You are on page 1of 65

TN-SC-PROC- 218

RAJASTHAN RAJYA VIDYUT UTPADAN NIGAM LIMITED

(A Govt. of Rajasthan undertaking)


Corporate identity Number (CIN) – U40102RJ2000SGC016484
Regd. Office & H.O.: VidyutBhawanJanpath, Jyoti Nagar, Jaipur – 302005
TENDER DOCUMENTS
Against

NOTICEINVITINGBID

NIB- TN-SC-PROC-218
(Two Parts Open Competitive Bidding through SPPP portal)

“Supply of Scrapper Assembly of Bowl Mill HP-1103 at 2x660 MW, Unit#7&8 SSCTPP RVUNL,
Suratgarh”
Issued by

The Superintending Engineer (Proc.-SC)


Suratgarh Super Critical Thermal Power Project
128, First Floor, Administrative Building, SSCTPP,
Prabhat Nagar, Suratgarh, Distt. Shri Ganganagar-335804, Rajasthan
E-Mail: seproc.supercritical.stps@rrvun.com,Phone No: 01509-295724
website:- www.energy.rajasthan.gov.in/rvunl

Signature Not Verified


Digitally signed by Shyam Veer Singh
Designation : Superintending
Engineer
Date: 2023.10.03 21:10:22 IST
RajKaj Ref No. : 4831636 Reason: Approved
1
TN-SC-PROC- 218
INDEX

S.N Particulars Page No.


o.
1. Bid Cover
1
2. Index 2

PART-A1 (To be filled by the tenders before submission of bid) 3

a Tender Details
4-5
b General Instructions to the Tenderer
6-9
c Bid Application Form (Format-1)
10
Benefits for MSME Units and Sick industries of Rajasthan Only
d (i) Form-A 11-16
(ii) Affidavit (Form B)
e Check List for Tenderer
17
PART-A2: Tender Documents (To be signed by the tenderer) 18

a Schedule-I P.Q.R.
19
b Schedule-II General Conditions of Contract
20-35
i Annexure A to D under Transparency Act
36-44
ii Appendix-I Performa For BG towards performance security 45-46
iii Appendix-II Performa For Contract Agreement
47
Schedule-III Technical Specifications
c
(i) List of items & Technical Specifications 48-49

PART-A3: Tender Documents (To be filled by the Tenderer ) 50

a Performa-I Details of PQR


51-52
b Performa-II Details/ Deviations of Technical Specifications of Material to be Supplied 53
c Performa-III Details/Deviations of Commercial Conditions
54-55
d Performa-IV Detail Of PO’s Secured & Executed 56
e Performa-V Details of Bank
57
f Performa-VI Information about Tenderer 58-59
g Performa-VII Tender Fee Details
60
h Performa-VIII Declaration by the bidder as per transparency act
61-62
i Performa-IX Detail of latest GST return and PAN
63
PART-B (To be filled by the tenderer & packed in separate envelope) 64-65

Signature Not Verified


Digitally signed by Shyam Veer Singh
Designation : Superintending
Engineer
Date: 2023.10.03 21:10:22 IST
RajKaj Ref No. : 4831636 Reason: Approved
2
TN-SC-PROC- 218

PART-A1
(To be filled by the
tenderers before
submission of bid)

Signature Not Verified


Digitally signed by Shyam Veer Singh
Designation : Superintending
Engineer
Date: 2023.10.03 21:10:22 IST
RajKaj Ref No. : 4831636 Reason: Approved
3
TN-SC-PROC- 218
PART-A1(a)
RAJASTHAN RAJYA VIDYUT UTPADAN NIGAM LIMITED
Corporate Identity Number (CIN)-U40102RJ2000SGC016484
Regd. Off. & H.O.: VidhyutBhawan, Janpath, Jyoti Nagar, Jaipur-302005.
OFFICE OF THE SUPERINTENDING ENGINEER (PROCUREMENT)
SURATGARH SUPER CRITICAL THERMAL POWER PROJECT
SURATGARH-335804, Distt. SriGanganagar (Rajasthan)
 TELEPHONE# 01509-295724
Email: seproc.supercritical.stps@rrvun.comWebsite: www.rvunl.com
TENDER DETAILS
The Chief Engineer, Suratgarh Supercritical Thermal Power Project, 2x660MW, Suratgarh on behalf
of Rajasthan RajyaVidyutUtpadan Nigam Ltd invites offline bid for Supply of Scrapper Assembly of
Bowl Mill HP-1103 at 2x660 MW, Unit#7&8 SSCTPP RVUNL, Suratgarh.Details of bid and
qualifying requirement are available on departmental website
www.energy.rajasthan.gov.in/rvunland www.sppp.raj.nic.in.Bid document can be downloaded from
www.sppp.raj.nic.inand submitted by post/personally in the office of theSuperintending
Engineer (Proc.-SC),ADM building Room No. 128, SSCTPP, RVUN, Suratgarh.
Estimat Bid Cost
S. TN Item Earnest Money
Qty ed Cost (Tender Cost)
No No. Description (Rs.)
(Rs.) (Rs.)
Supply of Rs 236/-
Rs.16487/-
Scrapper (Rs 200/-+
OR
Assembly of GST@18%)
{Rs.8244/-for Sick industries,
TN-SC- Bowl Mill HP-
whose cases are pending
1. PROC- 1103 at 2x660 8,24,348 /- {For MSMEs of
Nos. before BIFR}
218 MW, Unit#7&8 OR
Rajasthan state
SSCTPP {Rs.4122/- for MSMEs of
only:
RVUNL, Rajasthan state only }
100 + 18%GST
Suratgarh =118/-}

Fee Details Total Amount Rs.


Total Amount (EMD + Bid Cost) to be deposited in
Rs. 16723/-
single transaction
For sick industries, whose cases are pending before
BIFR:
Rs. 8480/-
Total Amount (EMD + Bid Cost) to be deposited in
single transaction as per clause no. 1.00 of Part-A1(d)
For MSME of Rajasthan State only:
Total Amount (EMD + Bid Cost) to be deposited in Rs.4240/-
single transaction as per clause no. 1.00 of Part-A1(d)

Signature Not Verified


Digitally signed by Shyam Veer Singh
Designation : Superintending
Engineer
Date: 2023.10.03 21:10:22 IST
RajKaj Ref No. : 4831636 Reason: Approved
4
TN-SC-PROC- 218

BID EVENTS:-
S.No. Bid Event Date & Time

1. Start date & time for downloading the bid document 06.10.2023at 11:00 hrs
19.10.2023up to 11:00 hrs
2. Last date & Time for downloading the bid document
Last date for intimation of UTR No. of payment through e-mail
19.10.2023up to 11:00 hrs
3. along with Bid Application Form as attached with bid document
(Part A-1(c ); by Hand or by Post
19.10.2023up to 11:30 hrs
4. Last Date & Time for offline submission of bid
On 20.10.2023at 11:30 hrs
5. Offline opening of Technical bid.
Shall be intimated later for
6. Offline date & time for opening of Price Bid
qualifying bidders
2.01 PAYMENT MODE:
Total amount (Bid Cost + Bid Security) must be deposited through digital mode (NEFT/RTGS) in single
transaction in the account as detailed below:

1. Name of Account Accounts Officer (SSCTPP), RVUN, Suratgarh


2. Name of Bank State Bank of India
3. Branch Name SBI, TPS Branch, Raiyanwali
4. Account No. 61267373167
5. IFSC Code SBIN0031817
6. MICR No. 335002113
Any bid not accompanied with scanned copy of payment advice/ unique transaction reference number
(UTR No.) of transaction against Bid Cost and EMD shall be liable for rejection.
NOTE:
(1) The payment advice/ unique transaction reference number (UTR No.) of above transaction along with Bid
Application Form (as per format-1) is required to be sent via e-mail on
seproc.ssctpp.emd@gmail.com&cashssctpp@gmail.comor by Hand or by Post before the Last date & time
of UTR submission specified in the bid documents.
(2) For MSME Units of Rajasthan only: For availing rebate/exemption, bidder shall furnish all the required
documents as mentioned under clause no. 1.0 of Part A1(d)along with copy of Form No. A & B is required to be
sent via e-mail on seproc.ssctpp.emd@gmail.com&cashssctpp@gmail.comor by Hand or by Postbefore the
Last date & time of UTR submission specified in the bid documents.
(3) For Sick Units of Rajasthan only: For availing rebate/exemption, bidder shall furnish all the required
documents as mentioned under clause no. 1.00 of Part A1(d) is required to be sent via e-mail on
seproc.ssctpp.emd@gmail.com&cashssctpp@gmail.comor by Hand or by Post before the Last date & time
of UTR submission specified in the bid documents.

Signature Not Verified


Digitally signed by Shyam Veer Singh
Designation : Superintending
Engineer
Date: 2023.10.03 21:10:22 IST
RajKaj Ref No. : 4831636 Reason: Approved
5
TN-SC-PROC- 218

PART-A1(b)
RAJASTHAN RAJYA VIDYUT UTPADAN NIGAM LIMITED
Corporate Identity Number (CIN)-U40102RJ2000SGC016484 Regd.
Off. & H.O.: VidhyutBhawan, Janpath, Jyoti Nagar, Jaipur-302005.
OFFICE OF THE SUPERINTENDINGENGINEER (PROCUREMENT)
SURATGARH SUPER CRITICAL THERMAL POWER PROJECT
SURATGARH-335804, Distt. SriGanganagar (Rajasthan)
Email:
seproc.supercritical.stps@rrvun.com
Website: www.rvunl.com01509-295724

INSTRUCTIONS TO BIDDERS FOR Two Parts Open Competitive Bidding through SPPP portal
1.0 GENERAL:-

1.01 These directions shall be read very carefully by tenderer (s) while filling their
quotation/ tender.
1.02 The bidders who are interested in bidding can download tender documents from
Website www.sppp.raj.nic.in or may purchase from our office during office hours.
1.03 Deviation of any kind shall not be quoted in the price bid, if found quoted, the same shall
be ignored.
1.04 To avoid non-submission of their bid before the prescribed date & time due to technical flaws
or any reason whatsoever, bidders are requested to submit their bids well before last date &
time mentioned for submission. The date of submission of bids will not be extended on such
accounts. RVUN will not be liable for non-submission of Bid.
2.0 PREPARATION & SUBMISSION OF BIDS: -
2.01 Before submission of the bid, the bidders are requested to make themselves fully conversant
with the technical specification, nature of work, the site conditions and general conditions of
contract etc. so that no ambiguity arises at a later date in this respect.
2.02 Before submitting the bid by the bidder it is required to study carefully the conditions,
specifications and provisions of the relevant IS, wherever necessary. The technical particulars
of the material offered must comply with the enclosed specifications and the provision of the
relevant IS, if any.
2.03 Bidders are requested to adhere to all clauses of the contract form and general conditions to
facilitate finalization of the contract. Any clarification with regard to the specification should be
sought by the bidder before submission of the bid. No correspondence on this account will be
entertained once the technical bid had been opened.
2.04 FIRST COVER (TECHNICAL BID-PART A): In this part of bid tenderer will have to be
furnish Techno commercial bid in a sealed envelope along with UTR No./DD’s against
Tender cost & Bid security/EMD in a separate sealed envelope. The bidder shall ensure
that all the enclosed documents are as per the check list.

Signature Not Verified


Digitally signed by Shyam Veer Singh
Designation : Superintending
Engineer
Date: 2023.10.03 21:10:22 IST
RajKaj Ref No. : 4831636 Reason: Approved
6
TN-SC-PROC- 218
2.05 SECOND COVER (PRICE BID-PART B): The second cover / envelope should contain only
Part “B” i.e. Price Schedule in prescribed format and shall be placed in a separate
sealed envelope.
2.06 Both sealed envelopes of part-A and part-B shall be placed in a third sealed envelope
super scribed as “offer for Supply of Scrapper Assembly of Bowl Mill HP-1103 at 2x660
MW, Unit#7&8 SSCTPP RVUNL, Suratgarh.” against TN-SC-PROC.-218 due for
opening on date 20.10.2023with UTR No. / DD No…………………….. Dt.......................... amounting
Rs……………………… The sealed envelope should reach in the office of Superintending Engineer
(Proc.), SSTPS, RVUN, Suratgarh on or before 11:30 AM of the tender submission date.
2.07 The tenderer must SEAL &SIGN all the Performa’s as per check list (To be filled by tenderer)
and shall send Price Bid/BOQ and tender documents on or before schedule date and time in
the Room No.128,Supercritical ADM building office of Superintending Engineer(Proc-
SC), SSCTPP,RVUN, Suratgarh.
2.08 The last date and time of offline submission of the tender against TN-SC-Proc-
218 is 19.10.2023 (Up to 11.30 Hrs.). Tender received after the prescribed time and
date will be rejected. The tenders of such firm(s) shall only be considered, who have
deposited the prescribed tender cost online or in person. The tender cost will not be
refunded.
2.09 Bidders are requested to quote the prices after precisely going through the techno-
commercial terms & conditions given in bid enquiry. If any deviations are quoted by
the bidder, then the same shall be dealt by RVUN either through a committee or by
an expert. The decision of RVUN in this regard shall be final. Rejection of bids on
account of deviations (if any) quoted by the bidder, shall be sole responsibility of
bidder.
3.0 DEVIATIONS: -
3.01 Bidder wishing to deviate in any way from the general condition of contract and technical
specification should draw specification to such deviation in his Bid. All such deviations should
be clearly mentioned in the deviation sheet giving the corresponding reference clause number
in proforma of technical deviations and Commercial Conditions. Deviations mentioned
elsewhere in bid document shall not be accepted.
3.02 Unless such deviations are submitted with the tender, it will be understood and agreed bidder
proposal is based strictly in conformance to purchaser’s specification in all respect.

4.00 PAYMENT MODE:


Total amount (Bid Cost + EMD) as mentioned in Notice Inviting Bid must be
deposited preferably through digital mode (NEFT/RTGS/IMPS) in single transaction
in the account as detailed below: -

1. Name Of Account Accounts Officer (SSCTPP), RVUN, Suratgarh


2. Name of Bank State Bank of 'India
3. Name of Branch SBI, TPS Branch, Raiyanwali

Signature Not Verified


Digitally signed by Shyam Veer Singh
Designation : Superintending
Engineer
Date: 2023.10.03 21:10:22 IST
RajKaj Ref No. : 4831636 Reason: Approved
7
TN-SC-PROC- 218
4. Account No 61267373167
5. MICR 335002113
6. IFSC Code SBIN0031817
7. Branch code 031817

4.01 Any bid not accompanied with scanned copy of payment advice/ unique transaction reference
number (UTR No.) of transaction against Bid Cost and EMD shall be liable for rejection
4.02 The payment advice/ unique transaction reference number (UTR No.) of above transaction along
with Bid Application Form (as per format-1) is required to be sent via e-mail
onseproc.ssctpp.emd@gmail.com&cashssctpp@gmail.com or by Hand or by Post before the
Last date & time of UTR submission specified in the bid documents.

