcfYMaXl esa xzkmfVax 3500765/-
against 2%
1180/- 1000/-
(Civil) vkSj okVj izqfQax ds vkj ,aM ,e dk dk;ZA EMD

lh,llhVhihih] vkjoh;w,u,y] NcM+k esa Bid securing


TN-SC-11/ ;wfuV 5 vkSj 6 ¼ 2X660 esxkokV ½ ds uspqjy declaration
5. 2021-22
3002375/-
against 2%
1180/- 1000/-
(CA)
Mªk¶V dwfyax V‚oj dh vksojg‚fyax ds fy,
EMD
vuqc/a kA

lh,llhVhihih] vkjoh;w,u,y] NcM+k esa Bid securing


TN-SC-14/ ;wfuV 5 vkSj 6 ¼2X660 esxkokV½ ds bZ,lih declaration
6. 2021-22
5629695/-
against 2%
1180/- 1000/-
(CA)
dk :Vhu] czsdMkmu vkSj dSfiVy eSUVsusUl
EMD
dk;Z ds fy, okf"kZd vuqca/k gsrqA

lh,llhVhihih] vkjoh;w,u,y] NcM+k esa PIS Bid securing


TN-SC-15/ vkSj CC dSejk flLVe dks pkSchlksa ?kaVs pykus declaration
7. 2021-22
919435/-
against 2%
590/- 1000/-
(Security)
ds fy, lgk;d çnku djus dk okf"kZd
EMD amount
vuqc/a k gsrqA

lh,llhVhihih] vkjoh;w,u,y] NcM+k esa


;wfuV 5 vkSj 6 ¼ 2X660 esxkokV ½ esa esu Bid securing
TN-SC-31/ IykaV ds ,YkVh fLopfx;j esa LFkkfir ,y declaration
8. 2021-22
539000/-
against 2%
590/- 1000/-
(Elect.)
,aM Vh esd ,YkVh ,;j lfdZV czsdlZ dh
EMD
vksojg‚fyax / lfoZflax ds okf"kZd vuqca/k
gsrqA
lh,llhVhihih] vkjoh;w,u,y] NcM+k esa
;wfuV 5 vkSj 6 ¼ 2X660 esxkokV ½ esas lh ,UM Bid securing
TN-SC-37/ vkbZ ds fofHkUu ih,ylht+ dh esaVsul sa dk declaration
9. 2021-22
1500000/- 590/- 1000/-
against 2%
(C&I)
okf"kZd”vUkqca/k [dk;kZy;&v/kh{k.k vfHk;ark ¼
EMD
lh ,UM vkbZ½] :e u-a 301] lfoZl fcfYMax
pkSdh eksrhiqjk] NCkM+k] ftyk ckajk-325220]
Submit Bid 590/-
securing (500+18
declaration as per
Appendix –C of
%GST)
lh,llhVhihih] vkjoh;w,u,y] NcM+k esa part B of Bid
(For
;wfuV 5 vkSj 6 ¼2X660 esxkokV½ ds dksy Document. Pay
MSMEs
stamp Duty of Rs.
TN-SC-07/ gSMfyax IykaV ds LVsdj de fjDysej@ 50/- with of
824500/- 1000/-
10. 2021-22 fjDysej vkSj Vªsofyax Vhij esa bZyDs Vªks tsoksM+ surcharge extra Rajastha
(MM) on Bid securing n state
esd lhvkjMh ds esdsfudy Lis;lZ dh Declaration as per only :
vkiwfrZ gsrqA instruction to
250 +
Bidders condition.
(Clause no. 3.01 18%
of part A1 of Bid GST =
Document) 295/-)

Submit Bid 590/-


securing (500+18
declaration as per
%GST)
Appendix –C of
part B of Bid
Document. Pay (For
lh,llhVhihih] vkjoh;w,u,y] NcM+k stamp Duty of Rs. MSMEs
TN-SC-20/ of
11. 2021-22
¼2X660 esxkokV½ es LVhy vkSj czkl 1395005/-
50/- with
surcharge extra Rajastha
1000/-
(MM) ckj dh vkiwfrZ gsrqA on Bid securing n state
Declaration as per only :
instruction to
250 +
Bidders condition.
(Clause no. 3.01 18%
of part A1 of Bid GST
Document) =295/-)

Submit Bid 590/-


securing (500+18
declaration as per
Appendix –C of
%GST)
part B of Bid
lh,llhVhihih] vkjoh;w,u,y] NcM+k Document. Pay (For
MSMEs
TN-SC-22/ ¼2X660 esxkokV½ esa 400 KV djaV stamp Duty of Rs.
50/- with of
2124000/- 1000/-
12. 2021-22 a QkeZj vkSj 400 KV dSisflVj
Vªkl surcharge extra
on Bid securing
Rajastha
n state
(MM)
okWYVst Vªkl
a QkeZj dh vkiwfrZ gsrqA Declaration as per only :
instruction to
250 +
Bidders condition.
(Clause no. 3.01 18%
of part A1 of Bid GST =
Document 295/-)

590/-
(500+18
%GST)
Submit Bid
securing (For
declaration as per
Appendix –C of
MSMEs
of
lh,llhVhihih] vkjoh;w,u,y] NcM+k part B of Bid
Document. Pay Rajastha
¼2X660 esxkokV½ ds lh,pih esa fjax stamp Duty of Rs. n state
TN-SC 23/
13. 2021-22
xszuqysVlZ ¼dksy d’klZ½ ds fy, 1562400/-
50/- with
surcharge extra
only :
250 +
1000/-
(MM) nkarsnkj fjax gSelZ ds 8 lsV dh on Bid securing 18%
Declaration as per
vkiwfrZ gsrqA instruction to
GST =
Bidders condition.
295/-)
(Clause no. 3.01
of part A1 of Bid
Document
Submit Bid 590/-
securing (500+18
lh,llhVhihih] vkjoh;w,u,y] NcM+k declaration as per %GST)
Appendix –C of
¼2X660 esxkokV½ lh,pih esa 140 ,eVh part B of Bid (For
izh dkLV] vkjlhlh LySc tSlk Document. Pay
stamp Duty of Rs.
MSMEs
TN-SC 24/ of
14. 2021-22
lc&osl fiV ySl bysDVªkfs ud 1861200/- 50/- with
Rajastha
1000/-
surcharge extra
(MM) bu&eks’ku osfczt dh vkiwfrZ] fMtkbZu] on Bid securing n state
bZLVkys’ku] VsfLVxa vkSj dfe’kfuax Declaration as per only :
instruction to 250 +
gsrqA Bidders condition. 18%
(Clause no. 3.01 GST =
of part A1 of Bid 295/-)

1180/-
Submit Bid (1000+1
securing 8%GST)
declaration as per
Appendix –C of (For
part B of Bid MSMEs
Document. Pay of
lh,llhVhihih] vkjoh;w,u,y] NcM+k stamp Duty of Rs.
Rajastha
TN-SC 32/
15. 2021-22
¼2X660 esxkokV½ esa fofHkUu QkLVuj 8200000/-
50/- with
surcharge extra n state 1000/-
(MM) dh vkiwfrZ gsrqA on Bid securing only :
Declaration as per 500 +
instruction to 18%
Bidders condition. GST =
(Clause no. 3.01 590/-)
of part A1 of Bid
Document

