Professional Documents
Culture Documents
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
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-A1
(To be filled by the
tenderers before
submission of bid)
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:
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.com01509-295724
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.
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.
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.
5 E-Mail Id heavensindiahmh@gmail.com,
heavensindiahmh1@gmail.com
6 GST No. 08AAACH2518M1ZJ
Note:
Form A
(Apply in Duplicate)
To,
The General Manager,
DIC, District Hanumangarh.
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.
10. Products for which purchase preference has been applied for:
Scrapper Assembly of Bowl Mill HP-1103
14. Benefits availed in last financial year and current financial year.
a. Benefits depositing Bid Security and Performance Security:
Date Signature
(Name of the applicant along with seal of post)
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.
(2)
(3)
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.
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
6 Details of Purchase Please fill in Performa –IV. Also, attach copies of POs
Orders executed & Invoices Copy Attached
PART-A2
(To be signed by the
tenderer)
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.
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.
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.
2.01 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
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.
2.09 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.
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.
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.
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
(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.
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
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.
11.01 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.
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.
12.05 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.
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
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.
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.
28:00Allother standard terms and conditions as per RVUNL norms shall also be applicable.
Note: If any conflict/discrepancies arise between GCC (Schedule-II) and transparency act-
2012/Rules-2013, then transparency act/Rules shall prevail.
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:
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
Designation : Director
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.
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.
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.
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.
b) On the date fixed for hearing, the First Appellate Authority or Second Appellate Authority,
as the case may be, shall:
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.
Memorandum of Appeal under the Rajasthan Transparency in Public Procurement Act, 2012
Appeal No……………………of………………
1. Particulars of appellant:
(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.)
(i)
(ii)
(iii)
7. Prayer:
Place
Date
Appellant’s Signature
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.
(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.
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
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.)
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: -
PART-A3
(TO BE
FILLED BY
THE
TENDERER)
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.
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.
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.
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.
Note:
(1) It is understand that expenditure towards travelling, boarding & lodging of RVUNL
inspector shall be borne by the purchaser.
DETAILS OF BANK
(To be filled by the Tenderer)
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
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.
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;
Date: 23/11/2023
Signature of bidder
Designation : Director
PART-B(TO BE
FILLED BY THE
TENDERER &
PACKED IN
SEPARATE
ENVELOPE)
1. Please fill only numeric value in the respective column(s) otherwise it will be treated as NIL.