5.0SUBMISSION OF BIDS:
5.01 The bid will be submitted in two parts i.e. Cover-I and Cover-II and shall be submitted together.
A. COVER-I:Techno Commercial Bid consisting of the documents duly filled, stamped,
signedaspercheck list.
Please do not attach irrelevant documents/papers other than those required for evaluation
of the techno-commercial bid, PO’s&their completion report or tax invoice’s as per amount
mentioned in qualifying requirement.
B. COVER- II: Price Bid / BOQ
This should contain the price bid in specified format only.
6.0 OPENING OF BIDS:
(a) Cover-I, i.e. the Techno-Commercial bid will be opened on the scheduled due date &
time of bid opening.
(b) After evaluation of the Cover-I bids, only the bidders who are been found techno-
commercially responsive and acceptable will be eligible for opening of Cover-II i.e.
price bid on a date which shall be informed later.
(c) If the bidder deliberately gives wrong information in his bid, RVUNL reserves right to
reject such bid at any stage.
(d) If due to any reason, the bid opening due date is declared as holiday, bids will be
opened on next working day.
(e) RVUNL shall not be liable for expenses incurred by the bidder in the preparation of the
bid whether his bid is accepted or not.
(f) After decision on Technical bids, qualified tenderer shall be informed about date and
time of opening of price bids. The price bids i.e. 2nd cover shall be opened in the office
of Superintending Engineer (Proc.-SC), SSCTPP, RVUNL, Suratgarh on specified date
and time. If due to any reason the specified date is declared as holiday, then the
price bid shall be opened on next working day at the scheduled time.
7.0 EARNEST MONEY DEPOSIT (EMD):
7.01 EMD as specified in the Notice Inviting Bids, shall be furnished by the bidder.

Signature Not Verified


Digitally signed by Shyam Veer Singh
Designation : Superintending
Engineer
Date: 2023.10.03 21:10:22 IST
RajKaj Ref No. : 4831636 Reason: Approved
8
TN-SC-PROC- 218
7.02 In case of un-successful bids, the Earnest Money will be refundable after finalization of the
contract. In case of successful bidder, the amount of earnest money deposited by them will be
converted into Security Deposit /Performance security Deposit as per relevant clause of General
Conditions of Contract (GCC).
7.03 Request for adjustment/appropriation of earnest money or other deposits if any, already lying with
RVUNL in connection with some other bid/order/works shall not be entertained.
7.04 No interest shall be payable on Earnest Money Deposits.
7.05 RVUNL reserves the right to forfeit earnest money deposit or a part there of in circumstances which may
indicate that the contractor is not interested in accepting/executing the order placed under this
specification.
Note: If there is any change either in bid security amount /way of depositing or in both, same shall
be applicable in terms of RTPP act.

8.00 VALIDITY OF BID:

The validity of the bids shall be 180 days

The fact of submission of bid shall be deemed to constitute an agreement between the bidder and RVUNL
whereby such bid shall remain valid for acceptance by RVUNL for a period of 180 days from the date and
time on which techno-commercial bids are opened. The bidder shall not withdraw his offer or amend /
impair or derogate within the said validity period of 180 days. Every bidder shall be deemed to have
agreed as aforesaid in consideration of the bid being considered by RVUNL in term thereof provided the
same has been duly submitted and found to be in order. If the bidder is communicated, at the
address/email address given in the bid, within the validity period that his bid has been accepted, then he
shall be bound by the terms and conditions of bid document.

9.00 ACCEPTANCE OF BID:


The acceptance of the bid will rest with the competent authority i.e. The Chief Engineer, RVUN, SSCTPP,
Suratgarh who is not bound to accept the lowest bid and reserves the right to reject any or all the bid(s)
received, without assigning any reason.

Signature Not Verified


Digitally signed by Shyam Veer Singh
Designation : Superintending
Engineer
Date: 2023.10.03 21:10:22 IST
RajKaj Ref No. : 4831636 Reason: Approved
9
TN-SC-PROC- 218
PART-A1(c)
FORMAT-1

Bid Application Form


(To be sent via E-Mail (seproc.ssctpp.emd@gmail.com&cashssctpp@gmail.com) / In-Person/ by post before scheduled
time of Deposition of Bid Cost and EMD)
Title: -Supply
of Scrapper Assembly of Bowl Mill HP-1103 at 2x660 MW, Unit#7&8 SSCTPP
RVUNL, Suratgarhagainst TN-SC-PROC-218
1 Firm’s Name Heavens India Pvt. Ltd.

2 Firm’s Address G-1/67, RIICO, Phase-II, Industrial Area, Hanumangarh


Junction, Rajasthan, PIN-335512

3 Contact Person Rajeev Kumar Verma

4 Mobile Number +91-94132 51127, +91-94142 12127

5 E-Mail Id heavensindiahmh@gmail.com,

heavensindiahmh1@gmail.com
6 GST No. 08AAACH2518M1ZJ

7 Tender Cost Deposited (in Rs.)

8 Bid Security Deposited (in Rs.)

9 Total Amount Deposited (in Rs.)

10 UTR No. and Date against Total Amount Deposited

Note:

1. Please attach copy of GST registration certificate.


2. Please attach copy of Transaction slips.
3. For exemption in EMD amount and reduction in bid fees, please attach copy of either registration certificate of enlistment
or Sick industries or MSME certificate along with Form-B as per details in bid documents.

Signature Not Verified


Digitally signed by Shyam Veer Singh
Designation : Superintending
Engineer
Date: 2023.10.03 21:10:22 IST
RajKaj Ref No. : 4831636 Reason: Approved
10
TN-SC-PROC- 218
PART-A1(d)

RAJASTHAN RAJYA VIDYUT UTPADAN NIGAM LIMITED


Corporate Identity Number (CIN)-U40102RJ2000SGC016484 Regd.
Off. & H.O.: Vidhyut Bhawan, Janpath, Jyoti Nagar, Jaipur-302005.
OFFICE OF THE SUPERINTENDINGENGINEER (PROCUREMENT)
SURATGARH SUPER CRITICAL THERMAL POWER PROJECT
SURATGARH-335804, Distt. SriGanganagar (Rajasthan)
Email: dyce.supcrit.stps@rrvun.com/seproc.supercritical.stps@rrvun.com
Website: www.rvunl.com 01509-295724

BENEFITS FOR MSME UNITS OF RAJASTHAN STATE BIDDERS ONLY


1.0 BENEFITS FOR MSME UNITS OF RAJASTHAN STATE ONLY: -
1.01 (Refer RTPP Rules 2013 and Gazette Notification of GoR dated 19.11.2015 & Gazette
Notification of GoR dated 13.08.2020 and 18.12.2020& latest amendments, if any)
The following benefits are for Micro, Small and Medium Enterprises (MSME) Rajasthan State
only having valid Acknowledgement of Entrepreneurs Memorandum-II/Udyog Aadhar
Memorandum/ Udyam registration certificate issued by the competent authority only. MSME of
other states shall not be entitled for these benefits.
(a) Bid document fees shall be50% of prescribed cost.
(b) Bid security (EMD) shall be @0.5% of the value of the bid and in case of sick
industries, other than small scale industries, whose cases are pending with Board of
Industrial and financial reconstruction, it shall be 1% of the value of Bid.
(c) Performance security shall be @1% of the amount of quantity offered for supply of goods
for MSME units and @2% for sick Industries.
(d) As per above notification, purchase preference shall be divided into the following two
groups:
(i) Goods reserved as listed in notification be procured only from Micro & small
enterprises situated in Rajasthan only.
(ii) All other items, which can be procured from any other source, subject to purchase
preference to local enterprises/MSME of Rajasthan only.
The bidder has to upload all the valid required documents, i.e. Acknowledgement of
Entrepreneurs Memorandum-II/Udyog Aadhar Memorandum/ Udyam registration certificate
issued by the competent authority along with Form-A &Affidavit (Form-B) with technical
bid (attached at Part-A1(d-i) & Part-A1(d-ii) to avail exemption under MSME. The copy of
these documents is also required to be sent along with Form-A & B attached herewith before
the last date & time of UTR submission specified in the bid documents
by

Signature Not Verified


Digitally signed by Shyam Veer Singh
Designation : Superintending
Engineer
Date: 2023.10.03 21:10:22 IST
RajKaj Ref No. : 4831636 Reason: Approved
11
TN-SC-PROC- 218
emailseproc.ssctpp.emd@gmail.com&cashssctpp@gmail.com or submitted to the
procuring entity in person/by post for obtaining such rebate/exemption.
1.02 These MSME benefits are available only for bidders who confirm that some or all items
offered/quoted are manufactured by them (specifying the name of items) in a separate
letter, to be enclosed along with other MSME /Udyam registration certificate documents.
2.00 PURCHASE PREFERENCE:
2.01 Purchase preference in procurement shall be given to the category of bidders as notified by
the Government of Rajasthan state from time to time, subject to the bidder meeting the
conditions and submitting documents listed in the said notification of Government of
Rajasthan, At present please refer Notification no. F.1(8)/FD/GF&AR/2011 dated
19.11.2015(S.O.-165) and its amendments issued by Government of Rajasthan.
2.02 For availing purchase preference to MSME as per RTPP S.O. 165, bidder should submit
Certificate issued by concerned District Industries Centre, Govt. Of Rajasthan along with copy
of form-A and Affidavit (form-B) along with bid documents (attached at Part-A1(d-i) & Part-
A1(d-ii).
3.0 COMPLIANCE OF RAJASTHAN TRANSPARENCY IN PUBLIC PROCUREMENT (RTPP)
RULES 2013:
3.01 All the terms, conditions and various provisions as per RTPP Act 2012 & RTPP Rules 2013 and
further gazette notifications issued in this regard shall be applicable. In case of any conflict in
provisions of bid document and RTPP Act/Rules, the provision of RTPP Act/Rule shall be
applicable.
3.02 The prospective bidder shall abide by the rules of this act. In case of any grievances the bidder
may appeal to the appellate authorities of RVUN. Please fill and attach FORM No.1 available at
ANNEXURE-C of PART-A2b(i) of this act along with your bid.
3.03 A bidder should not be in conflict of interest as stated in rule 81 of RTPP Rules and mentioned
in the bidding document. In case of any conflict of interest, the procuring entity shall take appropriate
actions against the bidder in accordance with section 11 and Chapter IV of the Act. All bidders found
to have a conflict of interest shall be disqualified and their EMD shall be liable to be forfeited.

Signature Not Verified


Digitally signed by Shyam Veer Singh
Designation : Superintending
Engineer
Date: 2023.10.03 21:10:22 IST
RajKaj Ref No. : 4831636 Reason: Approved
12
TN-SC-PROC- 218
PART-A1(d-i)

Form A

(Apply in Duplicate)

Application by MSME for Purchase Preference in Procurement of Goods.

To,
The General Manager,
DIC, District Hanumangarh.

1. Name of Applicant with Post : Rajeev Kumar Verma (Director)

2. Permanent Address : G-1/67, RIICO, Phase-II, Industrial Area, Hanumangarh Junction,


Rajasthan, PIN-335512

3. Contact Details:
a. Telephone No. : +91-1552-244447
b. Mobile No. : +91-94132 51127, +91-94142 12127
c. Fax No. : N/A
d. Email Address : heavensindiahmh@gmail.com, heavensindiahmh1@gmail.com
4. Name of micro & small enterprise: Heavens India Pvt. Ltd.

5. Office Address : G-1/67, RIICO, Phase-II, Industrial Area, Hanumangarh Junction,


Rajasthan, PIN-335512

6. Address of work place : -----------Do--------------

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


UDYAM-RJ-16-0004858 05-03-2020

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


Manufacture of machinery and Equipment n.e.c.

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


Filters and Strainers, All types of filter elements etc. Etc….

10. Products for which purchase preference has been applied for:
Scrapper Assembly of Bowl Mill HP-1103

11. Production capacity as per Capacity Assessment Certificate

(Enclose photocopy of Capacity Assessment Certificate)

Signature Not Verified


Digitally signed by Shyam Veer Singh
Designation : Superintending
Engineer
Date: 2023.10.03 21:10:22 IST
RajKaj Ref No. : 4831636 Reason: Approved
13
TN-SC-PROC- 218
Serial No. Product Production Capacity
Quantity Value
1 Copy is attached here with
2
3
4

12. List of Plant & Machinery installed

Serial No. Name of Plant & Machinery Quantity Value


1 Copy is attached here with
2
3
4

13. List of Testing Equipments installed

Serial No. Name of Plant & Machinery Production Capacity


Quantity Value
1 Copy is attached here with
2
3
4

14. Benefits availed in last financial year and current financial year.
a. Benefits depositing Bid Security and Performance Security:

Last Financial Year Current Financial Year.


Department Bid Security Performance Bid Security Performance
Security Security
-------------------- --------------N/A---------------- ------------------------ ----------------------------- ------------------------
b. Details of Supply orders received:

Last Financial Year Current Financial Year


Department No. & Amount for Amount No. & Amount Amount of
Date of which of Date of for which goods
purchase purchase goods purchase purchase supplied.
order order supplied order order
received
UPRVUNL No. 1809/CPD- 6,78,000.00 6,95,000
II/PTPP/MPED/ .00
-
V(260/2022)O-
1
Dated:-
02.11.2022
RVUNL F-R0011/D-36 75,600.00 87,424.00Turbine 1,03,000.0 1,21,540.00
Dtd. 18/11/21 FD/248 0
Dtd.
12/10/22

Signature Not Verified


Digitally signed by Shyam Veer Singh
Designation : Superintending
Engineer
Date: 2023.10.03 21:10:22 IST
RajKaj Ref No. : 4831636 Reason: Approved
14
TN-SC-PROC- 218
I declare that the above all facts given in the application are correct and my enterprise is
producing the items mentioned in column No. 10.

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

Office of the District Industries Centre

CERTIFICATE
(See clause 10)
File No.
Date

It is certified that M/s Heavens India Pvt. Ltd. Was inspected by 02-11-2023 on dated
and the facts mentioned by the enterprises are correct as perthe record shown by the applicant.
The enterprise is eligible for Purchase Preference under this notification. The certificate is valid for
one year from the date of its issue.