590/-
Submit Bid (500+18
securing %GST)
declaration as per
Appendix –C of (For
lh,llhVhihih] vkjoh;w,u,y] NcM+k part B of Bid
Document. Pay
MSMEs
¼2X660 esxkokV½ esa VhMhch,Qih dh stamp Duty of Rs. of
TN-SC 34/ Rajastha
16. 2021-22
VfuZax fx;j eksVj ds fy, ,yVh 480000/-
50/- with
surcharge extra n state 1000/-
(MM) oh,QMh dh vkiwfrZ vkSj jsVªksfQfVax on Bid securing only :
Declaration as per 250 +
gsrqA instruction to 18%
Bidders condition. GST =
(Clause no. 3.01
of part A1 of Bid
295/-)
Document

Submit Bid 590/-


securing (500+18
declaration as per
Appendix –C of
%GST)
part B of Bid
lh,llhVhihih] vkjoh;w,u,y] NcM+k Document. Pay (For
MSMEs
stamp Duty of Rs.
TN-SC-35/ ¼2X660 esxkokV½ esa esu IyakV ds ,yVh 50/- with of
837450/- 1000/-
17. 2021-22 flLVe ds fy, dscy bUlwys’ku surcharge extra
on Bid securing
Rajastha
(MM) n state
fdV~l dh vkiwfrZ gsrqA Declaration as per only :
instruction to
250 +
Bidders condition.
(Clause no. 3.01 18%
of part A1 of Bid GST =
Document 295/-)
v‚Qykbu fufonk,a
fufonk
vuqekfur vfxze /ku
Øekad VsUMj Øekad dk;Z dk fooj.k ykxr
ykxr ¼#A½ ¼#A½
¼#A½
Submit Bid
securing
declaration as per 590/-
Appendix –C of (500+18
part B of Bid
%GST)
Document. Pay
stamp Duty of Rs. (For
lh,llhVhihih] vkjoh;w,u,y] 50/- with
MSMEs
TN-SC-28/ surcharge extra
NcM+k ¼2X660 esxkokV½ esa on Bid securing
of
2021-22 3,20,000/-
1. 15V/300A lsy cwLV pktZj dh Declaration as per
Rajastha
(MM) n state
vkiwfrZ gsrqA instruction to
Bidders condition. only :
(Clause no. 3.01 250 +
of part A1 of Bid 18%
Document GST =
295/-)
v‚uykbu fufonk,a

Tender No. TNC – 06 / 2021-22 (Civil), TNC – 07 / 2021-22 (Civil), TNC – 08 / 2021-22 (Civil),
TNC – 09 / 2021-22 (Civil), TN - SC - 11 / 2021-22 (CA), TN - SC - 14 / 2021-22 (CA),
TN - SC - 15 / 2021-22 (Security), TN - SC - 31 / 2021-22 (Elect.), TN - SC - 37 / 2021-22 (C&I),
TN - SC - 07 / 2021-22 (MM), TN - SC - 20 / 2021-22 (MM), TN - SC - 22 / 2021-22 (MM),
TN - SC - 23 / 2021-22 (MM), TN - SC - 24 / 2021-22 (MM), TN - SC - 32 / 2021-22 (MM),
TN - SC - 34 / 2021-22 (MM), TN - SC - 35 / 2021-22 (MM).

Øekad fooj.k fnukad le;

1- fufonk izi= MkmuyksM djus dh vkajHk frfFk o le; 03.07.2021 11:00 AM


2 fufonk izi= viyksM djus dh vkajHk frfFk o le; 03.07.2021 01:00 PM
3- fufonk izi= MkmuyksM djus dh vafre frfFk o le; 14.07.2021 01:00 PM
4- fufonk izi= viyksM djus dh vafre frfFk o le; 14.07.2021 01:00 PM
5- fufonk ’kqYd ,oa /kjksgj jkf’k ?kks"k.kk i= tek djkus dh
14.07.2021 03:30 PM
frfFk o le;
6- fufonk [kksyus dh frfFk o le; 16.07.2021 03:00 PM

v‚Qykbu fufonk,a
Tender No. TN - SC - 28 / 2021-22 (MM).

Øekad fooj.k fnukad le;


1- fufonk izi= MkmuyksM djus dh vkajHk frfFk o le; 11:00 AM
03.07.2021
2- fufonk izi= Tkek djus dh vkajHk frfFk o le; 03.07.2021 01:00 PM
3- fufonk izi= MkmuyksM djus dh vafre frfFk o le; 14.07.2021 01:00 PM
4- fufonk izi= Tkek djus dh vafre frfFk o le; 14.07.2021 01:00 PM
5- fufonk ’kqYd ,oa /kjksgj jkf’k ?kks"k.kk i= tek djkus dh
14.07.2021 03:30 PM
frfFk o le;
6- fufonk [kksyus dh frfFk o le; 16.07.2021 03:00 PM

foLr~r fufonk rFkk izi= osclkbV “www.eproc.rajasthan.gov.in” ls Vs.Mj vkbZMh )kjk mijksDr fnukad
rd MkmuyksM fd;s tk ldrs gSA bPNqd Bsdsnkjksa dks okfNar bysDVzksfud Qkby esa fMthVy gLrk{kjksa lfgr
viyksM djuh gksxhA foLr`r fufonk lwpuk osc lkbV http://sppp.rajasthan.gov.in ij Hkh ns[kh tk ldrh
gSA

vfrfjDr eq[; vfHk;ark (bZ ,aM ,e)


lh- ,l- lh- Vh- ih-ih- NcMk
TNC-06/2021-22 (Civil)
RAJASTHAN RAJYA VIDYUT UTPADAN NIGAM LIMITED
OFFICE OF THE ADDL. CHIEF ENGINEER (CIVIL)
CSCTPP, CHHABRA

Name of work:- Construction of CC Platform in surrounding area of WT-1, WT-2, WT-3 and WT-4
in CHP at CSCTPP, Chhabra.

QUALIFYING REQUIREMENT

Only those firms can participate, who possess the following pre-qualifying requirements and shall have to
submit the scanned copies of necessary documents along with tender.
1. Bidder should have an experience of successfully completed/executed similar nature works in
any Govt./Semi Govt./PSU organization/ during last 7 years ending last day of month previous
to the one in which applications are invited should be either one of the following executed value
of the contract(s):
a. Three similar completed/ executed works costing not less than Rs. 9,26,040.00 (excluding GST)
each. (equal to 40% of the estimated cost).
or
b. Two similar completed/ executed works costing not less than Rs. 11,57,550.00 (excluding GST)
each. (equal to 50% of the estimated cost).
or
c. One similar completed/ executed work costing not less than Rs. 18,52,080.00 (excluding GST)
each. (equal to 80% of the estimated cost).
2. Similar works means “Construction of civil works”
3. In support of the above, bidder shall furnish documentary evidence, copies of work order along
with satisfactory performance certificate or its proof for above completed works duly signed by
officer not below the rank of Superintending Engineer or order placing authority of concerned
organization. In case of works awarded by RVUN performance certificate issued on or after
06.01.2017 should be signed by the Chief Engineer/In charge of power station/Project.
4. Word “executed” shall be applicable- For the case wherein work order is not completed/ closed
or awarded before above specific period, booking amount during specified last seven years shall
be considered. The same shall be supported by documentary evidence issued by the officer not
below the rank of Superintending Engineer or order placing authority of concerned organization.
5. Average Annual financial turnover in preceding 03 completed financial year as on date of bid
opening should be equal to minimum 30% (Rs. 6,94,530.00) of total estimated value of contract.
Note:- a. Other income shall not be considered for arriving at annual turnover.
b. In support of annual turnover, bidder shall furnish annual reports/copy of
audited P&L accounts/certified copies of P&L account and balance sheet. In case
where audited results for the last preceding financial year are not available,
certification of financial statements from a practicing Charted Accountant shall
also be considered acceptable.
6. The participating bidders should have GST registration, PF registration, PAN Card, ESI
registration, Labour license (if required). In case, ESI registration and Labour License are presently
not available with the participating firm / bidder then they are required to furnish an undertaking
on Rs. 100/- Non judicial stamp paper, that the required registration shall be obtained by them
and furnished to RVUN within one month after placement of LOI.