Office Seal Signature


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

Enclosure- (1) Application

(2)

(3)

Signature Not Verified


Digitally signed by Shyam Veer Singh
Designation : Superintending
Engineer
Date: 2023.10.03 21:10:22 IST
RajKaj Ref No. : 4831636 Reason: Approved
15
TN-SC-PROC- 218
PART-A1(d-ii)
Format of
AffidavitForm B

I Rajeev Kumar Verma S/o Sudesh Kumar Verma Aged 50 Yrs. residing
At Hanumangarh Junction Director of M/s Heavens India Pvt. Ltd. do here by solemnly affirm and
declare that :
(a) My/Our above noted enterprise M/s Heavens India Pvt. Ltd. has been issued acknowledgement of
Entrepreneurial Memorandum Part - II by the District Industries Center Hanumangarh (Raj.) The
acknowledgement No. is .................. dated.............. and has been issued for
manufacture of following items:
Name of Item Production Capacity (Yearly)
(i)

(ii)

(iii)

(iv)

(v)

My/Our above noted acknowledgement of Entrepreneurial Memorandum Part - II has not been
cancelled or withdrawn by the Industries Department and that the enterprise is regularly
manufacturing the above items.
My/Our enterprise is having all the requisite plant and machinery and is fully equipped to
manufacture the above noted items.
Place: Hanumangarh Jn.
Signature of Proprietor/ Director Authorized
Signatory with Rubber Stamp and date

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

Signature Not Verified


Digitally signed by Shyam Veer Singh
Designation : Superintending
Engineer
Date: 2023.10.03 21:10:22 IST
RajKaj Ref No. : 4831636 Reason: Approved
16
TN-SC-PROC- 218
PART-A1(e)
CHECK LIST
List of documents to be furnished by the tendered in Cover-I of Bid duly digitally signed by authorized signatory.

TECHNICAL BID (COVER-I)

Sr. Particulars Description of required documents Details of


No documents
uploaded
Cover-I TECHNICAL BID
1 Pre-Qualifying Please attach copies to fulfill Pre Qualifying
Requirement Requirements and fill up details in Performa-I Copy Attached

2 Signed GCC & Annexure A Please attach duly seal & Signed copy of GCC &
to D Annexure A to D Copy Attached

3 Benefits for MSME and Please attach all relevant documents to benefits for
Sick Industries MSME and Sick Industries Copy Attached

4 Technical specifications Please confirm and accept Technical specifications as


per Schedule-III and fill deviations (if any) in Copy Attached
Performa-II /Part –A3 (b)
5 Commercial terms & As per GCC (Schedule-II) and fill various details in
conditions Performa-III (Part A3(c)) Copy Attached

6 Details of Purchase Please fill in Performa –IV. Also, attach copies of POs
Orders executed & Invoices Copy Attached

7 Bank Details Please fill in Performa –V.


Copy Attached
8 Information about Tenderer Please fill in Performa –VI.
Copy Attached
9 Tender documents Fee / Please fill in Performa-VII and also attach scan copy of
Bid Security online/DD payment proof towards Tender Copy Attached
documents Fee
10 Declaration by the bidder as Please fill in Performa –VIII
per RTPP Act Copy Attached

11 Details of GST Please fill in Performa –IX


Copy Attached
Cover-II PRICE BID
1 Price bid Details of prices as per format
Copy Attached

Signature Not Verified


Digitally signed by Shyam Veer Singh
Designation : Superintending
Engineer
Date: 2023.10.03 21:10:22 IST
RajKaj Ref No. : 4831636 Reason: Approved
17
TN-SC-PROC- 218

PART-A2
(To be signed by the
tenderer)

Signature Not Verified


Digitally signed by Shyam Veer Singh
Designation : Superintending
Engineer
Date: 2023.10.03 21:10:22 IST
RajKaj Ref No. : 4831636 Reason: Approved
18
TN-SC-PROC- 218
PART-A2(a)
Schedule-I

Signature Not Verified


Digitally signed by Shyam Veer Singh
Designation : Superintending
Engineer
Date: 2023.10.03 21:10:22 IST
RajKaj Ref No. : 4831636 Reason: Approved
19
TN-SC-PROC- 218
PART-A2(b)
Schedule-II
RAJASTHAN RAJYA VIDYUT UTPADAN NIGAM LIMITED
Corporate Identity Number (CIN)-U40102RJ2000SGC016484
Regd. Off. & H.O.: Vidhyut Bhawan, Janpath, Jyoti Nagar, Jaipur-302005.
OFFICE OF THE SUPERINTENDINGENGINEER (PROCUREMENT)
SURATGARH SUPER CRITICAL THERMAL POWER PLANT
SURATGARH-335804, Distt.SriGanganagar (Rajasthan)
Email: seproc.supercritical.stps@rrvun.com Website: www.energy.rajasthan.gov.in/rvunl
GENERAL CONDITIONS OF CONTRACT (G.C.C.)

SURATGARH SUPER CRITICAL THERMAL POWER PLANT, 2X660 MW Capacity is located on the
left blank of Indira Gandhi Canal (Near RD-196). The nearest Broad Gauge Rail Head is Biradhwal on
Bikaner-Suratgarh Section of North Railway. The Plant Site is about 11 Kms. from the nearest
Rail Head and 30 Kms. From Suratgarh Town in Sri Ganganagar District. The nearest road is
Bikaner–Sri Ganganagar section of National Highway No. 15, about 15Kms. from the Site. The
average ground level is 190 Mtrs. above MSL. The Site is in the desert Zone of the State of Rajasthan
with an average annual rainfall of about 300 mm. The salient features of climatic conditions and
weather data are as under:
I. Maximum Temperature of air in Sun : 50° C.
II. Maximum / Minimum Humidity : 87 % / 12 %.
III. Minimum Temperature (outdoor) : (-) 2° C.
IV. Atmospheric conditions : Highly Dusty
V. Seismic Zone : II
VI. Basic Wind velocity : 47 M/ Sec.
(As per IS)

Notwithstanding anything contained to the contrary in the specification of the tender enquiry of any
subsequent exchange of correspondence, these General Conditions of Contract (G. C. C.) shall be
binding upon the contractor and any change or variation expressed by the purchaser. The Contractor
shall be deemed to have fully informed himself and to have specific knowledge of the provinces of
the G. C. C. herein.

1:00 DEFINITIONS OF TERMS:

In constructing these General conditions and the annexed specifications, the following words
shall have the meanings herein assigned to them unless there is anything in the subject or
context inconsistent with such construction.

Signature Not Verified


Digitally signed by Shyam Veer Singh
Designation : Superintending
Engineer
Date: 2023.10.03 21:10:22 IST
RajKaj Ref No. : 4831636 Reason: Approved
20
TN-SC-PROC- 218
1.01 The “Purchaser” shall mean the Rajasthan Rajya Vidhyut Utpadan Nigam Limited represented
by the Chairman& Managing Director, RVUN and shall include their legal representative /
successors and permitted assigns and any officer(s) of the Nigam performing the duties /
functions of the Purchaser. The Word Nigam or Owner or Customer shall mean the Purchaser.

1.02 The “Tenderer” shall mean and include one or more persons or any firm or any company or
body incorporate who has submitted the tender in response to “Invitation of Tender”.

1.03 The “Seller / Supplier / Contractor” shall mean the Tenderer whose Tender has been accepted
by the Purchaser and shall include the Tenderer’s heirs, legal representatives, successors and
assigns approved by the Purchaser.

1.04 The “Engineer or Engineers” shall mean the Chief Engineer (STPS-SC), SSCTPP, RVUN,
Suratgarh or Engineer for the time being or from time to time duly authorized and appointed
by the Chief Engineer for the purpose of contract.

1.05 The “Contract” shall mean and include the General Conditions, Specifications, Schedules,
Drawings, Covering Letters, Schedule of Prices and the Agreement entered into between
Purchaser and the Supplier as per the Contract Agreement signed by the parties including all
attachments and Annexure there to and all documents incorporated by reference therein.

1.06 The “Specifications” shall mean the specification, specific conditions annexed to the GCC and
the Schedule there-of, if any.

2.00 INSTRUCTIONS TO THE SUPPLIER:

2.01 Tender documents comprises two separate sections, Techno Commercial Bid which contains
PQR, GCC and Specific Technical Requirement of the Material/Equipment’s and Second section
in Price schedule.

2.02 The Tenderer in his own interest is requested to read very carefully these instructions and the
terms and conditions as incorporated in tender documents before filling the tender form. If he
has any doubt as to the meaning of this specifications or any part thereof, he shall before be
submitting the tender at once refer them to the Superintending Engineer (Proc.-SC), SSCTPP,
RVUN, Suratgarh in writing at least 8 (eight) days before the specified date of opening of
tenders in order that such doubt may be removed. Submission of the tender shall be deemed
the conclusive proof of the fact that he has acquainted himself and is in agreement with all the
instructions, terms and conditions governing the specification, unless otherwise specifically
indicated / commented by him in his tender and accepted by the Purchaser.

2.03 RVUN reserve the right to itself to accept any tender or reject any or all tenders or cancel /
withdraw invitation to tenders without assigning any reason for the decision. Such decision by

Signature Not Verified


Digitally signed by Shyam Veer Singh
Designation : Superintending
Engineer
Date: 2023.10.03 21:10:22 IST
RajKaj Ref No. : 4831636 Reason: Approved
21
TN-SC-PROC- 218
RVUN shall not be subjected to any question by any bidder and RVUN shall bear no liability
whatsoever consequent upon such a decision.

2.04 Tenders and Accompanying Documents shall be in English/ Hindi language typed and shall be
digitally signed by a responsible and authorized person indicating his name and authority with
seal in the prescribed schedules. Tender by a partnership firm must be furnished with full
name of the all partners and be signed by the authorized representative indicating the name
and designation of the person.

2.06 The tender should reach on or before the scheduled date & time of deposition and shall be
opened on scheduled date & time of opening in the presence of Tenderer or their Authorized
Representative who wish to be present at time of opening.

2.07 Tenders received after due date and time will not be considered / opened in any case.In this
regard, no further correspondence shall be entertained.

2.08 Conditional Offers or Tenders through fax/email shall not be accepted.

2.09 Tender should be valid for a period of 180 days from the date of opening. Conditions regarding
shorter validity period shall not be accepted.

2.10 In order to satisfy the Purchaser that the Tenderer is technically & financially capable of
executing the proposed order for the Material / Equipment covered by the Specifications, the
Tenderer shall furnish evidence to this effect. In such letter of capacity in Performa Schedule,
tenderer is required to furnish information about the list of orders secured, supplies made,
orders in hand / pending to be executed. Besides, he may also furnish his balance sheets for
past three years and Banker’s report or any other information in this regard which according to
him qualifies for getting the order. Each Tenderer shall submit along with his tender his
experience including full details of equipment supplied, name of customer, year of supply and
satisfactory Performances Certificates and invoice.

2.11 Supplier shall supply all such minor accessories required for the completion of supply which
have either not been specifically mentioned in this specification or his Tender offer along with
Test Certificates, Guarantee Card and Manual for operation, free of cost.

2.12 The equipment with its accessories shall be packed in accordance with the manufacturer’s
standard practice in suitable sizes of packing cases worthy of Rail / Road Transport and will be
duly marked, legible to avoid any possibility of goods being lost or wrongly dispatched
elsewhere on account of faulty marking. It must be ensured that no damage is caused to the
Equipment as a result of defective packing.

Signature Not Verified


Digitally signed by Shyam Veer Singh
Designation : Superintending
Engineer
Date: 2023.10.03 21:10:22 IST
RajKaj Ref No. : 4831636 Reason: Approved
22
TN-SC-PROC- 218
2.13 All the Supplies covered by the Contract shall be in accordance with the Indian Electricity Act
1910 with the latest amendments and Electricity Rules made there under.

2.14 The Material / Equipment to be supplied shall be unused, original, and genuine and shall be
guaranteed as per Manufacturer’s Standard Practice. For all kinds of Manufacturing Defects
and Defective Materials, Manufacturer’s Guarantee Certificate of the Product shall be furnished
along with Test Certificates, if any.

2.15 At all stages after Tender the Purchaser shall deal with the Supplier only in the Name and at
the Address under which he has submitted the tender. All the Liabilities / Responsibility of the
Contract shall be those of the Supplier and in no circumstances, he shall be relieved of any
responsibility under the Contract. The Purchaser may, however at his discretion deal with the
Agents / Representatives / Distributes / Manufacturers / Associates / Principals / Sister
Concerns but such dealings shall not relieve the Supplier from his Responsibilities / Obligations
/ Liabilities to the Purchaser under the Contract. In case of the change of the Name / Address /
Bankruptcy or Death of Proprietor, the Successor shall be liable for satisfactory completion of
the Contract.

2.16 The rates for the Material / Equipment / Work should be quoted strictly in the form of Schedule
of Prices attached with the Tender Specification.

2.17 The Supplier shall not, save with the previous consent in writing of the Purchaser, subject,
transfer or assign the contract or any other part thereof interest there-in or benefit of
advantage whatsoever provided nevertheless that any such permission granted to the Supplier
shall not relieve him from any obligations, duty or responsibility under the contract.

2.18 Bidders shall furnish their GST registration status with detail.

2.19 If required, the Tenderer shall arrange a sample of Material / Equipment for approval.

3.00 BID SECURITY / EARNEST MONEY DEPOSIT (EMD):


3.01 EMD as specified in the Notice Inviting Bids, shall be furnished by the bidder.
3.02 In case of un-successful bids, the Earnest Money will be refundable after finalization of the
contract. In case of successful bidder, the amount of earnest money deposited by them will be
converted into Security Deposit /Performance security Deposit as per relevant clause of
General Conditions of Contract (GCC).
3.03 Request for adjustment/appropriation of earnest money or other deposits if any, already lying
with RVUNL in connection with some other bid/order/works shall not entertained.
3.04 No interest shall be payable on Earnest Money Deposits.
3.05 RVUNL reserves the right to forfeit earnest money deposit or a part there of in
circumstances which may indicate that the contractor is not interested in accepting/executing
the order placed under this specification.