Note:- 1. Technical evaluation of the bids shall be done on the basis of above criteria’s.
2. Offer of bidders not fulfilling above conditions fully or partially are likely to be
ignored.
Superintending Engineer (Civil-I)
CSCTPP, RVUN, Chhabra
TNC-07/2021-22 (Civil)
RAJASTHAN RAJYA VIDYUT UTPADAN NIGAM LIMITED
OFFICE OF THE ADDL. CHIEF ENGINEER (CIVIL)
CSCTPP, CHHABRA

Name of work:- “Annual rate contract for providing day to day Office Assistance in maintaining &
running of various offices at Supercritical Power Station, Chhabra”.

QUALIFYING REQUIREMENT
Only those firms can participate, who possess the following pre-qualifying requirements and shall have to
submit the scanned copies of necessary documents along with tender.

1. Bidder should have an experience of successfully completed/executed similar nature works in


any Govt./Semi Govt./PSU organization during last 7 years ending last day of month previous to
the one in which applications are invited should be either one of the following executed value of
the contract(s):
a. Three similar completed/ executed works costing not less than Rs. 9,38,000.00 (excluding GST)
each. (equal to 40% of the estimated cost).
or
b. Two similar completed/ executed works costing not less than Rs. 11,72,500.00 (excluding GST)
each. (equal to 50% of the estimated cost).
or
c. One similar completed/ executed work costing not less than Rs. 18,76,000.00 (excluding GST)
each. (equal to 80% of the estimated cost).
2. Similar works means “purely supply of all type of manpower / labour of minimum cost as
required”.
3. In support of the above, bidder shall furnish documentary evidence, copies of work order along
with satisfactory performance certificate or its proof for above completed works duly signed by
officer not below the rank of Superintending Engineer or order placing authority of concerned
organization. In case of works awarded by RVUN performance certificate issued on or after
06.01.2017 should be signed by the Chief Engineer/In charge of power station/Project.
4. Word “executed” shall be applicable- For the case wherein work order is not completed/ closed
or awarded before above specific period, booking amount during specified last seven years shall
be considered. The same shall be supported by documentary evidence issued by the officer not
below the rank of Superintending Engineer or order placing authority of concerned organization.
5. Average Annual financial turnover in preceding 03 completed financial year as on date of bid
opening should be equal to minimum 30% (Rs. 7,03,500.00) of total estimated value of contract.
Note:- a. Other income shall not be considered for arriving at annual turnover.
b. In support of annual turnover, bidder shall furnish annual reports/copy of
audited P&L accounts/certified copies of P&L account and balance sheet. In case
where audited results for the last preceding financial year are not available,
certification of financial statements from a practicing Charted Accountant shall
also be considered acceptable.
6. The participating bidders should have GST registration, PF registration, PAN Card, ESI
registration, Labour license (if required). In case, ESI registration and Labour License are presently
not available with the participating firm / bidder then they are required to furnish an undertaking
on Rs. 100/- Non judicial stamp paper, that the required registration shall be obtained by them
and furnished to RVUN within one month after placement of LOI.
Note:- 1. Technical evaluation of the bids shall be done on the basis of above criteria’s.
2. Offer of bidders not fulfilling above conditions fully or partially are likely to be
ignored.

Superintending Engineer (Civil-I)


CSCTPP, RVUN, Chhabra
TNC-08/2021-22 (Civil)
RAJASTHAN RAJYA VIDYUT UTPADAN NIGAM LIMITED
OFFICE OF THE ADDL. CHIEF ENGINEER (CIVIL)
CSCTPP, CHHABRA

Name of work:- Construction of CC platform, Pit & Drainage for dewatering at take up of BCN-
10A/10B at JNT2.

QUALIFYING REQUIREMENT

Only those firms can participate, who possess the following pre-qualifying requirements and shall have to
submit the scanned copies of necessary documents along with tender.
1. Bidder should have an experience of successfully completed/executed similar nature works in
any Govt./Semi Govt./PSU organization/ during last 7 years ending last day of month previous
to the one in which applications are invited should be either one of the following executed value
of the contract(s):
a. Three similar completed/ executed works costing not less than Rs. 3,33,430.00 (excluding GST)
each. (equal to 40% of the estimated cost).
or
b. Two similar completed/ executed works costing not less than Rs. 4,16,790.00 (excluding GST)
each. (equal to 50% of the estimated cost).
or
c. One similar completed/ executed work costing not less than Rs. 6,66,860.00 (excluding GST) each.
(equal to 80% of the estimated cost).
2. Similar works means “Construction of civil works”.
3. In support of the above, bidder shall furnish documentary evidence, copies of work order along
with satisfactory performance certificate or its proof for above completed works duly signed by
officer not below the rank of Superintending Engineer or order placing authority of concerned
organization. In case of works awarded by RVUN performance certificate issued on or after
06.01.2017 should be signed by the Chief Engineer/In charge of power station/Project.
4. Word “executed” shall be applicable- For the case wherein work order is not completed/ closed
or awarded before above specific period, booking amount during specified last seven years shall
be considered. The same shall be supported by documentary evidence issued by the officer not
below the rank of Superintending Engineer or order placing authority of concerned organization.
5. Average Annual financial turnover in preceding 03 completed financial year as on date of bid
opening should be equal to minimum 30% (Rs. 2,50,070.00) of total estimated value of contract.
Note:- a. Other income shall not be considered for arriving at annual turnover.
b. In support of annual turnover, bidder shall furnish annual reports/copy of
audited P&L accounts/certified copies of P&L account and balance sheet. In case
where audited results for the last preceding financial year are not available,
certification of financial statements from a practicing Charted Accountant shall
also be considered acceptable.
6. The participating bidders should have GST registration, PF registration, PAN Card, ESI
registration, Labour license (if required). In case, ESI registration and Labour License are presently
not available with the participating firm / bidder then they are required to furnish an undertaking
on Rs. 100/- Non judicial stamp paper, that the required registration shall be obtained by them
and furnished to RVUN within one month after placement of LOI.

Note:- 1. Technical evaluation of the bids shall be done on the basis of above criteria’s.
2. Offer of bidders not fulfilling above conditions fully or partially are likely to be
ignored.
Superintending Engineer (Civil-I)
CSCTPP, RVUN, Chhabra
TNC-09/2021-22 (Civil)
RAJASTHAN RAJYA VIDYUT UTPADAN NIGAM LIMITED
OFFICE OF THE ADDL. CHIEF ENGINEER (CIVIL)
CSCTPP, CHHABRA

Name of work:- R&M of Grouting and Water Proofing in the Various Structure & Buildings at
CSCTPP, Chhabra.

QUALIFYING REQUIREMENT

Only those firms can participate, who possess the following pre-qualifying requirements and shall have to
submit the scanned copies of necessary documents along with tender.
1. Bidder should have an experience of successfully completed/executed similar nature works in
any Govt./Semi Govt./PSU and any organization during last 7 years ending last day of month
previous to the one in which applications are invited should be either one of the following
executed value of the contract(s):
a. Three similar completed/ executed works costing not less than Rs. 14,00,310.00 (excluding GST)
each. (equal to 40% of the estimated cost).
or
b. Two similar completed/ executed works costing not less than Rs. 17,50,380.00 (excluding GST)
each. (equal to 50% of the estimated cost).
or
c. One similar completed/ executed work costing not less than Rs. 28,00,610.00 (excluding GST)
each. (equal to 80% of the estimated cost).
2. Similar works means “Water proofing and grouting works”.
3. In support of the above, bidder shall furnish documentary evidence, copies of work order along
with satisfactory performance certificate or its proof for above completed works duly signed by
officer not below the rank of Superintending Engineer or order placing authority of concerned
organization. In case of works awarded by RVUN performance certificate issued on or after
06.01.2017 should be signed by the Chief Engineer/In charge of power station/Project.
4. Word “executed” shall be applicable- For the case wherein work order is not completed/ closed
or awarded before above specific period, booking amount during specified last seven years shall
be considered. The same shall be supported by documentary evidence issued by the officer not
below the rank of Superintending Engineer or order placing authority of concerned organization.
5. Average Annual financial turnover in preceding 03 completed financial year as on date of bid
opening should be equal to minimum 30% (Rs. 10,50,230.00) of total estimated value of contract.
Note:- a. Other income shall not be considered for arriving at annual turnover.
b. In support of annual turnover, bidder shall furnish annual reports/copy of
audited P&L accounts/certified copies of P&L account and balance sheet. In case
where audited results for the last preceding financial year are not available,
certification of financial statements from a practicing Charted Accountant shall
also be considered acceptable.
6. The participating bidders should have GST registration, PF registration, PAN Card, ESI
registration, Labour license (if required). In case, ESI registration and Labour License are presently
not available with the participating firm / bidder then they are required to furnish an undertaking
on Rs. 100/- Non judicial stamp paper, that the required registration shall be obtained by them
and furnished to RVUN within one month after placement of LOI.

Note:- 1. Technical evaluation of the bids shall be done on the basis of above criteria’s.
2. Offer of bidders not fulfilling above conditions fully or partially are likely to be
ignored.
Superintending Engineer (Civil-I)
CSCTPP, RVUN, Chhabra
TN - SC - 11 / 2021-22 (CA)
RAJASTHAN RAJYA VIDYUT UTPADAN NIGAM LIMITED
OFFICE OF THE SUPERINTENDING ENGINEER (CA)
CSCTPP, CHHABRA
Name of work:- “Contract for overhauling of Natural Draft Cooling Tower of U# 5 & 6 of
CSCTPP, RVUNL, Chhabra”.

QUALIFYING REQUIREMENT
1. The bidder must have an experience of having successfully executed / completed the similar
work at any of the refinery/industries having Natural Draft Cooling Tower OR any thermal
power plant(s) / Gas Power Plant(s) having minimum unit of 250 MW or station capacity of
1000 MW or above during last 7 years ending last day of month previous to the one in which
applications are invited OR Sub-Vendor of EPC contractor who have executed similar nature
of construction work in minimum unit capacity of 500 MW or above should be either of the
following:-
a) Three similar completed/executed works costing not less than Rs 12,00,950.00/- (excluding
GST) each.
(equal to 40% of the estimated cost )
OR
b) Two similar completed/ executed works costing not less than Rs 15,01,190.00/- (excluding
GST) each.
(equal to 50% of the estimated cost )
OR
c) One similar completed / executed work costing not less than Rs 24,01,900.00/- (excluding
GST)each. (equal to 80% of the estimated cost

1. The “similar work” means the bidders should have experience of overhauling/Erection of fills of
Natural Draft Cooling Tower. In case of cumulative work order including NDCT, above
said amount should be related only for NDCT maintenance work not complete work
order.
3. In support of the above, bidder shall furnish documentary evidence, copies of work order along
with Satisfactory performance certificate/ Work Completion certificate for above works
executed by the firm issued by owner /order placing authorities. In case of works awarded by
RVUN performance certificate issued on or after 06.01.2017 should be signed by the Chief
Engineer/ In charge of power station/ Project.

4. The word “executed” shall be applicable - For the case wherein work order is not completed
/closed or awarded before above specified period, booking amount during specified last seven
years shall be considered. The same shall be supported by documentary evidence issued by
the order placing authority/owner.
5. The bidders should have Average financial turn over in the preceding 3 (Three) completed
financial years as on date of bid opening should not be less than Rs 9,00,710.00/-. (equal to
30% of the estimated cost )
In support of Annual turnover:- Bidder shall furnish Turnover certificate from a practicing
Chartered Accountant. However, RRVUN reserve the right to ask for furnishing audited
Trading account, certified copies of P&L account and balance sheet from any participating
bidder.
6. The participating bidders should have GST registration, PF registration, PAN Card, ESI
registration, Labour license (if required). In case, ESI registration and Labour License are
presently not available with the participating firm/bidder then they are required to furnish an
undertaking on Rs.100/- Non judicial stamp paper, that the required registration shall be
obtained by them and furnished to RVUN within one month after placement of LOI.

Superintending Engineering (CA)


CSCTPP,RVUN,CHHABRA
TN - SC - 14 / 2021-22 (CA)
RAJASTHAN RAJYA VIDYUT UTPADAN NIGAM LIMITED
OFFICE OF THE SUPERINTENDING ENGINEER (CA)
CSCTPP, CHHABRA

Name of work:- ANNUAL CONTRACT FOR ROUTINE, BREAKDOWN & CAPITAL MAINTENANCE
WORKS OF ESP SYSTEM OF UNIT# 5&6 (2*660MW), CSCTPP, CHHABRA

QUALIFYING REQUIREMENT

1. The bidder must have an experience of having successfully executed / completed the similar work of
any of the thermal power plant(s), any process industries/any electrical utility/organization (as the
case may be according to the nature of work) having minimum unit of 210 MW or above capacity
and station capacity of 1000 MW above during last 7 years ending last day of month previous to the
one in which applications are invited should be either of the following:-
a) Three similar completed/executed works costing not less than Rs 22,51,880/- (excluding GST) each.
(equal to 40% of the estimated cost )
OR
b) Two similar completed/ executed works costing not less than Rs 28,14,850/- (excluding GST) each.
(equal to 50% of the estimated cost )
OR
b) One similar completed / executed work costing not less than Rs 45,03,760/-
(excluding GST)each. (equal to 80% of the estimated cost
2. The “similar work” means the bidders should have experience of Work for routine, breakdown,
capital maintenance work of mechanical system of ESP.