Signature Not Verified


Digitally signed by Shyam Veer Singh
Designation : Superintending
Engineer
Date: 2023.10.03 21:10:22 IST
RajKaj Ref No. : 4831636 Reason: Approved
23
TN-SC-PROC- 218
Note: If there is any change either in bid security amount /way of depositing or in
both,same shall be applicable in terms of RTPP act.
4.0 PRICES:

4.01 Prices / Ratesshall be quoted as FIRM for supply & delivery at F.O.R. SSCTPP Site as in Price
Schedule. Prices shall be independent of any variation on account of cost of material (s),
duties and taxes on raw materials, transportation charges, insurance charges, labour charges
and any other charges.
4.02 The prices quoted shall remain fixed and firm. If a bidder reduces his prices suomoto after
opening of tender or negotiated bid (if any) his offer shall stand cancelled automatically, his
earnest money shall be forfeited and action for debarring him from further business with the
Department shall be taken.
4.03 It is to clarify that if the tendering firm makes any reduction of rates suomoto against this
contract, other than on reasons for statutory variation or other valid reasons during the
currency of contract period, it is likely to be debarred for future business in the department for
specific period.
4.04 The bidder shall quote only single price/rate for the quantity offered by the bidder. The offers
with prices of the materials quoted in slab basis and/or with any conditional discount on any
account viz. payment, quantity etc liable to be rejected.
4.05 In case the bidders quote rate of any existing tax/duty higher than the maximum prevailing
statutory rate, his bids shall be evaluated at corrected rate of tax/duty i.e. the maximum
prevailing statutory rates and accordingly order shall be placed with correct rate of tax/duty.
4.06 In case bidder quotes taxes/duties as "inclusive" or "not applicable" or "Zero" or "NIL" or does
not quote any value or indicates the rates lower than the maximum applicable
rate/concessional rate against any prevailing taxes/ duties, the bidder shall absorb or bear the
taxes/duties up to maximum applicable rate.
5.00 GST:-
5.01 The bidder should have valid GST Number and submit latest GST return along with tender
documents.
5.02 Suratgarh Super Critical Thermal Power Project, RVUN is registered under GST having GST
No.08AABCR7436B1ZK.
5.03 If there is any change in GST within the stipulated delivery schedule, the same shall be
allowed or vice versa on furnishing of documentary evidence/Gazette notification. Any increase
in GST beyond stipulated delivery period shall be borne by the supplier only.
5.04 Bidder should have mention the GST rate along with HSN/SAC code specified in Invoices.

6.0 VARIATIONS IN TAXES & DUTIES:

6.01 Within contractual period

Any upward or downward variation in the effective rates of existing taxes/duties or change in
financial liability due to introduction of new taxes/duties or abolition of existing taxes/duties
within stipulated completion period shall be to SSCTPP, RVUNL, Suratgarh account and all

Signature Not Verified


Digitally signed by Shyam Veer Singh
Designation : Superintending
Engineer
Date: 2023.10.03 21:10:22 IST
RajKaj Ref No. : 4831636 Reason: Approved
24
TN-SC-PROC- 218
taxes/duties shall be paid at actual, if quoted extra. However, supplier shall have to furnish
supporting document(s) in the form of Gazette Notification for approval of the purchaser
before claiming any upward variation.

6.02 After expiry of contractual period


Any additional financial liability due to increase in rates of existing taxes/duties and
introduction of new taxes and duties arising consequent upon failure of the supplier to adhere
to the stipulated delivery schedule shall have to be borne by the supplier. However, any
reduction in financial liability due to abolition of existing taxes/ duties or revision in the
effective rate of taxes/duties after expiry of stipulated completion period shall be passed on to
SSCTPP, RVUNL, Suratgarh.

7.0RIGHT TO VARY QUANTITY / PART ORDER: -

7.01 Procuring Entity’s Right to Vary Quantities

(i) If the Procuring Entity does not procure any subject matter of procurement or procures
less than the quantity specified in the Bidding Document due to change in circumstances, the
Bidder shall not be entitled for any Claim or compensation. Purchaser reserves the right to
place part order at the time of placement of LOI / Purchase Order based on actual
requirement.

(ii) Repeat orders for extra items or additional quantities may be placed, on the rates and
conditions given in the contract. Delivery or completion period may also be proportionately
increased. The limits of repeat order shall be as under-

a) 50% of the quantity of the individual items and 50% of the value of original contract in case
of works.
b) 50% of the value of goods or services of the original contract.

If the Supplier fails to do so, the Procuring Entity shall be free to arrange for the balance
supply by limited Bidding or otherwise and the extra cost incurred shall be recovered from the
Supplier.

7.02. Dividing quantities among more than one Bidder at the time of award (In case of procurement
of Goods)
As a general rule all the quantities of the subject matter of procurement shall be procured
from the Bidder, whose Bid is accepted. However, when it is considered that the quantity of
the subject matter of procurement to be procured is very large and it may not be in the
capacity of the Bidder, whose Bid is accepted, to deliver the entire quantity or when it is
considered that the subject matter of procurement to be procured is of critical and vital nature,
in such cases, the quantity may be divided between the Bidder, whose Bid is accepted and the
second lowest Bidder or even more Bidders in that order, in a fair, transparent and equitable
manner at the rates of the Bidder, whose Bid is accepted.

Signature Not Verified


Digitally signed by Shyam Veer Singh
Designation : Superintending
Engineer
Date: 2023.10.03 21:10:22 IST
RajKaj Ref No. : 4831636 Reason: Approved
25
TN-SC-PROC- 218
7.03 The quantities indicated in the schedule (s) given in Specification and BOQ are only provisional
and the purchaser reserves the right of revising the same at the time of Placing the order.
Further purchaser has also reserves the right to defer / suspension and to cancel the whole
and part of order without assigning any reason and compensation to supplier.

8.0 E-WAY BILL


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

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

10.00 INSURANCE:
10.01 The Supplier shall be required to get the Material / Equipment on order fully insured from the
General Insurance Company of India against any loss, damage and / or pilferage in transit
from the place of dispatch to the destination Station (s) and for further period of 30 (thirty)
days after receipt of Material / Equipment at destination to enable the Consignee to report any
shortage / damage during transit. The Insurance could be done through the underwriters of
the Supplier provided the premium charge is lower than those of G. I. C.

10.02 The Supplier shall be responsible for Safer Arrival at the destination and receipt of Material /
Equipment by the Consignee (s).
10.03 Unless otherwise, mutually agreed upon, in case of any loss / damage / pilferage etc. the
suppler shall replace free of cost such missing / damaged or lost material on receipt of the
report thereof
from the Consignee. Such reports shall be made by the Consignee (s) within a period of 30
(Thirty) days from the date of receipt of each consignment by him.
10.04 Unless otherwise, mutually agreed upon, replacement of shortage / damage / losses shall be
made or defects rectified at the Consignee (s) store within a period of 30 (Thirty) days from
the date of such reports, failing which Purchaser reserves the right to forfeit the Security
Deposit and / or operate the Bank Guarantee if any and or take any other appropriate action.

10.05 Defective / Damaged Material / Equipment shall be returned to the Supplier at his cost after
replacements thereof have been made to the satisfaction of the Consignee (s) / Purchaser.

10.06 In case the Damaged / Defective Material / Equipment or a part thereof warrants return at the
Supplier’s work for necessary rectification, the Supplier may be required to furnish a Bank

Signature Not Verified


Digitally signed by Shyam Veer Singh
Designation : Superintending
Engineer
Date: 2023.10.03 21:10:22 IST
RajKaj Ref No. : 4831636 Reason: Approved
26
TN-SC-PROC- 218
Guarantee from any Scheduled Bank equivalent to the value of such Material / Amount already
paid for. The period for return of rectified material / equipment as well as amount and validity
of Bank Guarantee shall be mutually agreed upon and any time taken beyond the aforesaid
period may be treated as delay in delivery as per relevant clauses.

10.07Proof of insurance should be submitted along with the invoices if charged extra.
10.08 In case of open insurance policy, copy of policy and intimation regarding invoice to the
insurance company should be submitted along with invoice.

11.00 PAYMENT TERMS:


The payment for the Material / Equipment ordered shall be made as under:

11.01 90 % payment of the cost of each consignment along with full taxes and duties and other
payable charges shall be made through Bank or against receipted challan duly verified by the
Consignee.

11.02 Balance 10 % (Ten Percent) payment shall be made after a period of 30 (Thirty) days from the
date of receipt of Material / Equipment in Stores at SSCTPP Site & duly verified by the
consignee.

11.03 All bank commission charges, if any shall be borne by the Supplier.

11.04 No Payment under this clause shall be made unless Supplier has furnished performance
security deposit as per clause 21.00 & complete all contractual formalities as stipulated in the
purchase order.

11.05 Any demurrages / wharfage charges leviable consequent upon the failure of the Supplier to
adhere to any of the specified stipulations shall be to the Supplier Account.

12.00 MODE OF PAYMENTS:

The invoices of material dispatched shall be correctly prepared in 4 (Four) copies in the name
of Consignee and shall be submitted as under:

12.01 For Receipted Challan: Original challan, GST invoice with dispatch documents with two extra
copies shall be sent to the consignee who after taking delivery of material, duly completed in
all respect shall verify the invoices and immediately send to Accounts Officer (STPS-SC),
SSCTPP, RVUN, Suratgarh for arranging payment to the supplier.

12.02 Through Bank: Original with one extra copy of GST invoice along with GR & dispatch
documents shall be sent to the Accounts Officer (STPS-SC), SSCTPP, RVUN, Suratgarh through
SBI, Suratgarh who shall get the original documents released from the bank & forward the
same to the consignee for taking delivery of the material.

12.03 One copy to the Consignee direct in advance.

Signature Not Verified


Digitally signed by Shyam Veer Singh
Designation : Superintending
Engineer
Date: 2023.10.03 21:10:22 IST
RajKaj Ref No. : 4831636 Reason: Approved
27
TN-SC-PROC- 218
12.04 One copy to the Purchaser.

12.05 A email intimation at least 7 (Seven) days in advance about the dispatch of the Material /
Equipment shall also be given direct to the Consignee & the Accounts Officer (STPS-SC),
SSCTPP, RVUN, Suratgarh

12.06 The Supplier shall intimate to the Bank to convey the details of consignment to the Accounts
Officer (STPS-SC), SSCTPP, RVUN, Suratgarh

12.07 Unless otherwise mutually agreed upon, the GR shall be drawn and dispatched in the name of
the consignee.

12.08 No interest will be payable on account of delay in payment, if any.

13.00 INSPECTION AND TESTING:

13.01 The inspection of the material shall be carried out, unless waived, by the authorized
representative of the Purchaser before dispatch for which the material shall be offered as per
provisions of Technical Specifications.

13.02 The Engineer shall on giving seven days, notice in writing to the contractor setting out any
grounds of objections which he may have in respect of the work, be at library to reject any
drawing and all or any plant, or workmanship connected with such work which in his opinion
are not in accordance with the contract or are in his opinion, defective for any reason
whatsoever.

13.03 The Tenderer shall state in his tender the places of manufacture testing and inspection of
various equipment’s offered by him. Unless specifically provided otherwise all tests shall be
made at the Contractor’s Work before shipment.

13.04. The Supplier shall intimate at least 15 days in advance through notice (s) about the readiness
of material for dispatch commensurate with specific delivery schedule so as to enable the
Purchaser to depute his representative for inspection, testing and checking of the material /
equipment. For this purpose, the date of receipt of the letter in the Office of the Purchasing
Authority shall be deemed as the date of call for inspection and not the date mentioned in the
letter and the date of dispatch. In case, Material / Equipment is not found ready by the
representative of the purchaser deputed for the inspection to the extent of the quantity
indicated in the inspection call with tolerance of (-)10 % (Ten Percent) or if the inspection is
not got carried out by any reasons(s) on account of the Supplier, an amount of Rs. 1500/-plus
GST as applicable for the Supplier’s Works located in Rajasthan and Rs. 5000/-plus GST as
applicable for the supplier’s works located outside Rajasthan will become payable by the
Supplier on his account to the Account Officer (STPS-SC), SSCTPP, RVUN, Suratgarh. The

Signature Not Verified


Digitally signed by Shyam Veer Singh
Designation : Superintending
Engineer
Date: 2023.10.03 21:10:22 IST
RajKaj Ref No. : 4831636 Reason: Approved
28
TN-SC-PROC- 218
Supplier will deposit the amount with Account Officer (STPS-SC), SSCTPP, RVUN, Suratgarh
immediately under intimation to this purchasing authority failing which the subsequent call for
inspection shall not be entertained. The material / equipment shall be offered duly packed so
as to enable the inspecting officer to seal.

13.05 The Purchaser reserves to himself the right of having any inspection or special test of a
reasonable nature at Contractor’s Premises or at sites in addition to those prescribed in
applicable standards and the enclosed Technical Specification.

13.06 The Supplier shall also furnish the latest valid calibration certificate of the testing
instruments / equipment used for the testing of the material / equipment’s as covered in the
purchase order to the Inspecting Officer. The testing instruments / machines should be got
calibrated by the Supplier from time to time from the Manufacturer of the testing instruments
or any Govt. Recognized Testing Laboratory. The Calibration Certificate should not in any case
be older than one year at the time of presenting the same to the Inspecting Officer. In case
however, The Supplier fails to comply with the conditions as aforesaid, a Certificate in writing
of the Inspector / Representative of the Purchaser that the Supplier has failed to provide the
facilities shall be conclusive.

13.07 Unless the inspection in specifically waived no material shall be dispatched without inspection
and clearance for dispatch by the Purchaser’s Representative.

13.08 The Purchaser reserves the right to reject all or any part of the material being manufactured
or awaiting dispatch, due to any defect or deviations from the standard specifications
prescribed as observed during the inspection. In case of any dispute / difference in this regard
the decision of the Chief Engineer (STPS-SC), SSCTPP, RVUN, Suratgarh shall be final and
binding.

13.09 The Purchaser also reserves the right to get the material / equipment tested in any Recognized
Government Laboratory & claiming any compensation or rejecting the material / equipment, if
not found in accordance with The Specification. All charges consequent to such rejection and
replacement / rectification shall be borne by the Supplier.

13.10 The sampling shall be done as per relevant standards of Technical Specification.

13.11Such inspection and acceptance for dispatch shall not however relieve the supplier from entire
responsibility for supplying the material conforming to the requirements of the order nor shall
if prejudice to any claim because of defective or unsatisfactory materials.
13.12 In case of third party inspection bidder will arrange third party pre dispatch joint inspection
from any of the reputed organization along with RRVUNL representative. The cost of
arrangement of third party inspection along with testing charge shall be borne by the supplier.

Signature Not Verified


Digitally signed by Shyam Veer Singh
Designation : Superintending
Engineer
Date: 2023.10.03 21:10:22 IST
RajKaj Ref No. : 4831636 Reason: Approved
29
TN-SC-PROC- 218
13.13 Expenditure towards travelling, boarding & lodging of RVUNL inspector shall be borne by the
purchaser.

14.00TEST CERTIFICATE:
The successful bidder shall furnish test certificate as specified in technical specifications from
their own laboratory at the time of inspection as well as along with dispatch documents. The
charges for such testing shall be borne by the supplier.