3. In support of the above, bidder shall furnish documentary evidence, copies of work order along with
Satisfactory performance certificate/ Work Completion certificate for above works executed by the
firm issued by owner /order placing authorities. In case of works awarded by RVUN performance
certificate issued on or after 06.01.2017 should be signed by the Chief Engineer/ In charge of power
station/ Project. Furtherance to above, if bidder is executing aforesaid work then the bidder shall
have to submit satisfactory performance certificate of running contract signed by Chief Engineer up
to tender opening date.
4. The word “executed” shall be applicable - For the case wherein work order is not completed /closed
or awarded before above specified period, booking amount during specified last seven years shall be
considered. The same shall be supported by documentary evidence issued by the order placing
authority/owner.
5. The bidders should have Average financial turn over in the preceding 3 (Three) completed financial
years as on date of bid opening should not be less than Rs 16,88,910/-. (equal to 30% of the
estimated cost )
In support of Annual turnover:- Bidder shall furnish Turnover certificate from a practicing Chartered
Accountant. However, RRVUN reserve the right to ask for furnishing audited Trading account, certified
copies of P&L account and balance sheet from any participating bidder.
6. The participating bidders should have GST registration, PF registration, PAN Card, ESI registration,
Labour license (if required). In case, ESI registration and Labour License are presently not available
with the participating firm/bidder then they are required to furnish an undertaking on Rs.100/- Non
judicial stamp paper, that the required registration shall be obtained by them and furnished to RVUN
within one month after placement of LOI.

Superintending Engineering (CA)


CSCTPP, RVUN, Chhabra
TN - SC - 15 / 2021-22 (Security)
RAJASTHAN RAJYA VIDYUT UTPADAN NIGAM LIMITED
OFFICE OF THE SUPERINTENDING ENGINEER (SECURITY)
CSCTPP, CHHABRA

Name of work:- Annual Contract for providing assistance to run PIS & CC cameras
system round the clock at CSCTPP, Chhabra.

QUALIFYING REQUIREMENT

Only those firms can participate, who possess the following pre-qualifying
requirements and shall have to submit the scanned copies of necessary documents along
with tender.

1. The bidder should must have an Experience of successfully completed/executed supply for
providing Highly Skilled / Skilled / Un-skilled nature of works to run PIS & CC cameras system
in any of the Govt./Semi Govt./PSU organizations during last 7 years ending last day of
month previous to the bid opening date with either one of the following executed value of the
contract(s):
a. Three similar completed/executed contracts, costing not less than the

amount Rs. 367770/- excluding GST (equal to 40% of the estimated cost) each.

Or

b. Two similar completed/executed contracts, costing not less than the amount Rs.
459720/- excluding GST (equal to 50% of the estimated cost) each..

Or

c. One similar completed/executed contracts, costing not less than the amount Rs.
735550/- excluding GST (equal to 80% of the estimated cost) each

2. The bidders should have experience of deployment of manpower supply for providing Highly
Skilled / Un-skilled nature of works to run PIS & CC cameras system.
3. In support of the above, bidder shall furnish documentary evidence, copies of work order
along with satisfactory performance certificate or its proof for above completed works duly
signed by officer not below the rank of Superintending Engineer or order placing authority of
concerned organization. In case of works awarded by RVUN performance certificate issued
on or after 06.01.2017 should be signed by the Chief Engineer/In charge of power station/
Project.
4. Average Annual financial turnover in the preceding three completed financial year as on date
of bid opening should not be less than the amount equal to 30% (Rs. 275830/-) of the total
estimated value of the contract.
5. The word “executed” shall be applicable- For the case wherein work order is not completed/
closed or awarded before above specific period, booking amount during specified last seven
years shall be considered. The same shall be supported by documentary evidence issued by
the officer not below the rank of Superintending Engineer or order placing authority of
concerned organization.
6. The bidder should have a valid Pan card, P.F., ESI & GST Registration number, Labour
License (if required). In case, ESI registration and Labour License are presently not available
with the participating firm/bidder then they are required to furnish an undertaking on Rs.100/-
Non judicial stamp paper, that the required registration shall be obtained by them and
furnished to RVUN within one month after placement of LOI.

Note:- 1.The technical evaluation of the bids shall be done on the basis of above criteria’s.
2. The offer of the bids not fulfilling above conditions fully or partially are likely to be
ignored.

Superintending Engineering (Security)


CSCTPP,RVUN, CHHABRA
TN - SC - 31 / 2021-22 (Elect.)
RAJASTHAN RAJYA VIDYUT UTPADAN NIGAM LIMITED
OFFICE OF THE SUPERINTENDING ENGINEER (ELECT)
CSCTPP, CHHABRA

Sub: -Annual Contract for overhauling/servicing of L&T make LT air circuit breakers
installed in main plant LT switchgear of 2x660 MW CSCTPP, Chhabra

QUALIFYING REQUIREMENT
The firm who is participating in the tender enquiry should fulfil the following
qualifying requirement: -

1. The bidder should have, at least Three year experience during last seven years of
overhauling/servicing work of L&T make LT air circuit breakers of any Power Plant or any
electrical utility/Organization directly or through EPC contract of:
(a) Minimum unit capacity of 110 MW and inclusive of LT ACB of 4000 Amp capacity or above
OR
(b) Authorised service provider of M/s L&T.

With contract value as


a) Three executed/completed contracts, as above, costing not less than Rs. 2,15,600.00 (excluding
GST) each. (Equal to 40% of the estimated cost.)
OR
(b) Two executed /completed contracts, as above, costing not less than Rs. 2,69,500.00 (excluding
GST) each. (Equal to 50% of the estimated cost.)
OR
(c) One executed/completed contracts, as above, costing not less than Rs 4,31,200.00 (excluding
GST) each .(Equal to 80% of the estimated cost.)
2. In support of the above, bidder shall furnish documentary evidence, copies of work order
along with Satisfactory performance certificate/ Work Completion certificate for above works
executed by the firm issued by owner /order placing authorities. In case of works awarded by
RVUN performance certificate issued on or after 06.01.2017 should be signed by the Chief
Engineer/ In charge of power station/ Project.

3. The word “executed” shall be applicable - For the case wherein work order is not completed
/closed or awarded before above specified period, booking amount during specified last
seven years shall be considered. The same shall be supported by documentary evidence
issued by the order placing authority/owner.
4. The average annual turnover of the bidder, in preceding three (3) financial years ending
March shall not be less than Rs 1,61,700.00 (Equal to 30 % of estimated cost).
In support of Annual turnover:- Bidder shall furnish Turnover certificate from a practicing
Chartered Accountant. However, RRVUN reserve the right to ask for furnishing audited
Trading account, certified copies of P&L account and balance sheet from any participating
bidder.

5. The participating bidders should have GST registration, PF registration (if required), PAN
Card, ESI registration (if required), Labour license (if required) and Electrical License (class B
or above class). In case, PF registration, ESI registration and Labour License are presently not
available with the participating firm/bidder then they are required to furnish an undertaking on
Rs.100/- Non judicial stamp paper, that the required registration shall be obtained by them and
furnished to RVUN within one month after placement of LOI.

Superintending Engineer (Elect.)


CSCTPP, RRVUNL Chhabra
TN - SC - 37 / 2021-22 (C&I)
RAJASTHAN RAJYA VIDYUT UTPADAN NIGAM LIMITED
OFFICE OF THE SUPERINTENDING ENGINEER (C&I)
CSCTPP, CHHABRA

Name of work:- Annual maintenance contract for Various PLCs of C&I, Unit#5, 6
CSCTPP, Chhabra,

QUALIFYING REQUIREMENT

Annual maintenance contract of PLC’s installed in CSCTPP, STAGE-5,6 2 X 660 MW. Bidder
should fulfill following eligible criteria:
(A) The participating bidder should have GST registration certificate, ESI registration,PF
Registration and PAN Card. If PF & ESI registration presently not available with the
participating firm/ bidder then they are required to furnish an undertaking on
Rs.100/- non judicial stamp duly attested by notary, that the required registration
shall be obtained by them and furnished to RVUNL before commencement of the
work.
(B) The bidder should have sufficient knowledge and have experience of doing
maintenance of PLC’s of Honeywell for this he should submit the self-attested copy of
AMC order/work orders/MOM signed, Clearly mentioning the brief details about the
service rendered . Signed MOM/ service orders (AMC)/work orders awarded by State
Government / Central Government or their undertakings and autonomous bodies or
equivalent private sector power utility companies shall only be considered for the
purpose of experience of work. Participating bidder shall also certify that he would
be able to carry out the maintenance work of all the PLCs mention in Section-C
(Scope of work) of tender documents for trouble free operation of the systems.
(C) The bidder should have a minimum Rs.15.00 Lacs (100% of the estimated cost)
annual turnover during last three financial years as per balance sheet / TDS. In
support of it the bidder should furnish balance sheet /TDS authenticated by
chartered accountant

Superintending Engineer (C&I)


CSCTPP, RVUNL, Chhabra

Note:-

1. Issuance of bidding documents to any bidder shall not construe that bidder’s
considered qualified.

2. CSCTPP reserves the right to reject any or all bids or cancel /withdraw the NIT for the
subject package without assigning any reason whatsoever and in such case no
bidder/intending bidder shall have any claim arising out of such action.
TN - SC - 07 / 2021-22 (MM)

RAJASTHAN RAJYA VIDYUT UTPADAN NIGAM LIMITED


OFFICE OF THE SUPERINTENDING ENGINEER (MM)
CSCTPP, CHHABRA

QUALIFYING REQUIREMENT
TN-SC-07/2021-22 (MM): Supply of mechanical spares for ELECTRO ZAVOD make CRD of
stacker cum Reclaimer/Reclaimer & Traveling tipper of coal handling plant ,U#5&6, CSCTPP,
Chhabra .

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

1. The bidder must be manufacturer/Authorized dealer/Authorized Distributor/ Established


supplier of the offered make.

2. The bidders should have average financial turn over in the preceding 3 (Three) completed
financial years as on date of bid opening should not be less than Rs.247350.00 (equal to or
more than 30% of the estimated cost )
In support of Annual turnover, Bidder shall furnish Turnover certificate from a practicing
Chartered Accountant. However, RRVUN reserve the right to ask for furnishing audited
Trading account, certified copies of P&L account and balance sheet from any participating
bidder.

3. The bidder should have experience of having successfully completed Supply of mechanical
spares for CRD of stacker cum Reclaimer/Reclaimer & Traveling tipper in any of the PSU /
NTPC / BHEL / reputed industrial organization or any Power Plant during last 7 years prior
to techno-commercial bid opening date with either of the following executed value(s) of the
Purchase Order (s):

(i) Three executed /completed Purchase Orders, as above, costing of each purchase order
should not be less than Rs. 164900.00 excluding GST (20% of estimated cost)

or
(ii) Two executed /completed Purchase Orders, as above, costing of each purchase order
should not be less than Rs. 206125.00 excluding GST (25% of estimated cost)
or
(iii) One executed/ completed Purchase Order, as above, costing of purchase order
should not be less than Rs. 329800.00 excluding GST (40% of estimated cost)

In case of Dealer/Distributor, Purchase order copies in favour of manufacturer are also


acceptable. In such case Dealer/Distributor shall provide the Dealership / Authorization
Certificate.

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

5. The bidder should have valid GSTIN and copy of the same must be furnished.
TN - SC - 20 / 2021-22 (MM)
RAJASTHAN RAJYA VIDYUT UTPADAN NIGAM LIMITED
OFFICE OF THE SUPERINTENDING ENGINEER (MM)
CSCTPP, CHHABRA

QUALIFYING REQUIREMENT

TN-SC-20/2021-22 (MM): Supply of Steel & Brass Bars at CSCTPP, Chhabra

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

1. The bidder must be manufacturer/ supplier of manufacturer/ dealer of manufacturer/


Distributor of manufacturer.

2. The bidders should have average financial turn over in the preceding 3 (Three) completed
financial years as on date of bid opening should not be less than Rs.418501.50 (equal to
or more than 30% of the estimated cost )
In support of Annual turnover, Bidder shall furnish Turnover certificate from a practicing
Chartered Accountant. However, RRVUN reserve the right to ask for furnishing audited
Trading account, certified copies of P&L account and balance sheet from any participating
bidder.

3. The bidder should have experience of having successfully completed supply of Steel &
Brass Bars in any of the PSU / NTPC / BHEL / reputed industrial organization or any
Power Plant during last 7 years prior to techno-commercial bid opening date with either of
the following executed value(s) of the Purchase Order (s):

(i) Three executed /completed Purchase Orders, as above, each costing not less than the
amount equal to 20% of the estimated cost excluding GST. (Amounting Rs. 279001.00
excluding GST)
or
(ii) Two executed /completed Purchase Orders, as above, each costing not less than the
amount equal to 25% of the estimated cost excluding GST. (Amounting Rs. 348751.25
excluding GST)
or
(iii) One executed/ completed Purchase Order, as above, each costing not less than the amount
equal to 40% of the estimated cost excluding GST. (Amounting Rs. 558002.00 excluding
GST)

In case of Dealer/Distributor, Purchase order copies in favour of manufacturer are also


acceptable. In such case Dealer/Distributor shall provide the Dealership / Authorization
Certificate.

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

5. The bidder should have valid GSTIN and copy of the same must be furnished.

Executive Engineer (MM) Executive Engineer (CHP) AAO-I


CSCTPP, Chhabra CSCTPP, Chhabra CSCTPP, Chhabra

Superintending Engineer (MM )


CSCTPP, RRVUNL, Chhabra
TN - SC - 22 / 2021-22 (MM)
RAJASTHAN RAJYA VIDYUT UTPADAN NIGAM LIMITED
OFFICE OF THE SUPERINTENDING ENGINEER (MM)
CSCTPP, CHHABRA

QUALIFYING REQUIREMENT

Supply of 400KV Current Transformers and 400KV Capacitor Voltage Transformers at 2 x 660
MW CSCTPP, Chhabra against NIT NO. RRVUNL/CSCTPP/TN-SC-22/2021-22(MM). (Estimated
Cost: Rs. 21,24,000 excluding GST)

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

1. The bidder must be manufacturer/ Authorized Dealer/ Authorized Distributor/Established


supplier of the offered make of Current Transformers/Capacitor Voltage Transformers

2. The bidders should have Average financial turn over in the preceding 3 (Three) completed
financial
years as on date of bid opening should not be less than Rs 637200.00 (equal to 30% of the
estimated cost)
In support of Annual turnover, Bidder shall furnish Turnover certificate from a practicing
Chartered Accountant. However, RRVUN reserve the right to ask for furnishing audited
Trading account, certified copies of P&L account and balance sheet from any participating
bidder.