15.00 DELIVERY:

15.01 (a) The date of receipt of material by the consignee at his stores shall be the date of delivery
and not the date of handing over the goods to the Transport Company.
(b)If payment is made through Bank: The date of GR/RR shall be the date of delivery.

15.02 Any equipment is considered to have been delivered only when all the components delivered
are in full. If certain parts are omitted to be delivered in time so as to make the delivered unit
not fit for being put into use, the whole unit of the equipment will be considered as delayed
until such time missing parts are delivered.
15.03The purchaser also reserves the right to defer the delivery period for the full / balance quantity
as indicated in the detailed purchase order during currency of the contract without any
compensation. The period for which the supplies have been so deferred shall not be reckoned
as delay in delivery.
15.04 GR/RR shall be made in the name of consignee i.e Executive Engineer (Store), SSCTPP, RVUN,
Suratgarh.

16.00 DELAY IN DELIVERY:


16.01 The time and date of delivery specified in the purchase order shall be deemed to be the
essence of the contact and the supply shall have to be completed within the stipulated delivery
period. If the bidder fails to dispatch and deliver the material on order or any part thereof
within the specified delivery period, the purchaser shall be entitled at his option:
(i) To recover from the bidder a sum equivalent to 0.5% (point five Percent) of the accepted
price of any material/equipment, which the bidder has failed to deliver in time, for each
week or part of the week during which the delivery of the material/equipment be in
arrears. The recovery of such amount will be limited to 10% (ten percent) of the
accepted prices of delayed/undelivered goods.
(ii) To purchase from elsewhere after giving due notice to the bidder, at his account and risk,
the material not delivered, of similar description without cancelling the contract for
material not yet due for delivery.
(iii) To cancel the contract or part thereof and if so desired, to purchase the material at the
risk and cost of the bidder.

Signature Not Verified


Digitally signed by Shyam Veer Singh
Designation : Superintending
Engineer
Date: 2023.10.03 21:10:22 IST
RajKaj Ref No. : 4831636 Reason: Approved
30
TN-SC-PROC- 218
16.02The adjustment in regard to the amount recoverable, if any in terms of clause 16.01 sub para
(i), shall be made from the cash deposit or from the firm’s dues or by operating the bank
guarantee (s) as may be available with RVUNL and/or in any other manner as may be deemed
appropriate by the purchaser.
16.03Any financial liability arising consequent upon the failure of the bidder to adhere to the
stipulated delivery schedule shall be to the bidder’s account.
17.0 PRICE FALL: -
i) In case delivery schedule is already over: - In such cases, pending supplies against previous
order are accepted at such lower rate, if any, as are received in subsequent tender as against
charging liquidated damages on old rate, if it is so economical and the tenderer agrees to it. If
they are not agreeable, supply shall not be taken and order for balance supply shall be
cancelled as per provision of the purchase order.
ii) When delivery schedule is not over-
a) If any previous successful tenderer has also participated in a new tender enquiry, and
accepted the lower rate as received in the subsequent tender, then pending supply against
previous order shall be taken at the lower rate as is received in the subsequent tender.
b) If the supplier has not participated or participated but he is not agreeable to supply the
balance quantity at lower rate received in the subsequent tender, the balance supply
against previous order shall not be taken and order in respect there of shall be cancelled
without any financial liability on either side.

18:00 GUARANTEE TECHNICAL PARTICULARS (GTP):


Guaranteed technical particulars for the offered Material / Equipment’s as per Tender
Specifications at Part-A2(c) i.e. SCHEDULE-III together with deviations (if any) agreed by the
Purchaser and Supplier subsequently shall be strictly adhered to.

19:00 PERFORMANCE GUARANTEE:


All the equipment shall be of the best quality and capable of satisfactory operation under the
climatic conditions mentioned above. The workmanship shall be of the highest grade and the
entire manufacturing shall be in accordance and relevant technical standards with the modern
engineering practices.
The Material / Equipment to be supplied shall be unused, original, and genuine and shall be
guaranteed as per Manufacturer’s Standard Practice. For all kinds of Manufacturing Defects
and Defective Materials, Manufacturer’s Guarantee Certificate of the Product shall be furnished
along with Test Certificates, if any. The Material supplied shall be guaranteed for a period of 18
(Eighteen) Month from the Date of Supply or 12 (Twelve) Month from the Date of
Commissioning / Use, whichever is earlier for Performance against Design / Manufacturing
Defects.

Signature Not Verified


Digitally signed by Shyam Veer Singh
Designation : Superintending
Engineer
Date: 2023.10.03 21:10:22 IST
RajKaj Ref No. : 4831636 Reason: Approved
31
TN-SC-PROC- 218
20.00 FITMENT & INTERCHANGIBILITY:
The Supplier shall furnish fitment/ interchangeability certificate to the effect that item supplied
shall be compatible with the existing equipment supplied earlier.

21:00 PERFORMANCE SECURITY/ SECURITY DEPOSIT:


21.01 Performance security shall be solicited from all successful bidders except the departments of
theState Government and undertakings, corporations, autonomous bodies, registered societies,
co-operative societies which are owned or controlled or managed by the State Government
and undertakings of the Central Government. However, a performance security declaration
shall be taken from them. The State Government may relax the provision of performance
security in particular procurement or any class of procurement.
21.02 As per RTPP RULES-2013 Rule No-75, the amount of Performance security shall be as under:-
(a) 5%, or as may be specified in the bidding documents, of the amount of supply order in
case of procurement of goods and services and 10% of the amount of work order, in case of
procurement of works;
(b) 1% of the amount of quantity ordered for supply of goods, in case of Small Scale
Industries of Rajasthan; and
(c) 2% of the amount of supply order, in case of sick industries, other than Small Scale
Industries, whose cases are pending before the Board of Industrial and Financial
Reconstruction (BIFR)
21.03 Performance security shall be furnished in any one of the following forms-
(a) Bank Draft of a scheduled bank;
(b) Bank guarantee form any scheduled bank in India in the prescribed proforma attached at
Appendix-I on e-stamp/NJS paper of Govt. of Rajasthan of Rs. @0.25% of amount SECURED
plus surcharge or Rs.25000/- whichever is less or as per applicable stamp duty. It shall be got
verified from the issuing bank by RVUNL. Such bank guarantee shall be valid for a period of
beyond 60 days after 12 months from the date of commissioning/use of the equipment or 18
months from the date of supply, whichever is earlier and if required by the purchaser, the
validity of bank guarantee further extended for such period as desired.
(c) National Savings Certificates and any other script/instrument under National Savings
Schemes for promotion of small savings issued by a Post Office in Rajasthan, if the same can
be pledged under the relevant rules. They shall be accepted at their surrender value at the
time of bid and formally transferred in the name of procuring entity with the approval of Head
Post Master.
(d) Fixed Deposit Receipt (FDR) of a scheduled bank. It shall be in the name of procuring
entity on account of bidder and discharged by the bidder in advance. The procuring entity shall
ensure before accepting the Fixed Deposit Receipt that the bidder furnishes an undertaking
from the bank to make payment/premature payment of the Fixed Deposit Receipt on demand
to the procuring entity without requirement of consent of the bidder concerned. In the event of

Signature Not Verified


Digitally signed by Shyam Veer Singh
Designation : Superintending
Engineer
Date: 2023.10.03 21:10:22 IST
RajKaj Ref No. : 4831636 Reason: Approved
32
TN-SC-PROC- 218
forfeiture of the performance security, the Fixed Deposit shall be forfeited along with interest
earned on such Fixed Deposit.
(e) Bid security can be adjusted into performance security on request of supplier.
21.04 Performance security shall remain valid for a period of 60 days beyond the date of completion
of all contractual obligations of the supplier/ contractor, including warranty obligations –
maintenance period / defect liability period.
21.05 If the supplier fails or neglects to observe / perform any of his obligation under the contract, it
will be lawful for the purchaser to forfeit either in whole or in a part at it absolute discretion
the performance security deposit furnished by the supplier.
21.06 No interest shall be payable on such deposit.
21.07 No payment shall be released before submission of performance security. RVUN is not
responsible for delay in payment on account of acceptance of performance security.
Note: If there is any change either in performance security amount /way of depositing or
in both,same shall be applicable in terms of RTPP act.

22:00 TECHNICAL DEVIATIONS:


22.01 Bidder wishing to deviate in any way from the general condition of contract and technical
specification should draw specification to such deviation in his Bid.
22.02 All such deviations should be clearly mentioned in the deviation sheet giving the corresponding
reference, clause number, terms in proforma of technical deviations and Commercial
Conditions. Deviations mentioned elsewhere in bid document shall not be accepted.
22.03 Unless such deviations are submitted with the tender, it will be understood and agreed bidder
proposal is based on strict in conformance to purchaser’s specification in all respect.
23.00 CONTRACT AGREEMENT:
23.01 Contract agreement shall be executed within 15 days after receipt of purchase order on NJS /
e-stamp of Government Rajasthan Rs.500/- plus applicable surcharge or as applicable as per
Rajasthan Government Rules. The format of Contract Agreement shall be provided with
Purchase Order to the successful bidders.The cost of stamp paper shall be borne by the
supplier. Contract agreement along with purchase order and it’s annexure, approved drawings
(if any) duly signed with seal by the competent authority of the supplier on each page shall be
submitted in triplicate along with proof of authorization of signing authority for acceptance by
the purchaser.
24.00 FORCE MAJEURE CONDITIONS:
24.01 If at any time during the currency of the contract, the performance in whole or in part be
prevented or delayed by reason of any war, hostility, acts of public enemy, civil commotion,
sabotage, fire floods, explosion , epidemics, quarantine restrictions, strikes, lock outs or acts
of God (herein after referred to as events and intimation is given within 21 (twenty one ) days
from the date of occurrence thereof, the provision of clause No. 16:00 shall not be invoked by
the Purchaser provided further that the deliveries under the contract shall be assumed, as
soon as practicable after such events have ceased to exist and the decision of the Purchaser as

Signature Not Verified


Digitally signed by Shyam Veer Singh
Designation : Superintending
Engineer
Date: 2023.10.03 21:10:22 IST
RajKaj Ref No. : 4831636 Reason: Approved
33
TN-SC-PROC- 218
to whether the delivery has been so resumed or not shall be final and conclusive provided
further that in case the strike, lock out prolongs over a period of 30 (Thirty) days, the Supplier
shall immediately inform about it. The Purchaser reserves the right to procure the Material /
Equipment on order or part thereof from any other sources at the risk and cost of the Supplier.
24.02 The contract date of completion shall be extended by a reasonable time considering the delay
caused by such Force Majeure Conditions.

25.00 PURCHASE PREFERENCE:


25.01 Purchase preference in procurement shall be given to the category of bidders as notified by
the Government of Rajasthan state from time to time, subject to the bidder meeting the
conditions and submitting documents listed in the said notification of Government of
Rajasthan, At present please refer Notification no. F.1(8)/FD/GF&AR/2011 dated
19.11.2015(S.O.-165) and its amendments issued by Government of Rajasthan.
25.02 For availing purchase preference to MSME as per RTPP S.O. 165, bidder should submit
Certificate issued by concerned District Industries Centre, Govt. Of Rajasthan along with copy
of form-A and Affidavit (form-B) along with bid documents (attached at Part-A1(d-i) & Part-
A1(d-ii).
26:00 CORRESPONDENCES:
All correspondence pertaining to the purchase order in respect of any clarification required on
the terms and conditions / dispatch instruction, contract drawings, test certificates etc. shall
be addressed to the Superintending Engineer (Proc-SC), SSCTPP, RVUN, Near Village
Raiyanwali, Suratgarh-335805 Distt: SriGanganagar(Rajasthan).

27.00 DISPUTE AND JURISDICTION:


All disputes, differences, questions whatsoever arising between the Purchaser and Supplier /
Contractor upon or in connection with the contract shall be deemed to have arisen in
SriGanganagar District and no courts other than SriGanganagar shall have jurisdiction to
entertain the same.
The Contract shall be governed by the law of India in force and the court of competent
jurisdiction at SriGanganagar District (Rajasthan), India. All dispute(s)/difference(s)/
question(s) what so which may arise between purchaser and supplier upon in relation or in
connection with the contract shall also be deemed to have arisen at SriGanganagar, Rajasthan
and no court other than court at SriGanganagar District shall have the jurisdiction to enter or
try the same.

28:00Allother standard terms and conditions as per RVUNL norms shall also be applicable.

29:00 ACCEPTANCE OF THE ORDER:


The Acceptance of the Order shall be conveyed to the Superintending Engineer (Proc-SC),
SSCTPP, RVUN, Near Village Raiyanwali, Suratgarh within 10 (Ten) days of the receipt of order

Signature Not Verified


Digitally signed by Shyam Veer Singh
Designation : Superintending
Engineer
Date: 2023.10.03 21:10:22 IST
RajKaj Ref No. : 4831636 Reason: Approved
34
TN-SC-PROC- 218
failing which it will be assumed that all terms and conditions incorporated in the order are
acceptable.

Note: If any conflict/discrepancies arise between GCC (Schedule-II) and transparency act-
2012/Rules-2013, then transparency act/Rules shall prevail.

Signature Not Verified


Digitally signed by Shyam Veer Singh
Designation : Superintending
Engineer
Date: 2023.10.03 21:10:22 IST
RajKaj Ref No. : 4831636 Reason: Approved
35
TN-SC-PROC- 218
PART-A2(b-i)
In compliance to Rajasthan transparency in public procurement Act.2012 and Rajasthan transparency
in public procurement rules 2013 the following annexure have been added in GCC. These will be part
of GCC of contract. The bidders should go through these.

Annexure A: Compliance with the code of integrity and No conflict of interest.


Annexure B: Declaration by Bidder regarding Qualifications.
Annexure C: Grievance Redressed during procurement process.
Annexure D: Additional conditions of contract.
Annexure A: Compliance with the Code of Integrity and No Conflict of Interest
Any person participating in a procurement process shall –

a) not offer any bribe, reward or gift or any material benefit either directly or indirectly in exchange
for an unfair advantage in procurement process or to otherwise influence the procurementprocess;
b) not misrepresent or omit that misleads or attempts to mislead so as to obtain a financial or other
benefit or avoid an obligation;
c) not indulge in any collusion, bid rigging or anti-competitive behavior to impair the transparency,
fairness and progress of the procurement process;
d) Not misuse any information shared between the procuring Entity and the Bidders with an intent to
gain unfair advantage in the procurement process;
e) Not indulge in any coercion including impairing or harming or threatening to do the same, directly
or indirectly, to any party or to its property to influence the procurement process;
f) Not obstruct any investigation or audit of a procurement process;
g) disclose conflict of interest, if any; and
h) Disclose any previous transgressions with any Entity in India or any other country during the last
three years or any debarment by any other procuring entity.
Conflict of Interest:
The Bidder participating in a bidding process must not have a Conflict of Interest. A Conflict of
Interest is considered to be a situation in which a party has interests that could improperly influence
that party’s performance of official duties or responsibilities, contractual obligations, or compliance
with applicable laws and regulations.