3. The bidder should have experience of having successfully completed Supply of 400KV
Current Transformer/400KV Capacitor Voltage Transformer in any of the PSU/ NTPC
/BHEL/Reputed industrial Organization or any power plant during last 7 years prior to
techno-commercial bid opening date with either of the following executed value(s) of
Purchase Order(s):-

i. Three executed /completed Purchase Orders, as above, costing of each purchase


order should not be less than Rs. 4,24,800.00 excluding GST (20% of estimated cost)
OR

ii. Two executed /completed Purchase Orders, as above, costing of each purchase
order should not be less than Rs. 5,31,000.00 excluding GST (25% of estimated cost)
OR
iii. One executed/ completed Purchase Order, as above, costing of purchase order
should not be less than Rs. 8,49,600.00 excluding GST (40% of estimated cost)

In case of Dealer/Distributor, purchase order copies in favour of manufacturer are also


acceptable. In such case Dealer/ Distributor shall provide the Dealership /
Authorization Certificate.

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

5. The bidder should have valid GSTIN and copy of the same must be furnished
TN - SC - 23 / 2021-22 (MM)
RAJASTHAN RAJYA VIDYUT UTPADAN NIGAM LIMITED
OFFICE OF THE SUPERINTENDING ENGINEER (MM)
CSCTPP, CHHABRA

QUALIFYING REQUIREMENT

TN-SC-23/2021-22 (MM): Supply of 8 set of Toothed Ring Hammers for Ring Granulators
(Coal Crushers) at CHP, CSCTPP, Chhabra,RRVUNL

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

1. The bidder must be manufacturer/Established supplier of the


manufacturer/Authorized dealer of manufacturer/ Authorized Distributor of
manufacturer.

2. The bidders should have average financial turn over in the preceding 3 (Three) completed
financial years as on date of bid opening should not be less than Rs.468720.00 (equal to or
more than 30% of the estimated cost )
In support of Annual turnover, Bidder shall furnish Turnover certificate from a practicing
Chartered Accountant. However, RRVUN reserve the right to ask for furnishing audited
Trading account, certified copies of P&L account and balance sheet from any participating
bidder.

3. The bidder should have experience of having successfully completed Supply of Ring
Hammers for Ring Granulators (Coal Crushers) in any of the PSU / NTPC / BHEL / reputed
industrial organization or any Power Plant during last 7 years prior to techno-commercial
bid opening date with either of the following executed value(s) of the Purchase Order (s):
(i) Three executed /completed Purchase Orders, as above, costing of each purchase order
should not be less than Rs. 312480.00 excluding GST (20% of estimated cost)

or
(ii) Two executed /completed Purchase Orders, as above, costing of each purchase order
should not be less than Rs. 390600.00 excluding GST ( 25% of estimated cost)
or
(iii) One executed/ completed Purchase Order, as above, costing of purchase order
should not be less than Rs. 624960.00 excluding GST (40% of estimated cost)

In case of Dealer/Distributor, Purchase order copies in favour of manufacturer are also


acceptable. In such case Dealer/Distributor shall provide the Dealership / Authorization
Certificate.

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

5. The bidder should have valid GSTIN and copy of the same must be furnished.
TN - SC - 24 / 2021-22 (MM)
RAJASTHAN RAJYA VIDYUT UTPADAN NIGAM LIMITED
OFFICE OF THE SUPERINTENDING ENGINEER (MM)
CSCTPP, CHHABRA

QUALIFYING REQUIREMENT

TN-SC-24/2021-22 (MM): Supply, Design, Installation, Testing & Commissioning of 140MT


pre cast RCC slab type sub-base Pit less Electronic In-motion Weighbridge at CHP,
CSCTPP,Chhabra

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

1. The bidder must be manufacturer/Authorized dealer of manufacturer /Authorized


Distributor of manufacturer.

2. The bidders should have average financial turn over in the preceding 3 (Three) completed
financial years as on date of bid opening should not be less than Rs.558360.00 (equal to
or more than 30% of the estimated cost )
In support of Annual turnover, Bidder shall furnish Turnover certificate from a practicing
Chartered Accountant. However, RRVUN reserve the right to ask for furnishing audited
Trading account, certified copies of P&L account and balance sheet from any participating
bidder.

3. The bidder should have experience of having successfully completed Supply, Design,
Installation, Testing & Commissioning of 140MT pre cast RCC slab type sub-base Pit less
Electronic In-motion Weighbridge in any of the PSU / NTPC / BHEL / reputed industrial
organization or any Power Plant during last 7 years prior to techno-commercial bid opening
date with either of the following executed value(s) of the Purchase Order (s):

(i) Three executed /completed Purchase Orders, as above, costing of each purchase order
should not be less than Rs. 744480.00 excluding GST (40% of estimated cost)

or
(ii) Two executed /completed Purchase Orders, as above, costing of each purchase order
should not be less than Rs. 930600.00 excluding GST (50% of estimated cost)
or
(iii) One executed/ completed Purchase Order, as above, costing of purchase order should not
be less than Rs. 1488690.00 excluding GST (80% of estimated cost)

In case of Dealer/Distributor, Purchase order copies in favour of manufacturer are also


acceptable. In such case Dealer/Distributor shall provide the Dealership / Authorization
Certificate.

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

5. The bidder should have valid GSTIN and copy of the same must be furnished.

Executive Engineer (MM) Executive Engineer (CHP-R) AAO-I


CSCTPP, Chhabra CSCTPP, Chhabra CSCTPP, Chhabra

Superintending Engineer (MM )


CSCTPP, RRVUNL, Chhabra
TN - SC - 32 / 2021-22 (MM)
RAJASTHAN RAJYA VIDYUT UTPADAN NIGAM LIMITED
OFFICE OF THE SUPERINTENDING ENGINEER (MM)
CSCTPP, CHHABRA

QUALIFYING REQUIREMENT

Supply of Various Fasteners for Unit # 5&6 (2x660 MW),


CSCTPP,RVUNL,Chhabra having estimated cost Rs. 82.00 Lacs.
A. All bidders participating in the tender must possess the following qualifying
requirements (Relevant documents should be up loaded with Part-A bid):-

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


manufacturer / Authorized distributor of manufacturer.

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

3. The bidder should have experience of having successfully completed work of Supply of
Fasteners in any of the PSU / NTPC / BHEL / Reputed industrial Organization or Any power
plant during last 7 years prior to techno-commercial bid opening date with either of the
following executed value(s) of Purchase Order(s) :
(a) Three executed/ completed Purchase Orders, as above, costing not less than the amount
equal to 20% of the estimated cost each (i.e amounting Rs.16,40,000/-).
OR
(b) Two executed/ completed Purchase Orders, as above, costing not less than the
amount equal to 25% of the estimated cost each (i.e amounting Rs.
20,50,000/-).
OR
(c ) One executed/ completed Purchase Order, as above, costing not less than the amount
equal to 40% of the estimated cost each (i.e amounting Rs.32,80,000/-) .

In case of Dealer/ Distributor, purchase order copies in favour of manufacturer are


also accepted. In such case dealer/ Distributor shall provide the Dealership/ Authorization
certificate.