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

a) have controlling partners/ shareholders in common; or


b) receive or have received any direct or indirect subsidy from any of them; or
c) have the same legal representative for purposes of the Bid; or

Signature Not Verified


Digitally signed by Shyam Veer Singh
Designation : Superintending
Engineer
Date: 2023.10.03 21:10:22 IST
RajKaj Ref No. : 4831636 Reason: Approved
36
TN-SC-PROC- 218
d) have a relationship with each other, directly or through common third parties, that puts them in a
position to have access to information about or influence on the Bid of another Bidder, or influence
the decisions of the Procuring Entity regarding the bidding process; or
e) The Bidder participates in more than one Bid in a bidding process. Participation by a Bidder in
more than one Bid will result in the disqualification of all Bids in which the Bidder is involved.
However, this does not limit the inclusion of the same subcontractor, not otherwise participating
as a Bidder, in more than one Bid; or
f) the Bidder or any of its affiliates participated as a consultant in the preparation of the design or
technical specifications of the Goods, Works or Services that are the subject of the Bid; or
g) Bidder or any of its affiliates has been hired (or is proposed to be hired) by the Procuring. Entity
as Engineer-In charge/Consultant for the contract.

Signature Not Verified


Digitally signed by Shyam Veer Singh
Designation : Superintending
Engineer
Date: 2023.10.03 21:10:22 IST
RajKaj Ref No. : 4831636 Reason: Approved
37
TN-SC-PROC- 218
Annexure B: Declaration by the Bidder regarding Qualifications
Declaration by the Bidder

In relation to my/ our Bid submitted to CE SSCTPP for procurement of Scrapper Assembly of
Bowl Mill in response to their Notice Inviting Bids No. TN-SC-PROC.-218 Dated I/ we hereby
declare under Section 7 of Rajasthan Transparency in Public Procurement Act, 2012, that:

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

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

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

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

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

Date: 23-11-2023
Place : Hanumangarh Jn.

Signature of bidder

Name : Rajeev Kumar Verma

Designation : Director

Address : G-1/67, RIICO, Phase-II, Industrial Area,

Hanumangarh Jn., Rajasthan, PIN-335512

Signature Not Verified


Digitally signed by Shyam Veer Singh
Designation : Superintending
Engineer
Date: 2023.10.03 21:10:22 IST
RajKaj Ref No. : 4831636 Reason: Approved
38
TN-SC-PROC- 218
Annexure C: Grievance Redressal during Procurement Process
The designation and address of the First Appellate Authority is: Hon’ble PC-I.
The designation and address of the Second Appellate Authority is: Principal Secretary /
Secretary, Energy Deptt., GOR.
1) Filing an Appeal

If any Bidder or prospective bidder is aggrieved that any decision, action or omission of the
Procuring Entity is in contravention to the provisions of the Act or the Rules or the Guidelines
issued there under, he may file an appeal to First Appellate Authority, as specified in the
Bidding Document within a period of ten days from the date of such decision or action,
omission, as the case may be, clearly giving the specific ground or grounds on which he feels
aggrieved:

Provided that after the declaration of a Bidder as successful the appeal may be filed only by a
Bidder who has participated in procurement proceedings:

Provided further that in case a Procuring Entity evaluates the Technical Bids before the
opening of the Financial Bids, an appeal related to the matter of Financial Bids may be filed
only by a Bidder whose Technical Bid is found to be acceptable.

(2) The officer to whom an appeal is filed under para (1) shall deal with the appeal as
expeditiously as possible and shall endeavor to dispose it of within thirty days from the date of
the appeal.

(3) If the officer designated under para (1) fails to dispose of the appeal filed within the period
specified in para (2), or if the Bidder or prospective bidder or the Procuring Entity is aggrieved
by the order passed by the First Appellate Authority, the Bidder or prospective bidder or the
Procuring Entity, as the case may be, may file a second appeal to Second Appellate Authority
specified in the Bidding Document in this behalf within fifteen days from the expiry of the
period specified in para (2) or of the date of receipt of the order passed by the First Appellate
Authority, as the case may be.

(4) Appeal not to lie in certain cases:

No appeal shall lie against any decision of the Procuring Entity relating to the following
matters, namely:
(a) Determination of need of procurement;
(b) Provisions limiting participation
(c) The decision of whether or not to enter into negotiations;
(d) Cancellation of a procurement process;
(e) Applicability of the provisions of confidentiality.

Signature Not Verified


Digitally signed by Shyam Veer Singh
Designation : Superintending
Engineer
Date: 2023.10.03 21:10:22 IST
RajKaj Ref No. : 4831636 Reason: Approved
39
TN-SC-PROC- 218
(5) Form of Appeal
a) An appeal under para (1) or (3) above shall be in the annexed Form along with as many
copies as there are respondents in the appeal.
b) Every appeal shall be accompanied by an order appealed against, if any, affidavit verifying
the facts stated in the appeal and proof of payment of fee.

c) Every appeal may be presented to First Appellate Authority or Second Appellate Authority,
as the case may be, in person or through registered post or authorized representative.

(6) Fee for filing appeal


a) Fee for first appeal shall be rupees two thousand five hundred and for second appeal shall
be rupees ten thousand, which shall be non-refundable.

b) The fee shall be paid in the form of bank demand draft or banker’s Cheque of a Scheduled
Bank in India payable in the name of A.O. [STPS-SC], SSCTPP, RVUN, Suratgarh
payable at Suratgarh.

(7) Procedure for disposal of appeal


a) The First Appellate Authority or Second Appellate Authority, as the case may be, upon filing
of appeal, shall issue notice accompanied by copy of appeal, affidavit and documents, if
any, to the respondents and fix date of hearing.

b) On the date fixed for hearing, the First Appellate Authority or Second Appellate Authority,
as the case may be, shall:

I. hear all the parties to appeal present before him; and


II. Peruse or inspect documents, relevant records or copies thereof relating to the
matter.

c) After hearing the parties, perusal or inspection of documents and relevant records or copies
thereof relating to the matter, the Appellate Authority concerned shall pass an order in
writing and provide the copy of order to the parties to appeal free of cost.

d) The order passed under sub-clause (c) above shall also be placed on the State Public
Procurement Portal.

Signature Not Verified


Digitally signed by Shyam Veer Singh
Designation : Superintending
Engineer
Date: 2023.10.03 21:10:22 IST
RajKaj Ref No. : 4831636 Reason: Approved
40
TN-SC-PROC- 218
FORM No.1
[See rule 83]

Memorandum of Appeal under the Rajasthan Transparency in Public Procurement Act, 2012
Appeal No……………………of………………

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

1. Particulars of appellant:

(i) Name of the appellant: Rajeev Kumar Verma

(ii) Official address, if any: G-1/67, RIICO, Phase-II, Industrial Area, Hanumangarh Jn. (Raj.)

(iii) Residential address: G-1/67, RIICO, Phase-II, Industrial Area, Hanumangarh Jn. (Raj.)

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

(i)

(ii)

(iii)

7.0 Number and date of the order appealed against


and name and designation of the officer/ authority
who passed the order (enclose copy), or a
statement of a decision, action or omission of
the Procuring Entity in contravention to the provisions
of the Act by which the appellant is aggrieved:
4. If the Appellant proposes to be represented by
a representative, the name and postal address
of the representative:
5. Number of affidavits and documents enclosed with the appeal:
6. Grounds of appeal:

Signature Not Verified


Digitally signed by Shyam Veer Singh
Designation : Superintending
Engineer
Date: 2023.10.03 21:10:22 IST
RajKaj Ref No. : 4831636 Reason: Approved
41
TN-SC-PROC- 218
(supported by an affidavit)

7. Prayer:

Place

Date

Appellant’s Signature

Signature Not Verified


Digitally signed by Shyam Veer Singh
Designation : Superintending
Engineer
Date: 2023.10.03 21:10:22 IST
RajKaj Ref No. : 4831636 Reason: Approved
42
TN-SC-PROC- 218
Annexure D: Additional Conditions of Contract
1. Correction of arithmetical errors

Provided that a Financial Bid is substantially responsive, the Procuring Entity will correct arithmetical
errors during evaluation of Financial Bids on the following basis:
1) If there is a discrepancy between the unit price and the total price that is obtained by
multiplying the unit price and quantity, the unit price shall prevail and the total price shall be
corrected, unless in the opinion of the Procuring Entity there is an obvious misplacement of the
decimal point in the unit price, in which case the total price as quoted shall govern and the
unit price shall be corrected:
2) If there is an error in a total corresponding to the addition or subtraction of subtotals, the
subtotals shall prevail and the total shall be corrected; and
3) If there is a discrepancy between words and figures, the amount in words shall prevail, unless
the amount expressed in words is related to an arithmetic error, in which case the amount in
figures shall prevail subject to (i) and (ii) above.
If the Bidder that submitted the lowest evaluated Bid does not accept the correction of errors, its Bid
shall be disqualified and its Bid Security shall be forfeited or its Bid Securing Declaration shall be
executed.

1. Procuring Entity’s Right to Vary Quantities

(i) If the Procuring Entity does not procure any subject matter of procurement or procures less
than the quantity specified in the Bidding Document due to change in circumstances, the Bidder shall
not be entitled for any Claim or compensation except otherwise provided in the Bidding document.
(ii) Repeat orders for extra items or additional quantities may be placed, if it is provided in the
bidding documents, on the rates and conditions given in the contract if the original order was given
after inviting open competitive bids. Delivery or completion period may also be proportionately
increased. The limits of repeat order shall be as under-

(a) 50% of the quantity of the individual items and 50% of the value of original contract in case of
works.

(b) 50% of the value of goods or services of the original contract.


If the Supplier fails to do so, the Procuring Entity shall be free to arrange for the balance
supply by limited Bidding or otherwise and the extra cost incurred shall be recovered from the
Supplier.

Signature Not Verified


Digitally signed by Shyam Veer Singh
Designation : Superintending
Engineer
Date: 2023.10.03 21:10:22 IST
RajKaj Ref No. : 4831636 Reason: Approved
43
TN-SC-PROC- 218
3. Dividing quantities among more than one Bidder at the time of award (In case of
procurement of Goods)
As a general rule all the quantities of the subject matter of procurement shall be procured from the
Bidder, whose Bid is accepted. However, when it is considered that the quantity of the subject matter
of procurement to be procured is very large and it may not be in the capacity of the Bidder, whose
Bid is accepted, to deliver the entire quantity or when it is considered that the subject matter of
procurement to be procured is of critical and vital nature, in such cases, the quantity may be divided
between the Bidder, whose Bid is accepted and the second lowest Bidder or even more Bidders in that
order, in a fair, transparent and equitable manner at the rates of the Bidder, whose Bid is accepted.
Note: If any conflict/discrepancies arise between GCC (Schedule-II) and transparency
act/Rules, then transparency act/Rules shall prevail

Signature Not Verified


Digitally signed by Shyam Veer Singh
Designation : Superintending
Engineer
Date: 2023.10.03 21:10:22 IST
RajKaj Ref No. : 4831636 Reason: Approved
44
TN-SC-PROC- 218
PART-A2(b-ii)
Appendix-I
(To be executed on e-stamp/NJS paper of Govt. of Rajasthan of Rs. @0.25% of amount
securedplus surcharge or Rs.25000/- whichever is less or as per applicable stamp duty)
Performance Security / Security Deposit Bank Guarantee Form
To,
The Chief Engineer (STPS-SC),
SSCTPP, RVUN, Suratgarh.
Dear Sir,
THIS DEED OF GUARANTEE is made this day ….…………… of ……… the Chief Engineer (STPS-
SC),SSCTPP, RVUN, Suratgarh (herein after called the owner which expression shall unless excluded
by or repugnant to the context includes his successors and assigns) of the one part and the ……….
……………….. (Herein after called The Bank)(Which expression shall unless excluded by or repugnant to
the context includes its successors and assigns) of the other part.

Whereas Messrs...........................................................................(Herein after called contractor) agreed to


supply material/equipment to the Chief Engineer (STPS-SC),SSCTPP,RVUN, Suratgarh against
purchase order No. …………… dtd........................(Herein after referred to as the Contract.)

AND WHEREAS as per the terms of the contract it was provided that the contractor should
furnish a Bank Guarantee ….% of the total contract value by way of security for supplying free of cost
any material that may be required due to defects arising from faulty materials, design and
workmanship, so as to make it meet the guarantee and requirement of the contract.

AND WHEREAS at the request of the contractor, the Bank has agreed to execute these present.

NOW THIS INDENTURE WITNESS AND IT IS HEREBY AGREED AND DECLARED BY the and
between the parties herein to as follows:

1. The Bank hereby guarantees to the Chief Engineer (STPS-SC),SSCTPP, RVUN, Suratgarh the
fulfillment by the Contractor of the various obligations imposed on them under the aforesaid
contract including the obligations of the contractor to timely supply material of the good quality
and workmanship and the Bank further guarantee to the RVUN that the contractor shall substitute
and supply free of cost any material that may be required due to defects arising from faulty
material design and workmanship and the Bank undertakes to indemnify and keep the Chief
Engineer (STPS-SC),SSCTPP, RVUN, Suratgarh indemnified to the extent of Rs……………….( in
words Rupees ……………………………………… … ) against any loss or damage that may be caused to or
suffered by the RVUN by reason of any failure by the contractor to timely supply material of good
quality, design and workmanship as aforesaid and undertake to pay to the Chief Engineer (STPS-
SC),SSCTPP, RVUN, Suratgarh on demand a sum not exceeding Rs……………….( in words Rs …… …
… … …… …………………………..) in the event of the contractor failing or neglecting to perform and
discharge the aforesaid duties and obligations on their part to be observed and performed under
the said contract.
The decision of the Chief Engineer (STPS-SC), SSCTPP, RVUN, Suratgarh as to whether the
contractor have failed or neglected to perform or discharge their duties and obligations as

Signature Not Verified


Digitally signed by Shyam Veer Singh
Designation : Superintending
Engineer
Date: 2023.10.03 21:10:22 IST
RajKaj Ref No. : 4831636 Reason: Approved
45
TN-SC-PROC- 218
aforesaid and as to the amount payable to the Chief Engineer (STPS-SC), SSCTPP, RVUN,
Suratgarh by the Bank herein shall be final and binding on the Bank.
2. Performance security shall remain valid for a period of 60 days beyond the date of completion of
all contractual obligations of the supplier/ contractor, including warranty obligations –
maintenance period / defect liability period. The guarantee herein contained shall remain in full
force and effect during the period that would be taken for the performance of the said contract
and it shall continue to be enforceable till the obligation to the RVUN, under or by force of the
contract have been fully and properly discharged by the said contractor, subject however to the
condition that the RVUN will have no right under this guarantee after completion of all contractual
obligations in all respect, provided further that if any, claim arises by virtue of this guarantee
before the aforesaid date, the same shall be enforceable against this Bank notwithstanding the
fact the same is enforced after the aforesaid date.
3. The guarantee herein contained shall not be affected by any change in the constitution of the
Contractor/Bank.