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

5. The bidder should have valid GSTIN.

(Mukesh Meena) (Sanjay Wadhwa) (Rakesh Meena)

AAO (CS-CTPP) XEN (MM) XEN (Boiler)


CS-CTPP, RVUN Chhabra CS-CTPP, RVUN Chhabra CS-CTPP, RVUN Chhabra

(R. K. Sharma)
Superintending Engineer(MM)
CS-CTPP, RVUN, Chhabra
TN - SC - 34 / 2021-22 (MM)
RAJASTHAN RAJYA VIDYUT UTPADAN NIGAM LIMITED
OFFICE OF THE SUPERINTENDING ENGINEER (MM)
CSCTPP, CHHABRA

QUALIFYING REQUIREMENT

Supply and Retrofitting of LT VFD for TDBFP Turning Gear Motors at 2 x 660 MW CSCTPP,
Chhabra against NIT NO. RRVUNL/CSCTPP/TN-SC-34 /2021-22(MM). (Estimated Cost: Rs.
4,80,000 excluding GST)

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

1. The bidder must be manufacturer/ Authorized Dealer/Authorized Distributor of offered make


of VFD for LT/HT Motors.

2. The well equipped Technical Support Office/service centre of the OEM must be located in
INDIA itself with all the facilities of repair & testing of the offered VFD. The bidder has to
submit the address and contact details with OEM documents of Technical Support
office/service centre.

3. The bidders should have Average financial turn over in the preceding 3 (Three) completed
financial
years as on date of bid opening should not be less than Rs 1,44,000.00 (equal to 30% of
the estimated cost)
In support of Annual turnover, Bidder shall furnish Turnover certificate from a practicing
Chartered Accountant. However, RRVUN reserve the right to ask for furnishing audited
Trading account, certified copies of P&L account and balance sheet from any participating
bidder.

4. The bidder should have experience of having successfully completed Supply of VFD for
LT/HT Motors in any of the PSU/ NTPC /BHEL/Reputed industrial Organization or any
power plant during last 7 years prior to techno-commercial bid opening date with either of
the following executed value(s) of Purchase Order(s):-

i. Three executed /completed Purchase Orders, as above, costing of each purchase


order should not be less than Rs. 96000.00 excluding GST (20% of estimated cost)
OR

ii. Two executed /completed Purchase Orders, as above, costing of each purchase
order should not be less than Rs. 1,20,000.00 excluding GST (25% of estimated cost)
OR
iii. One executed/ completed Purchase Order, as above, costing of purchase order
should not be less than Rs. 1,92,000.00 excluding GST (40% of estimated cost)

In case of Dealer/Distributor, purchase order copies in favour of manufacturer are also


acceptable. In such case Dealer/ Distributor shall provide the Dealership /
Authorization Certificate.

5. In respect of relevant order(s) at S.No. 3 above, bidder must upload copy of acceptance of
material/completion report/performance report/SD refund documents/ Tax Invoice/Inspection
report along with self attested declaration certificate of acceptance of material (format
enclosed).

6. The bidder should have valid GSTIN and copy of the same must be furnished.
TN - SC - 35 / 2021-22 (MM)
RAJASTHAN RAJYA VIDYUT UTPADAN NIGAM LIMITED
OFFICE OF THE SUPERINTENDING ENGINEER (MM)
CSCTPP, CHHABRA

QUALIFYING REQUIREMENT

Supply of Cable Insulation Kits for LT System of Main Plant at 2 x 660 MW CSCTPP, Chhabra
against NIT NO. RRVUNL/CSCTPP/TN-SC-35/2021-22(MM). (Estimated Cost: Rs. 8,37,450.00
excluding GST)

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

1. The bidder must be manufacturer/ Authorized Dealer/Authorized Distributor/Established


supplier of offered make of Cable Insulation Kits for LT/HT System.

2. The bidders should have Average financial turn over in the preceding 3 (Three) completed
financial
years as on date of bid opening should not be less than Rs 2,51,235.00 (equal to 30% of
the estimated cost)
In support of Annual turnover, Bidder shall furnish Turnover certificate from a practicing
Chartered Accountant. However, RRVUN reserve the right to ask for furnishing audited
Trading account, certified copies of P&L account and balance sheet from any participating
bidder.

3. The bidder should have experience of having successfully completed Supply of Cable
Insulation Kits for LT/HT System in any of the PSU/ NTPC /BHEL/Reputed industrial
Organization or any power plant during last 7 years prior to techno-commercial bid opening
date with either of the following executed value(s) of Purchase Order(s):-

i. Three executed /completed Purchase Orders, as above, costing of each purchase


order should not be less than Rs. 1,67,490.00 excluding GST (20% of estimated
cost)
OR

ii. Two executed /completed Purchase Orders, as above, costing of each purchase
order should not be less than Rs. 2,09,363.00 excluding GST (25% of estimated cost)
OR
iii. One executed/ completed Purchase Order, as above, costing of purchase order
should not be less than Rs. 3,34,980.00 excluding GST (40% of estimated cost)

In case of Dealer/Distributor, purchase order copies in favour of manufacturer are also


acceptable. In such case Dealer/ Distributor shall provide the Dealership /
Authorization Certificate.

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

5. The bidder should have valid GSTIN and copy of the same must be furnished.
TN-SC-28/2021-22 (MM)

RAJASTHAN RAJYA VIDYUT UTPADAN NIGAM LIMITED


OFFICE OF THE SUPERINTENDING ENGINEER (MM)
CSCTPP, CHHABRA

QUALIFYING REQUIREMENT

Supply of 15V/300A Cell Boost Charger at 2 x 660 MW CSCTPP, Chhabra against NIT NO.
RRVUNL/CSCTPP/TN-SC-28/2021-22(MM). (Estimated Cost: Rs. 3,20,000.00 excluding GST)

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

1. The bidder must be manufacturer/ Authorized Dealer/ Authorized Distributor/Established


supplier of the offered make of Cell Boost Charger for Battery Banks.

2. The bidders should have Average financial turn over in the preceding 3 (Three) completed
financial
years as on date of bid opening should not be less than Rs 96,000.00 (equal to 30% of the
estimated cost)
In support of Annual turnover, Bidder shall furnish Turnover certificate from a practicing
Chartered Accountant. However, RRVUN reserve the right to ask for furnishing audited
Trading account, certified copies of P&L account and balance sheet from any participating
bidder.

3. The bidder should have experience of having successfully completed Supply of 15V/180A
or of Higher Rating Cell Boost Charger for battery banks in any of the PSU/ NTPC
/BHEL/Reputed industrial Organization or any power plant during last 7 years prior to
techno-commercial bid opening date with either of the following executed value(s) of
Purchase Order(s):-

iv. Three executed /completed Purchase Orders, as above, costing of each purchase
order should not be less than Rs. 1,28,000.00 excluding GST (40% of estimated cost)
OR

v. Two executed /completed Purchase Orders, as above, costing of each purchase


order should not be less than Rs. 1,60,000.00 excluding GST (50% of estimated cost)
OR
vi. One executed/ completed Purchase Order, as above, costing of purchase order
should not be less than Rs. 2,56000.00 excluding GST (80% of estimated cost)

In case of Dealer/Distributor, purchase order copies in favour of manufacturer are also


acceptable. In such case Dealer/ Distributor shall provide the Dealership /
Authorization Certificate.

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

5. The bidder should have valid GSTIN and copy of the same must be furnished.

You might also like