4. The Chief Engineer (STPS-SC),SSCTPP, RVUN, Suratgarh shall have the fullest liberty without
affecting the guarantee to postpone for any time and from time to time any of the powers
exercisable by the RVUN against contractors and either to enforce or forebear from enforcing any
of the terms and conditions of the said contract and the Bank shall not be released from its
liability under this guarantee and exercise of the RVUN of the liberty with reference to the matter
aforesaid or by the reasons time being given to the contractor or by any other forbearance, act or
omission of the part of the RVUN to the contractor or by other matter or thing whatsoever which
under the law relating to the sureties shall not for this provision have the effect of so releasing the
Bank from such liability.
5. Chief Engineer includes Additional Chief Engineer and any other officer exercising the powers of
Chief Engineer (STPS-SC), SSCTPP, RVUN, Suratgarh.
6. The bank further undertakes not to revoke this guarantee during its currency except with the
previous consent of the Chief Engineer (STPS-SC), SSCTPP, RVUN, Suratgarh in writing.
7. All disputes arising under the said guarantee between the Bank and the RVUN or between the
contractor and the RVUN pertaining to the guarantee shall be subject to the jurisdiction of Courts
in SriGanganagar (Raj.)
8. Notwithstanding anything contained herein before, the Bank’s liability under this guarantee is
restricted to Rs. (Rupees in word …...) and the guarantee shall remain in force upto
…………………………….. Unless demand or claim in writing is presented on the Bank within three
months from the date, the Bank shall be released and discharged from all liabilities there under.
However, the validity of the bank guarantee shall be extended as and when required by the RVUN.
9. IN WITNESS WHERE OF THE BANK HAS executed these presents the day and year written above.
Yours Faithfully
Executants
Signed by the above named Bank in presence of (Name & Address)
1. ……………………………………………………………………………….
(Attested by the Notary Public, First Class Magistrate or directly confirmed by the executing Bank.)

Signature Not Verified


Digitally signed by Shyam Veer Singh
Designation : Superintending
Engineer
Date: 2023.10.03 21:10:22 IST
RajKaj Ref No. : 4831636 Reason: Approved
46
TN-SC-PROC- 218
PART-A2(b-iii)
Appendix II
(To be executed on e-stamp/NJS paper of Govt. of Rajasthan of Rs. 500/- or as per applicable stamp duty)
CONTRACT AGREEMENT

This indenture made at Hanumangarh Jn. (Name of place) this day of the month
of the year Between Chairman & Managing

Director, RRVUNL herein after referred to as the purchaser with expression unless the context does not
permit include successors and assignee of one part and
M/s Heavens India Pvt. Ltd.
herein
after referred to as supplier, which expression, unless the context does not permit includes their successors
and permitted assign of the second part, witness as follows:-
1. The supplier do by these presents agree to supply and the purchaser does agree to purchase from the
supplier the material specified in purchase order
No. and all amendment (s)/
corrigendum(s) vide No. dated appended and on the terms
and conditions contained/referred in the said purchase order. The general terms of the contract and all
the annexures of the said purchase order appended here to are considered a part of this agreement.
2. The supply of material under this agreement shall be as per terms and conditions and specification as
set forth in the said purchase order.
3. In witness of the due execution of this agreement the parties have hereunder set their hands the day
and the year first above written, signed and delivered by: -

Name of Signing Address Power of attorney Signature Valid ID proof


Authority (To be enclosed), if
applicable

In the presence of witness:


Name of witness Address Signature Valid ID proof

Signed, Accepted and delivered by the Superintending Engineer (Proc.-SC) RRVUNL.


(By order and on behalf of the Chairman Cum Managing Director, RRVUNL)

Signature Not Verified


Digitally signed by Shyam Veer Singh
Designation : Superintending
Engineer
Date: 2023.10.03 21:10:22 IST
RajKaj Ref No. : 4831636 Reason: Approved
47
TN-SC-PROC- 218
PART-A2(c)
Schedule-III
RAJASTHAN RAJYA VIDYUT UTPADAN NIGAM LIMITED
Corporate Identity Number (CIN)-U40102RJ2000SGC016484
Regd. Off. & H.O.: VidhyutBhawan, Janpath, Jyoti Nagar, Jaipur-302005.
OFFICE OF THE SUPERINTENDINGENGINEER (PROCUREMENT)
SURATGARH SUPER CRITICAL THERMAL POWER PLANT
SURATGARH-335804, Distt. SriGanganagar (Rajasthan)
 TELEPHONE # 01509-295724
Email:- seproc.supercritical.stps@rrvun.com Website: www.energy.rajasthan.gov.in/rvunl

LIST OF ITEMS with TECHNICAL SPECIFICATION AGAINST TN-SC- PROC-218

Sr. No. Description Unit Qty.

1. Scrapper Assembly of Bowl Mill HP-1103 at SSCTPP, Nos. 14


Suratgarh (as per Technical specification)

Signature Not Verified


Digitally signed by Shyam Veer Singh
Designation : Superintending
Engineer
Date: 2023.10.03 21:10:22 IST
RajKaj Ref No. : 4831636 Reason: Approved
48
TN-SC-PROC- 218

Signature Not Verified


Digitally signed by Shyam Veer Singh
Designation : Superintending
Engineer
Date: 2023.10.03 21:10:22 IST
RajKaj Ref No. : 4831636 Reason: Approved
49
TN-SC-PROC- 218

PART-A3
(TO BE
FILLED BY
THE
TENDERER)

Signature Not Verified


Digitally signed by Shyam Veer Singh
Designation : Superintending
Engineer
Date: 2023.10.03 21:10:22 IST
RajKaj Ref No. : 4831636 Reason: Approved
50
TN-SC-PROC- 218
Performa-I
RAJASTHAN RAJYA VIDYUT UTPADAN NIGAM LIMITED
Corporate Identity Number (CIN)-U40102RJ2000SGC016484
Regd. Off. & H.O.: VidhyutBhawan, Janpath, Jyoti Nagar, Jaipur-302005.
OFFICE OF THE SUPERINTENDINGENGINEER (PROCUREMENT)
SURATGARH SUPER CRITICAL THERMAL POWER PLANT
SURATGARH-335804, Distt. SriGanganagar (Rajasthan)
 TELEPHONE # 01509-295724
seproc.supercritical.stps@rrvun.com Website: www.energy.rajasthan.gov.in/rvunl
DETAILS OF PQR AGAINST TN-SC- PROC-218
(To be filled by the tenderer)
Only those bidders can participated who possess the following pre-qualification requirement
and shall have to submit the necessary documents as under:-

DETAILS OF
Sl.
OUR PQR FURNISHED
No.
DOCUMENTS
1. The bidder should be original manufacturer of Scrapper Assembly and its spares for HP-1103
Coal Bowl Mills or authorized dealer/ distributor. For this purpose, OEM will furnish any
document as a proof of being manufacturer of the required material & dealer/distributor will Copy Attached
furnish valid authorization certificate from their principal manufacturer.

2 The average annual turnover of the bidder in any 3 Financial years of preceding last 4
completed Financial years as on date of bid opening should not be less than Rs.8.24 Lac. For
this purpose bidder should submit audited balance sheet with profit loss statement or income Copy Attached
tax return with computing sheet(s).

3 The bidder should have executed supply orders of Scrapper Assembly and its spares for HP-
1103 Coal Bowl Mills to any Thermal Power Station of NTPC / BHEL/ SEB’s of Unit capacity of
500 MW or above/ during last 7 years ending last day of the month previous to bid opening
date with either of following executed values: -
Three executed /completed order, as above, each costing not less than
the amount of 40% of the estimated cost. Copy Attached
OR
Two executed/completed order, as above, each costing not less than
the amount of 50% of the estimated cost.
OR
One executed /completed order, as above costing not less than the
amount of 80% of the estimated cost.

Signature Not Verified


Digitally signed by Shyam Veer Singh
Designation : Superintending
Engineer
Date: 2023.10.03 21:10:22 IST
RajKaj Ref No. : 4831636 Reason: Approved
51
TN-SC-PROC- 218
In case of dealers/distributors, purchase order copies in favor of
manufacturer are also acceptable. In such case, dealers/distributor
shall provide the dealership/ authorization certificate.
4 The bidder should provide completion certificate /tax invoice/performance certificate of above
executed purchase orders. Copy Attached

5 The bidder should have valid GST and PAN Number, and submit latest GST return. Copy Attached

NOTE: -
i) In absence of any document towards pre- qualifying requirements, the tender shall not be considered.
ii) RVUN 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.

Seal & Signature of Bidder

Signature Not Verified


Digitally signed by Shyam Veer Singh
Designation : Superintending
Engineer
Date: 2023.10.03 21:10:22 IST
RajKaj Ref No. : 4831636 Reason: Approved
52
TN-SC-PROC- 218
PART-A3(b)
Performa-II
RAJASTHAN RAJYA VIDYUT UTPADAN NIGAM LIMITED
Corporate Identity Number (CIN)-U40102RJ2000SGC016484
Regd. Off. & H.O.: VidhyutBhawan, Janpath, Jyoti Nagar, Jaipur-302005.
OFFICE OF THE SUPERINTENDINGENGINEER (PROCUREMENT)
SURATGARH SUPER CRITICAL THERMAL POWER PLANT
SURATGARH-335804, Distt. SriGanganagar (Rajasthan)
 TELEPHONE # 01509-295724
Email:-seproc.supercritical.stps@rrvun.com Website: www.energy.rajasthan.gov.in/rvunl
DEVIATIONS IN TECHNICAL SPECIFICATIONSTN-SC- PROC-218
(To be filled by the Tenderer)

Please, read our technical specifications under Part-A2(c) i.e. Schedule-III and mention
deviations here, if any. Otherwise, it will be treated as nil and you will have to supply the material as per
our technical specifications and relevant IS, if any.

Sl. Item Sr. No. Technical Deviations


No.

---------- ----------------------- -------------------- NO DEVIATION -------------------------

SEAL & SIGNATURE OF BIDDER

Signature Not Verified


Digitally signed by Shyam Veer Singh
Designation : Superintending
Engineer
Date: 2023.10.03 21:10:22 IST
RajKaj Ref No. : 4831636 Reason: Approved
53
TN-SC-PROC- 218
Part-A3(c)
Performa-III
RAJASTHAN RAJYA VIDYUT UTPADAN NIGAM LIMITED
Corporate Identity Number (CIN)-U40102RJ2000SGC016484
Regd. Off. & H.O.: VidhyutBhawan, Janpath, Jyoti Nagar, Jaipur-302005.
OFFICE OF THE SUPERINTENDINGENGINEER (PROCUREMENT)
SURATGARH SUPER CRITICAL THERMAL POWER PLANT
SURATGARH-335804, Distt. SriGanganagar (Rajasthan)
 TELEPHONE # 01509-295724
Email:-seproc.supercritical.stps@rrvun.com Website: www.energy.rajasthan.gov.in/rvunl
DETAILS OF COMMERCIAL TERMS & CONDITIONS AGAINST TN-SC- PROC-218
(To be filled by the Tenderer)
A) Commercial Terms & Conditions as per our Technical specification
Sr. Commercial Terms & Conditions as per our Technical
No. specification Offered Details

Delivery Period for supply of entire material from the


date of receipt of PO
Desired Delivery Period & Delivery instructions:
Desired Delivery Period shall be 2-3 Months from the Accepted
1
date of receipt of purchase order.
The date of receipt of material at supercritical store,
SSCTPP shall be treated as the date of delivery.

Offered Number & size of Lots


Desired No of lots for pre dispatch inspection & supply of
2 entire material One single lot
No. of lots: One Lot

3 Offered Make HEAVENS

B) Commercial Terms & Conditions as per our GCC

Not If not,
Sl.
Commercial Terms & Conditions as per our GCC Agreed Agree give
No. d details
Agreed
1 Agreed for FIRM prices
Agreed
2 Validity: 180 days from date of opening of Technical Bids
TERMS OF PAYMENT: 90% Payment against Receipted
Challan and balance 10% after 30 days from the date of
3 Agreed
receipt of material in SSCTPP stores & duly certified by the
consignee.

Signature Not Verified


Digitally signed by Shyam Veer Singh
Designation : Superintending
Engineer
Date: 2023.10.03 21:10:22 IST
RajKaj Ref No. : 4831636 Reason: Approved
54
TN-SC-PROC- 218
Agreed to accept all Bank commission Charges in
4 Supplier's account (Supplier's as well as Purchaser's Bank,
Agreed
if applicable)
Agreed to furnish Test Certificate for confirmation of
5 material & quality as per our Technical Specifications with Agreed
all charges into suppliers A/c.
Agreed to bear penalty on account of delay in delivery on
6 late delivered material as per G.C.C. i.e. @0.5% per week Agreed
to Max:10% cost of delayed material.
7 Agreed for pre-dispatch inspection Agreed

8 Please mention the Place of inspection Hanumangarh


Jn.
Agreed to furnish Performance Security as per
9 Agreed
clauseNo. 21.00
Agreed to furnish performance guarantee certificate as
10 Agreed
per GCC clause 19.00

11 Agreed for part order Agreed


Agreed to furnish Fitment & Interchangeability Certificate as per
12 Agreed
G.C.C. clause 20.00
Agreed to bear all test & laboratory charges /
13 inspection charges at Govt. approved lab, if any, in Agreed
supplier’s account
Agreed for dispute & Jurisdiction clause No. 27.00 as
14 Agreed
per G.C.C
Agreed to furnish Contract Agreement as per GCC
Agreed
15 clause 23.00 (as per Appendix-II) on e-stamp/ NJS paper
of Govt. of Raj. of Rs 500/-.

Agreed for Force Majeure Conditions as per our GCC Agreed


16
Clause No. 24.00

Note:

(1) It is understand that expenditure towards travelling, boarding & lodging of RVUNL
inspector shall be borne by the purchaser.

Seal & Signature of Bidder

Signature Not Verified


Digitally signed by Shyam Veer Singh
Designation : Superintending
Engineer
Date: 2023.10.03 21:10:22 IST
RajKaj Ref No. : 4831636 Reason: Approved
55
TN-SC-PROC- 218
PART-A3(d)
Performa-IV
RAJASTHAN RAJYA VIDYUT UTPADAN NIGAM LIMITED
Corporate Identity Number (CIN)-U40102RJ2000SGC016484
Regd. Off. & H.O.: VidhyutBhawan, Janpath, Jyoti Nagar, Jaipur-302005.
OFFICE OF THE SUPERINTENDINGENGINEER (PROCUREMENT)
SURATGARH SUPER CRITICAL THERMAL POWER PLANT
SURATGARH-335804, Distt. SriGanganagar (Rajasthan)
 TELEPHONE # 01509-295724
Email:-seproc.supercritical.stps@rrvun.com Website: www.energy.rajasthan.gov.in/rvunl

DETAIL OF PO’S SECURED & EXECUTED AGAINST TN-SC- PROC-218


(To be filled by the Tenderer)
Tenderer shall indicate the details of same/similar items already supplied to other
customers. Also, enclose copies of purchase orders with amount executed along with copies of invoices.

S.No Purchase orderNo. & Purchase order placing PO value Remark


. Date authority(Organization)

1 No. 1809/CPD-II/PTPP/MPED/- UPRVUNL 6,78,000.00


V(260/2022)O-1
Dated:- 02.11.2022
2 F-R0011/D-36 RVUNL 75,600.00
Dtd. 18/11/21
3

Signature Not Verified


Digitally signed by Shyam Veer Singh
Designation : Superintending
Engineer
Date: 2023.10.03 21:10:22 IST
RajKaj Ref No. : 4831636 Reason: Approved
56
TN-SC-PROC- 218
PART-A3(e)
Performa-V
RAJASTHAN RAJYA VIDYUT UTPADAN NIGAM LIMITED
Corporate Identity Number (CIN)-U40102RJ2000SGC016484
Regd. Off. & H.O.: VidhyutBhawan, Janpath, Jyoti Nagar, Jaipur-302005.
OFFICE OF THE SUPERINTENDINGENGINEER (PROCUREMENT)
SURATGARH SUPER CRITICAL THERMAL POWER PLANT
SURATGARH-335804, Distt. SriGanganagar (Rajasthan)
 TELEPHONE # 01509-295724
Email:-seproc.supercritical.stps@rrvun.com Website: www.energy.rajasthan.gov.in/rvunl

DETAILS OF BANK
(To be filled by the Tenderer)

1 Name & Address of Firm Heavens India Pvt. Ltd.


G-1/67, RIICO Phase-II, Industrial Area,
Hanumangarh junction, Rajasthan, 335512

2 Name & Address of Bank State Bank of India


Main Branch, Hanumangarh junction

3 Branch Code No. 31147

4 Branch Phone/ Fax No./e mail id 01552-268012

5 Supplier’s Account No: 61033273986

6 Type of Account Current

7 IFSC Code for NEFT SBIN0031147

8 IFSC Code for RTGS SBIN0031147

9 Supplier’s Name as per Account Heavens India Pvt. Ltd.

10 Supplier’s e-Mail ID. heavensindiahmh@gmail.com


heavensindiahmh1@gmail.com
11 Supplier’s Phone & Fax No. 09414212127
09413251127

SEAL & SIGNATURE OF BIDDER

Signature Not Verified


Digitally signed by Shyam Veer Singh
Designation : Superintending
Engineer
Date: 2023.10.03 21:10:22 IST
RajKaj Ref No. : 4831636 Reason: Approved
57
TN-SC-PROC- 218
PART-A3(f)
Performa-V
RAJASTHAN RAJYA VIDYUT UTPADAN NIGAM LIMITED
Corporate Identity Number (CIN)-U40102RJ2000SGC016484
Regd. Off. & H.O.: VidhyutBhawan, Janpath, Jyoti Nagar, Jaipur-302005.
OFFICE OF THE SUPERINTENDINGENGINEER (PROCUREMENT)
SURATGARH SUPER CRITICAL THERMAL POWER PLANT
SURATGARH-335804, Distt. SriGanganagar (Rajasthan)
 TELEPHONE # 01509-295724
Email:-seproc.supercritical.stps@rrvun.com Website: www.energy.rajasthan.gov.in/rvunl
INFORMATION TO BE FURNISHED BY THE TENDERER
(To be filled by the Tenderer)

1 Name & Address of Firm Heavens India Pvt. Ltd.


(For all official Correspondence) G-1/67, RIICO Phase-II, Industrial Area,
Hanumangarh junction, Rajasthan, 335512
2 Works Address ------------------do.----------------------------
3 Phone No 09414212127, 09413251127

4 E-mail id heavensindiahmh@gmail.com
heavensindiahmh1@gmail.com
5 Name of Contact Person & Mobile No Mr. Rajeev Kumar Verma
09413251127
6 Type of Firm
(All relevant documents be attached)
(a)Manufacturer (a) Manufacturer
(b)Authorized Dealer
(c)Service Provider
(d) Any other
7 Type of Unit of Manufacturing
(All relevant documents be attached)
(a)MSME
(a) MSME
(b)SSI
( c) NSIC
(d)(g) Any other
8 Registration No. of Manufacturing unit as given
at s. no. 7 UDYAM-RJ-16-0004858

9 Validity of Registration No. of Manufacturing unit


as given at s. no.7 Forever

Signature Not Verified


Digitally signed by Shyam Veer Singh
Designation : Superintending
Engineer
Date: 2023.10.03 21:10:22 IST
RajKaj Ref No. : 4831636 Reason: Approved
58
TN-SC-PROC- 218
Details in case of Authorized Dealer

1 Name & Designation who have issued


Authorization N/A
2 Mobile No of the concern person who have
issued Authorization certificate N/A
3 E-mail id of the concern person who have
issued Authorization N/A
4 Manufacturer’s GST No.
N/A
5 Validity of authorization
N/A

SEAL & SIGNATURE OF BIDDER

Signature Not Verified


Digitally signed by Shyam Veer Singh
Designation : Superintending
Engineer
Date: 2023.10.03 21:10:22 IST
RajKaj Ref No. : 4831636 Reason: Approved
59
TN-SC-PROC- 218
PART-A3(g)
Performa-VII

RAJASTHAN RAJYA VIDYUT UTPADAN NIGAM LIMITED


Corporate Identity Number (CIN)-U40102RJ2000SGC016484
Regd. Off. & H.O.: VidhyutBhawan, Janpath, Jyoti Nagar, Jaipur-302005.
OFFICE OF THE SUPERINTENDINGENGINEER (PROCUREMENT)
SURATGARH SUPER CRITICAL THERMAL POWER PLANT
SURATGARH-335804, Distt. SriGanganagar (Rajasthan)
 TELEPHONE # 01509-295724
Email:-seproc.supercritical.stps@rrvun.com Website: www.energy.rajasthan.gov.in/rvunl

TENDER FEE DETAILS against TN-SC- PROC-218


(To be filled by the Tenderer& sent via E-Mail (seproc.ssctpp.emd@gmail.com,cashssctpp@gmail.com) In-Person/
by post before scheduled time of Deposition of Tender Cost, and EMD/Bid Security)

Sr. No. Fee Drawn Amount UTR NO. / DD No.

1 Tender Cost Rs.236/-

Rs.16487/- {Rs. 8244/-for


2 In favour of Accounts Sick industries, whose
Officer (SSCTPP), RVUN, cases are pending before
Suratgarh BIFR}
Bid Security
OR
{Rs.4122/- for MSMEs of
Rajasthan state only }

Note:-
1. EMD as specified in the Notice Inviting Bids, shall be furnished by the bidder.
2. Please, attach scan copies of all online payment proof & DD along with Bid.
3. Please attached copy of GST registration certificate.
4. Please mail the details of tender cost, Bid security which were deposited by you in favour of
Accounts Officer (SSCTPP), RVUN, Suratgarh. At mail id seproc.ssctpp.emd@gmail.com,
cashssctpp@gmail.com or in person/by Post.

Note: If there is any change either in bid security amount /way of depositing or in both,same shall
be applicable in terms of RTPP act.

SEAL & SIGNATURE OF BIDDER

Signature Not Verified


Digitally signed by Shyam Veer Singh
Designation : Superintending
Engineer
Date: 2023.10.03 21:10:22 IST
RajKaj Ref No. : 4831636 Reason: Approved
60
TN-SC-PROC- 218
PART-A3(h)
Performa-VIII

RAJASTHAN RAJYA VIDYUT UTPADAN NIGAM LIMITED


Corporate Identity Number (CIN)-U40102RJ2000SGC016484
Regd. Off. & H.O.: VidhyutBhawan, Janpath, Jyoti Nagar, Jaipur-302005.
OFFICE OF THE SUPERINTENDINGENGINEER (PROCUREMENT)
SURATGARH SUPER CRITICAL THERMAL POWER PLANT
SURATGARH-335804, Distt. SriGanganagar (Rajasthan)
 TELEPHONE # 01509-295724
Email:-seproc.supercritical.stps@rrvun.com Website: www.energy.rajasthan.gov.in/rvunl
DECLARATION BY THE BIDDER AGAINST TN-SC- PROC-218

(To be filled by the Tenderer)

Annexure B: Declaration by the Bidder regarding Qualifications

Declaration by the Bidder

In relation to my/ our Bid submitted to…………………………….. for procurement of


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

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

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

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

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

Signature Not Verified


Digitally signed by Shyam Veer Singh
Designation : Superintending
Engineer
Date: 2023.10.03 21:10:22 IST
RajKaj Ref No. : 4831636 Reason: Approved
61
TN-SC-PROC- 218
5. I/we do not have a conflict of interest as specified in the Act, Rules and the Bidding Document,
which materially affects fair competition;

Date: 23/11/2023

Signature of bidder

Place : Hanumangarh Jn.

Name : Rajeev Kumar Verma

Designation : Director

Address : G-1/67, RIICO, Phase-II, Hanumangarh n. Rajasthan-335512

Signature Not Verified


Digitally signed by Shyam Veer Singh
Designation : Superintending
Engineer
Date: 2023.10.03 21:10:22 IST
RajKaj Ref No. : 4831636 Reason: Approved
62
TN-SC-PROC- 218
PART-A3(i)
Performa-IX
RAJASTHAN RAJYA VIDYUT UTPADAN NIGAM LIMITED
Corporate Identity Number (CIN)-U40102RJ2000SGC016484
Regd. Off. & H.O.: VidhyutBhawan, Janpath, Jyoti Nagar, Jaipur-302005.
OFFICE OF THE SUPERINTENDINGENGINEER (PROCUREMENT)
SURATGARH SUPER CRITICAL THERMAL POWER PLANT
SURATGARH-335804, Distt. SriGanganagar (Rajasthan)
 TELEPHONE # 01509-295724
Email:-seproc.supercritical.stps@rrvun.com Website: www.energy.rajasthan.gov.in/rvunl
GST & PAN DETAILS OF THE TENDERER
(To be filled by the Tenderer)

1 GST No. 08AAACH2518M1ZJ

2 Trade Name of Firm HEAVENS INDIA PVT. LTD.

3 Legal Name of the Firm HEAVENS INDIA PVT. LTD.

4 Latest year/ quarter of GST return COPY ATTACED

(Please attach relevant document)

5 PAN No. AAACH2518M

SEAL & SIGNATURE OF BIDDER

Signature Not Verified


Digitally signed by Shyam Veer Singh
Designation : Superintending
Engineer
Date: 2023.10.03 21:10:22 IST
RajKaj Ref No. : 4831636 Reason: Approved
63
TN-SC-PROC- 218

PART-B(TO BE
FILLED BY THE
TENDERER &
PACKED IN
SEPARATE
ENVELOPE)

Signature Not Verified


Digitally signed by Shyam Veer Singh
Designation : Superintending
Engineer
Date: 2023.10.03 21:10:22 IST
RajKaj Ref No. : 4831636 Reason: Approved
64
TN-SC-PROC- 218
PART-B
RAJASTHAN RAJYA VIDYUT UTPADAN NIGAM LIMITED
Corporate Identity Number (CIN)-U40102RJ2000SGC016484
Regd. Off. & H.O.: VidhyutBhawan, Janpath, Jyoti Nagar, Jaipur-302005.
OFFICE OF THE SUPERINTENDING ENGINEER (PROCUREMENT)
SURATGARH SUPER CRITICAL THERMAL POWER PLANT
SURATGARH-335804, Distt. SriGanganagar (Rajasthan)
 TELEPHONE # 01509-295724
Email:-seproc.supercritical.stps@rrvun.com Website: www.energy.rajasthan.gov.in/rvunl
PRICE BID /BOQ
Title:- Supply of Scrapper Assembly of Bowl Mill HP-1103 at 2x660 MW, Unit#7&8 SSCTPP RVUNL, Suratgarh against TN-
SC-PROC-218.
Name of Bidder: - :----------------------------------------
GST No. : ----------------------------------------
Registration under (composite scheme/regular), Please tick whichever
applicable
& attached registration certificate.
Price Basis (As per col. 15): FOR, STPS-SC (Store)
Sr. Item UO QT Per Discou Per Total Total Total Total Total Rat Total Total
Insura
No Description M Y Unit nt (in unit Amou P&F Freight nce Amount e of GST Amou
. Rate Rs. Rate nt charg charges Charge without GS amoun nt
in Only) after (Rs.) es in upto s in Rs. taxes T in t in With
(On col.
Rs. Discou (4*7) Rs. SSCTPP no. 8) (Rs.) % Rs. Taxes
nt (in (On in Rs. (8+9+10+ (on in Rs.
Rs.) col. (On col. 11) col. (12+14
(5-6) no. 8) no. 8) no. 12) )
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15
1 Scrapper Nos 14
Assembly of .
Bowl Mill
HP-1103 at
SSCTPP,
Suratgarh (as
per Technical
specification)

Note: If any column is left blank it will be considered as NIL.

1. Please fill only numeric value in the respective column(s) otherwise it will be treated as NIL.

(Signature & Seal of Bidder)

Signature Not Verified


Digitally signed by Shyam Veer Singh
Designation : Superintending
Engineer
Date: 2023.10.03 21:10:22 IST
RajKaj Ref No. : 4831636 Reason: Approved
65

You might also like